Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
MEMORIAL CAUSEWAY SUBAQUEOUS PIPELINE PROJECT - 14-0041-UT
MEMORIAL CAUSEWAY SUBAQUEOUS PIPELINES (PROJECT No. 14 -0041 -UT) CONTRACT DOCUMENTS & SPECIFICATIONS Prepared for CLEARWATER BRIGHT AND BEAUTIFUL • BAY TO BEACH Conformed Documents September 2017 SECTION 1 INVITATION TO BID NOTICE TO CONTRACTORS MEMORIAL CAUSEWAY SUBAQUEOUS PIPELINES Documents and plans for Project #14 -0041 -UT are available at www.myclearwater.com/bid. The work includes: Installation of a 24 -inch DR -9 HDPE replacement force main across Clearwater Harbor from Bayway Blvd. to State Road (S.R.) 60 (approximately 2,500 LF); Installation of new 20 -inch DR -11 HDPE water main across the Intracoastal Waterway from the Memorial Causeway to Drew Street and new 20 -inch Ductile Iron pipeline along the Memorial Causeway adjacent to the Memorial Causeway Bridge (approximately 1,500 LF HDD and 800 LF Open Cut). Pre -Bid Conference: August 1, 2017, 10 a.m. Municipal Services Building 100 S. Myrtle Avenue, Clearwater, FL 33756 Pre -qualification DEADLINE: [Insert Date] Category: Water & Force Main for $3,000,000 Bids DUE: August 30, 2017 City of Clearwater, Project #14 -0041 -UT Purchasing Office, 3rd Floor 100 S. Myrtle Ave, Clearwater, FL 33756-5520 Issued by: Alyce Benge, Purchasing Manager For additional information contact Engineering Dept.: 727-562-4750 SECTION I Page 1 Updated 4/7/2017 1 1 SECTION II INSTRUCTIONS TO BIDDERS Table of Contents SECTION II INSTRUCTIONS TO BIDDERS I 1. COPIES OF BIDDING DOCUMENTS 1 2. QUALIFICATION OF BIDDERS 1 3. EXAMINATION OF CONTRACT DOCUMENTS AND SITE 1 I4. INTERPRETATIONS AND ADDENDA 2 5. BID SECURITY OR BID BOND 3 1 6. CONTRACT TIME 3 7. LIQUIDATED DAMAGES 3 I8. SUBSTITUTE MATERIAL AND EQUIPMENT 3 9. SUBCONTRACTORS 3 I10. BID/PROPOSAL FORM 4 11. SUBMISSION OF BIDS 4 I 12. MODIFICATION AND WITHDRAWAL OF BIDS 5 13. REJECTION OF BIDS 5 14. DISQUALIFICATION OF BIDDER 5 I 15. OPENING OF BIDS 5 16. LICENSES, PERMITS, ROYALTY FEES AND TAXES 5 I17. IDENTICAL TIE BIDS/VENDOR DRUG FREE WORKPLACE 6 18. AWARD OF CONTRACT 7 I19. BID PROTEST 7 20. TRENCH SAFETY ACT 9 I 21. CONSTRUCTION SITE EROSION AND SEDIMENT CONTROL MANAGEMENT MEASURES 9 1 SECTION II i Updated 2/11/2016 SECTION II — Instructions to Bidders 1. COPIES OF BIDDING DOCUMENTS 1.1. Complete sets of the Bidding Documents are accessible through the City of Clearwater website at address: www.myclearwater.com/cityprojects. Price of Contract Documents and Plans, as indicated on the Jiffy Reprographics Plan Room, reflects reproduction costs only, which is non-refundable. Bidding Documents may include, but aren't limited to, plans, specifications, bond forms, contract form, affidavits, bid/proposal form and Addendums. 1.2. Complete sets of Bidding Documents must be used in preparing bids. Neither the City nor the Engineer shall be liable for errors or misinterpretations resulting from the use of incomplete sets of Bidding Documents, by Bidders, sub -bidders or others. 2. QUALIFICATION OF BIDDERS 2.1. Each prospective Bidder must pre -qualify to demonstrate, to the complete satisfaction of the City of Clearwater, that the Bidder has the necessary facilities, equipment, ability, financial resources and experience to perform the work in a satisfactory manner. An application package for pre -qualification may be obtained by contacting the City of Clearwater, Engineering Department, P.O. Box 4748, Clearwater, Florida 33758-4748 (mailing address); 100 South Myrtle Avenue, Clearwater, Florida 33756-5520 (street address) or by phone at (727) 562-4750. Pre -Qualification requirement information is also available on the City of Clearwater Website at address: www.myclearwater. com/gov/depts/pwa/engin/Construction/prequal. asp. Contractors wanting to pre -qualify to bid on a project as a General Contractor must do so two weeks (ten work days) prior to the bid opening date. Bidders currently pre -qualified by the City do not have to make reapplication. It is the Contractor's responsibility to confirm pre -qualification status before a Bid Opening. 3. EXAMINATION OF CONTRACT DOCUMENTS AND SITE 3.1. It is the responsibility of each Bidder, before submitting a Bid, to (a) examine the Contract Documents thoroughly; (b) visit the site to become familiar with local conditions that may in any manner affect cost, progress, performance or furnishing of the work; (c) consider and abide by all applicable federal, state and local laws, ordinances, rules and regulations; and (d) study and carefully correlate Bidder's observations with the Contract Documents, and notify Engineer in writing of all conflicts, errors or discrepancies in the Contract Documents. 3.2. For the purposes of bidding or construction, bidder may rely upon the accuracy of the technical data contained in reports of explorations and tests of subsurface conditions at the site which have been utilized by the Engineer in the preparation of the Contract Documents, but not upon non-technical data, interpretations or opinions contained therein or for the completeness thereof. Drawings relating to physical conditions of existing surface and subsurface conditions (except Underground Facilities) which are at or contiguous to the site and which have been utilized by the Engineer in preparation of the Contract Documents, may be relied upon by Bidder for accuracy of the technical data contained in such drawings but not upon the completeness thereof for the purposes of bidding or construction. 3.3. Information and data reflected in the Contract Documents with respect to Underground Facilities at or contiguous to the site are based upon information and data furnished to the SECTION II Page 1 of 9 Updated 2/11/2016 SECTION II — Instructions to Bidders City and Engineer by owners of such Underground Facilities or others, and the City does not assume responsibility for the accuracy or completeness thereof unless expressly provided in the Contract Documents. 3.4. Provisions concerning responsibilities for the adequacy of data furnished to prospective Bidders on subsurface conditions, Underground Facilities, other physical conditions, possible conditions, and possible changes in the Contract Documents due to differing conditions appear in the General Conditions. 3.5. Before submitting a Bid, each Bidder shall, at Bidder's own expense, make or obtain any additional examinations, investigations, explorations, tests and studies and obtain any additional information and data which pertain to the physical conditions (surface, subsurface and Underground Facilities) at or contiguous to the site or otherwise which may affect cost, progress, performance or furnishing the work in accordance with the time, price and other terms and conditions of the Contract Documents. 3.6. On request in advance, City will provide each Bidder access to the site to conduct such explorations and tests at Bidder's own expense as each Bidder deems necessary for submission of a Bid. Bidder shall fill all holes and clean up and restore the site to its former condition upon completion of such explorations and tests. 3.7. The lands upon which the Work is to be performed, rights-of-way and easements for access thereto and other lands designated for use by the Contractor in performing the Work are identified in the Contract Documents. All additional lands and access thereto required for temporary construction facilities or storage of materials and equipment are to be provided by the Contractor. Easements for permanent structures or permanent changes in existing structures are to be obtained and paid for by the City unless otherwise provided in the Contract Documents. 3.8. The submission of a Bid will constitute an unequivocal representation by the Bidder that the Bidder has complied with every requirement of these Instructions to Bidders and that, without exception, the Bid is premised upon performing and furnishing the Work required by the Contract Documents by such means, methods, techniques, sequences or procedures of construction as may be indicated in or required by the Contract Documents, and that the Contract Documents are sufficient in scope and detail to indicate and convey understanding of all terms and conditions of performance and furnishing of the work. 4. INTERPRETATIONS AND ADDENDA 4.1. All questions as to the meaning or intent of the Contract Documents are to be directed in writing to the Engineer. Interpretations or clarifications considered necessary by the Engineer in response to such questions will be issued by Addenda, via the Jiffy Reprographics Plan Room to all parties recorded by the Plan Room as plan holders having received the Bidding Documents. Questions received after the time frame specified on the pre-bid meeting agenda, prior to the date for opening of Bids, may not be answered. Only information provided by formal written Addenda will be binding. Oral and other interpretations of clarifications will be without legal effect. 4.2. Addenda may also be issued to modify the Bidding Documents as deemed advisable by the City or Engineer. SECTION II Page 2 of 9 Updated 2/11/2016 SECTION II — Instructions to Bidders 5. BID SECURITY OR BID BOND 5.1. Each Bid must be accompanied by Bid Security made payable to the City of Clearwater in an amount equal to ten percent (10%) of the Bidder's maximum Bid price and in the form of a certified or cashier's check or a Proposal/Bid Bond (on form provided in Section V) issued by a surety meeting the requirements of the General Conditions. 5.2. The Bid Security of the Successful Bidder will be retained until such Bidder has executed the Agreement and furnished the required Payment and Performance bonds, whereupon the Bid Security will be returned. If the Successful Bidder fails to execute, deliver the Agreement and furnish the required Bonds within ten (10) days after the award of contract by the City Council, the City may annul the bid and the Bid Security of the Bidder will be forfeited. The Bid Security of any Bidder whom the City believes to have a reasonable chance of receiving the award may be retained by the City until the successful execution of the agreement with the successful Bidder or for a period up to ninety (90) days following bid opening. Security of other Bidders will be returned approximately fourteen (14) days after the Bid Opening. 5.3. The Bid Bond shall be issued in the favor of the City of Clearwater by a surety company qualified to do business in, and having a registered agent in, the State of Florida. 6. CONTRACT TIME 6.1. The number of consecutive calendar days within which the work is to be completed is set forth in the Technical Specifications. 7. LIQUIDATED DAMAGES 7.1. Provisions for liquidated damages are set forth in the Contract Agreement, Section V. 8. SUBSTITUTE MATERIAL AND EQUIPMENT 8.1. The contract, if awarded, will be on the basis of material and equipment described in the Drawings or specified in the Specifications without consideration of possible substitute or "or equal" items. Whenever it is indicated in the Drawings or specified in the Specifications that a substitute or "or equal" item may be furnished or used, application for its acceptance will not be considered by the Engineer until after the effective date of the Contract Agreement. The procedure for submittal of any such application is described in the General Conditions and as supplemented in the Technical Specifications. 9. SUBCONTRACTORS 9.1. If requested by the City or Engineer, the Successful Bidder, and any other Bidder so requested, shall, within seven (7) days after the date of the request, submit to the Engineer an experience statement with pertinent information as to similar projects and other evidence of qualification for each Subcontractor, supplier, person and organization to be used by the Contractor in the completion of the Work. The amount of subcontract work shall not exceed fifty percent (50%) of the Work except as may be specifically approved by the Engineer. If the Engineer, after due investigation, has reasonable objection to any proposed Subcontractor, supplier, other person or organization, he may, before recommending award of the Contract to the City Council, request the Successful Bidder to submit an acceptable substitute without an increase in Contract Price or Contract Time. If the Successful Bidder SECTION II Page 3 of 9 Updated 2/11/2016 SECTION II — Instructions to Bidders declines to make any such substitution, the City may award the contract to the next lowest and most responsive Bidder that proposes to use acceptable Subcontractors, Suppliers, and other persons and organizations. Declining to make requested substitutions will not constitute grounds for sacrificing the Bid Security to the City of any Bidder. Any Subcontractor, supplier, other person or organization listed by the Contractor and to whom the Engineer does not make written objection prior to the recommendation of award to the City Council will be deemed acceptable to the City subject to revocation of such acceptance after the Effective Date of the Contract Agreement as provided in the General Conditions. 9.2. No Contractor shall be required to employ any Subcontractor, supplier, person or organization against whom he has reasonable objection. 10. BID/PROPOSAL FORM 10.1. The Bid/Proposal Form is included with the Contract Documents and shall be printed in ink or typewritten. All blanks on the Bid/Proposal Forms must be completed. Unit Prices shall be to no more than two decimal points in dollars and cents. The Bidder must state in the Bid/Proposal Form in words and numerals without delineation's, alterations or erasures, the price for which they will perform the work as required by the Contract Documents. Bidders are required to bid on all items in the Bid/Proposal form. The lump sum for each section or item shall be for furnishing all equipment, materials, and labor for completing the section or item as per the plans and contract specifications. Should it be found that quantities or amounts shown on the plans or in the proposal, for any part of the work, are exceeded or should they be found to be less after the actual construction of the work, the amount bid for each section or item will be increased or decreased in direct proportion to the unit prices bid for the listed individual items. 10.2. Bids by corporations shall be executed in the corporate name by the president or a vice- president (or other corporate officer accompanied by evidence of authority to sign) and the corporate seal shall be affixed. The corporate address and state of incorporation shall be shown below the Signature. If requested, the person signing a Bid for a corporation or partnership shall produce evidence satisfactory to the City of the person's authority to bind the corporation or partnership. 10.3. Bids by partnerships shall be executed in the partnership name and signed by a general partner, whose title shall appear under the signature and the official address of the partnership shall be shown below the signature. 10.4. All names shall be typed or printed below the signature. 11. SUBMISSION OF BIDS 11.1. Sealed Bids shall be submitted at or before the time and at the place indicated in the Advertisement for Bids and shall be submitted in a sealed envelope with the project name and number on the bottom left hand corner. If forwarded by mail, the Bid shall be enclosed in another envelope with the notation "Bid Enclosed" on the face thereof and addressed to the City of Clearwater, attention Purchasing Manager. Bids will be received at the office indicated in the Advertisement until the time and date specified. Bids in any other form will not be accepted. 11.2. The sealed bid envelope shall contain, but not be limited to, the Proposal/Bid Bond and corresponding Power of Attorney, Affidavit, Non Collusion Affidavit, Proposal (pages one SECTION II Page 4 of 9 Updated 2/11/2016 SECTION II — Instructions to Bidders to three), Addendum Sheet, Bidder's Proposal, and Scrutinized Companies and Business Operations with Cuba and Syria Certification Form. 12. MODIFICATION AND WITHDRAWAL OF BIDS 12.1. Bids may be modified or withdrawn by an appropriate document duly executed (in the manner that a Bid must be executed) and delivered as described in the Advertisement of Bids. A request for withdrawal or a modification shall be in writing and signed by a person duly authorized to do so. Withdrawal of a Bid will not prejudice the rights of a Bidder to submit a new Bid prior to the Bid Date and Time. After expiration of the period for receiving Bids, no Bid may be withdrawn or modified. 12.2. After a bid is received by the City, the bidder may request to modify the bid for typographical or scrivener's errors only. The bidder must state in writing to the City that a typographical or scrivener's error has been made by the bidder, the nature of the error, the requested correction of the error, and what the adjusted bid amount will be if the correction is accepted by the City. The City reserves the right at its sole discretion to accept, reject, or modify any bid. 13. REJECTION OF BIDS 13.1. To the extent permitted by applicable State and Federal laws and regulations, the City reserves the right to reject any and all Bids, and to waive any and all informalities. Grounds for the rejection of a bid include but are not limited to a material omission, unauthorized alteration of form, unauthorized alternate bids, incomplete or unbalanced unit prices, or irregularities of any kind. Also, the City reserves the right to reject any Bid if the City believes that it would not be in the best interest of the public to make an award to that Bidder, whether because the Bid is not responsive or the Bidder is unqualified or of doubtful financial ability or fails to meet any other pertinent standard or criteria established by the City. The City reserves the right to decide which bid is deemed to be the lowest and best in the interest of the public. 14. DISQUALIFICATION OF BIDDER 14.1. Any or all bids will be rejected if there is any reason for believing that collusion exists among the bidders, the participants in such collusion will not be considered in future proposals for the same work. Each bidder shall execute the Non -Collusion Affidavit contained in the Contract Documents. 15. OPENING OF BIDS 15.1. Bids will be opened and read publicly at the location and time stated in the Advertisement for Bids. Bidders are invited to be present at the opening of bids. 16. LICENSES, PERMITS, ROYALTY FEES AND TAXES 16.1. The Contractor shall secure all licenses and permits (and shall pay all permit fees) except as specifically stated otherwise in the Technical Specifications. The Contractor shall comply with all Federal and State Laws, County and Municipal Ordinances and regulations, which in any manner effect the prosecution of the work. City of Clearwater building permit fees SECTION II Page 5 of 9 Updated 2/11/2016 SECTION II — Instructions to Bidders and impact fees will be waived except as specifically stated otherwise in the Technical Specifications. 16.2. The Contractor shall assume all liability for the payment of royalty fees due to the use of any construction or operation process, which is protected by patent rights except as specifically stated otherwise in the Technical Specifications. The amount of royalty fee, if any, shall be stated by the Contractor. 16.3. The Contractor shall pay all applicable sales, consumer, use and other taxes required by law. The Contractor is responsible for reviewing the pertinent State Statutes involving the sales tax and sales tax exemptions and complying with all requirements. 16.4. The City of Clearwater is exempt from state sales tax on materials purchased by the City and incorporated into the WORK. The City of Clearwater reserves the right to implement the Owner Direct Purchase (ODP) Option, as may be indicated in the Scope of Work Description in Section IV — Technical Specifications and as defined in Section III General Conditions. 17. IDENTICAL TIE BIDSNENDOR DRUG FREE WORKPLACE 17.1. In accordance with the requirements of Section 287.087 Florida Statutes regarding a Vendor Drug Free Workplace, in the event of identical tie bids, preference shall be given to bidders with drug-free workplace programs. Whenever two or more bids which are equal with respect to price, quality, and service are received by the City for the procurement of commodities or contractual services, a bid received from a business that certifies that it has implemented a drug-free workplace program shall be given preference in the award process. Established procedures for processing tie bids will be followed if none or all of the tied bidders have a drug-free workplace program. In order to have a drug-free workplace program, a contractor shall supply the City with a certificate containing the following six statements and the accompanying certification statement: (1) (2) (3) (4) (5) SECTION II Publish a statement notifying employees that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the workplace and specifying the actions that will be taken against employees for violations of such prohibition. Inform employees as to the dangers of drug abuse in the workplace, the business's policy of maintaining a drug-free workplace, any available drug counseling, rehabilitation, and employee assistance programs, and the penalties that may be imposed upon employees for drug abuse violations. Give each employee engaged in providing the commodities or contractual services that are under bid a copy of the statement specified in subsection (1). In the statement specified in subsection (1), notify the employees that, as a condition of working on the commodities or contractual services that are under bid, the employee will abide by the terms of the statement and will notify the employer of any conviction of, or plea of guilty or nolo contendere to, any violation of chapter 893, or of any controlled substance law, of the United States, or of any state, for a violation occurring in the workplace no later than five (5) days after such conviction. Impose a sanction on, or require the satisfactory participation in a drug abuse assistance or rehabilitation program if such is available in the employee's community, by any employee who is so convicted. Page 6 of 9 Updated 2/11/2016 SECTION II — Instructions to Bidders (6) Make a good faith effort to continue to maintain a drug-free workplace through implementation of this section. I certify that this firm does/does not (select only one) fully comply with the above requirements. 18. AWARD OF CONTRACT 18.1. Discrepancies between words and figures will be resolved in favor of words. Discrepancies in the multiplication of units of work and unit prices will be resolved in favor of the unit prices. Discrepancies between the indicated sum of any column of figures and the correct sum thereof will be resolved in favor of the correct sum. 18.2. In evaluating the Bids, the City will consider the qualifications of the Bidders, whether or not the Bids comply with the prescribed requirements, unit prices, and other data as may be requested in the Bid/Proposal form. The City may consider the qualifications and experience of Subcontractors, suppliers and other persons and organizations proposed by the Contractor for the Work. The City may conduct such investigations as the City deems necessary to assist in the evaluation of any Bid and to establish the responsibility, qualifications and financial ability of Bidders, proposed Subcontractors, Suppliers and other persons, and organizations to perform and furnish the Work in accordance with the Contract Documents to the City's satisfaction within the prescribed time. 18.3. If the Contract is to be awarded, it will be awarded to the lowest responsible, responsive Bidder whose evaluation by the City indicates to the City that the award will be in the best interest of the City. 18.4. Award of contract will be made for that combination of base bid and alternate bid items in the best interest of the City, however, unless otherwise specified all work awarded will be awarded to only one Contractor. 18.5. The successful bidder/contractor will be required to comply with Section 119.0701, Florida Statutes (2014), specifically to: (a) Keep and maintain public records that ordinarily and necessarily would be required by the City of Clearwater in order to perform the service; (b) Provide the public with access to public records on the same terms and conditions that the City of Clearwater would provide the records and at a cost that does not exceed the cost provided in this chapter or as otherwise provided by law; (c) Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law; and (d) Meet all requirements for retaining public records and transfer, at no cost, to the City of Clearwater all public records in possession of the contractor upon termination of the contract and destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. All records stored electronically must be provided to the public agency in a format that is compatible with the information technology systems of the City of Clearwater. 19. BID PROTEST 19.1. RIGHT TO PROTEST: SECTION II Page 7 of 9 Updated 2/11/2016 SECTION II — Instructions to Bidders Any actual bidder who is aggrieved in connection with the solicitation or award of a contract may seek resolution of his/her complaints initially with the Purchasing Manager, and if not satisfied, with the City Manager, in accordance with protest procedures set forth in this section. 19.2. PROTEST PROCEDURE: A. A protest with respect to the specifications of an invitation for bid or request for proposal shall be submitted in writing a minimum of five (5) work days prior to the opening of the bid or due date of the request for proposals, unless the aggrieved person could not have been reasonably expected to have knowledge of the facts giving rise to such protest prior to the bid opening or the closing date for proposals. Opening dates for bids or due dates for requests for proposal will be printed on the bid/request document itself. B. Protests in respect to award of contract shall be submitted in writing a maximum of five (5) work days after notice of intent to award is posted, or is mailed to each bidder, whichever is earlier. Notice of intent to award will be forwarded to bidders upon telephonic or written request. Protests of recommended award should cite specific portions of the City of Clearwater Code of Ordinances that have allegedly been violated. C. Exceptions to the five (5) day requirements noted in both A and B above may be granted if the aggrieved person could have not been reasonably expected to have knowledge of the facts giving rise to such protest prior to the bid opening, posting of intent to award, or due date for requests for proposals. Request for exceptions should be made in writing, stating reasons for the exception. D. The Purchasing Manager shall respond to the formal written protest within five (5) work days of receipt. The Purchasing Manager's response will be fully coordinated with the appropriate Department Director and the Assistant City Manager. E. If the protestor is not satisfied with the response from the Purchasing Manager, he/she may then submit in writing within five (5) work days of receipt of that response his/her reason for dissatisfaction, along with copies of his/her original formal protest letter and the response from the Purchasing Manager, to the City Manager. F. The City Manager as Purchasing Agent for the City has the final authority in the matter of protests. The City Manager will respond to the protestor within ten (10) work days of receipt of the appeal. 19.3. PROTEST FEE: When filing a formal protest, the protesting vendor must include a fee in the amount of 5% of the selected vendor's total bid to offset the City's additional expenses related to the protest. This fee shall not exceed $2,500 nor be less than $50. If either the Purchasing Manager or the City Manager upholds the protest, the City will refund 100% of the fee paid. 19.4. STAY OF PROCUREMENT DURING PROTEST: In the event of a timely protest, the Purchasing Manager shall not proceed with the solicitation or award of contract until all administrative remedies have been exhausted or until the City Manager makes written determination that the award of contract without delay is necessary to protect the best interest of the City. SECTION II Page 8 of 9 Updated 2/11/2016 SECTION II — Instructions to Bidders 20. TRENCH SAFETY ACT 20.1. The Bidder shall comply with the provisions of the City of Clearwater's Ordinance related to trench digging (Ordinance No. 7918-08) along with the Florida Trench Safety Act (Sections 553.60-553.64, Florida Statutes) and the provisions of the Occupational Safety and Health Administration's (OSHA) excavation safety standards, 29 C.F.R.s 1926.650 Subparagraph P, or current revisions of these laws. 21. CONSTRUCTION SITE EROSION AND SEDIMENT CONTROL MANAGEMENT MEASURES 21.1. The Bidder shall comply with the provisions of the Environmental Protection Agency (EPA) National Pollution Discharge Elimination System (NPDES) stormwater permit and implement stormwater pollution prevention plans (SWPPP's) or stormwater management programs (both using best management practices (BMPs) that effectively reduce or prevent the discharge of pollutants into receiving waters. A. The control of construction -related sediment loadings is critical to maintaining water quality. The implementation of proper erosion and sediment control practices during the construction stage can significantly reduce sediment loadings to surface waters. B. Prior to land disturbance, prepare and implement an approved erosion and sediment control plan or similar administrative document that contains erosion and sediment control provisions. NPDES Management Measures available at City of Clearwater Engineering Environmental Division and EPA websites to help address construction -related Best Management Practices. SECTION II Page 9 of 9 Updated 2/11/2016 SECTION III GENERAL CONDITIONS Table of Contents: 1. DEFINITIONS 1 2. PRELIMINARY MATTERS 5 2.1. DELIVERY OF BONDS AND CERTIFICATES OF INSURANCE 5 2.2. COPIES OF DOCUMENTS 5 2.3. COMMENCEMENT OF CONTRACT TIME/NOTICE TO PROCEED; STARTING THE PROJECT 5 2.4. BEFORE STARTING CONSTRUCTION 6 2.5. PRECONSTRUCTION CONFERENCE 6 2.6. PROGRESS MEETINGS 6 3. CONTRACT DOCUMENTS, INTENT 6 3.1. INTENT 6 3.2. REPORTING AND RESOLVING DISCREPANCIES 7 4. AVAILABILITY OF LANDS; SUBSURFACE AND PHYSICAL CONDITIONS; REFERENCE POINTS 7 4.1. AVAILABILITY OF LANDS 7 4.2. INVESTIGATIONS AND REPORTS 8 4.3. PHYSICAL CONDITIONS, UNDERGROUND FACILITIES 8 4.4. REFERENCE POINTS 8 5. BONDS AND INSURANCE 9 5.1. PERFORMANCE AND PAYMENT BOND/CONTRACT BOND 9 5.2. INSURANCE REQUIREMENTS 9 5.2.1. COMMERCIAL GENERAL LIABILITY INSURANCE 9 5.2.2. COMMERCIAL AUTOMOBILE LIABILITY INSURANCE 10 5.2.3. WORKERS' COMPENSATION AND EMPLOYER'S LIABILITY INSURANCE10 5.2.4. PROFESSIONAL LIABILITY/MALPRACTICE/ERRORS OR OMISSIONS INSURANCE 10 5.2.5. CONTRACTOR'S EQUIPMENT/INLAND MARINE/PROPERTY INSURANCE10 5.2.6. BUILDER'S RISK INSURANCE 10 5.3. OTHER INSURANCE PROVISIONS 10 5.4. WAIVER OF RIGHTS 11 6. CONTRACTORS RESPONSIBILITIES 12 6.1. SUPERVISION AND SUPERINTENDENCE 12 6.2. LABOR, MATERIALS AND EQUIPMENT 12 6.3. SUBSTITUTES AND "OR EQUAL" ITEMS 13 6.4. SUBCONTRACTORS, SUPPLIERS AND OTHERS 14 SECTION III i Updated 6/3/2016 SECTION III — General Conditions 6.5. USE OF PREMISES 14 6.5.1. STAGING AREAS 15 6.5.2. RESTORATION TIME LIMITS 15 6.6. LICENSE AND PATENT FEES, ROYALTIES AND TAXES 16 6.7. LAWS AND REGULATIONS 16 6.8. PERMITS 16 6.9. SAFETY AND PROTECTION 17 6.10. EMERGENCIES 17 6.11. DRAWINGS 18 6.11.1. SHOP DRAWINGS, SAMPLES, RFIs, AND SUBMITTAL REVIEW 18 6.11.2. AS -BUILT DRAWINGS 19 6.11.3. CAD STANDARDS 21 6.11.4. DELIVERABLES 23 6.12. CONTRACTOR'S GENERAL WARRANTY AND GUARANTEE 23 6.13. CONTINUING THE WORK 23 6.14. INDEMNIFICATION 23 6.15. CHANGES IN COMPANY CONTACT INFORMATION 24 6.16. PUBLIC RECORDS 24 7. OTHER WORK 25 7.1. RELATED WORK AT SITE 25 7.2. COORDINATION 25 8. OWNERS RESPONSIBILITY 26 9. OWNER REPRESENTATIVE'S STATUS DURING CONSTRUCTION26 9.1. OWNERS REPRESENTATIVE 26 9.2. CLARIFICATIONS AND INTERPRETATIONS 26 9.3. REJECTING OF DEFECTIVE WORK 27 9.4. SHOP DRAWINGS, CHANGE ORDERS, AND PAYMENTS 27 9.5. DECISIONS ON DISPUTES 27 9.6. LIMITATIONS ON OWNER REPRESENTATIVE'S RESPONSIBILITIES 28 10. CHANGES IN THE WORK 28 11. CHANGES IN THE CONTRACT PRICE 29 11.1. CHANGES IN THE CONTRACT PRICE 29 11.2. ALLOWANCES AND FINAL CONTRACT PRICE ADJUSTMENT 30 11.3. UNIT PRICE WORK 31 12. CHANGES IN THE CONTRACT TIME 31 13. TESTS AND INSPECTIONS, CORRECTION, REMOVAL OR ACCEPTANCE OF DEFECTIVE WORK 32 13.1. TESTS AND INSPECTION 32 13.2. UNCOVERING THE WORK 33 SECTION III ii Updated 6/3/2016 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 SECTION III — General Conditions 13.3. OWNER'S REPRESENTATIVE MAY STOP THE WORK 33 13.4. CORRECTION OR REMOVAL OF DEFECTIVE WORK 33 13.5. WARRANTY/CORRECTION PERIOD 34 13.6. ACCEPTANCE OF DEFECTIVE WORK 34 13.7. OWNER MAY CORRECT DEFECTIVE WORK 34 14. PAYMENTS TO CONTRACTOR AND COMPLETION 35 14.1. APPLICATION FOR PROGRESS PAYMENT 35 14.2. CONTRACTOR'S WARRANTY OF TITLE 36 14.3. REVIEW OF APPLICATIONS FOR PROGRESS PAYMENTS 36 14.4. PARTIAL UTILIZATION 37 14.5. FINAL INSPECTION 37 14.6. FINAL APPLICATION FOR PAYMENT 38 14.7. FINAL PAYMENT AND ACCEPTANCE 38 14.8. WAIVER OF CLAIMS 39 15. SUSPENSION OF WORK AND TERMINATION 39 15.1. OWNER MAY SUSPEND THE WORK 39 15.2. OWNER MAY TERMINATE 39 15.3. CONTRACTOR MAY STOP WORK OR TERMINATE 40 16. DISPUTE RESOLUTION 41 17. MISCELLANEOUS 41 17.1. SUBMITTAL AND DOCUMENT FORMS 41 17.2. GIVING NOTICE 41 17.3. NOTICE OF CLAIM 41 17.4. PROFESSIONAL FEES AND COURT COSTS INCLUDED 41 17.5. ASSIGNMENT OF CONTRACT 41 17.6. RENEWAL OPTION 42 17.7. ROLL -OFF CONTAINERS AND/OR DUMPSTERS 42 18. ORDER AND LOCATION OF THE WORK 42 19. MATERIAL USED 42 20. CONFLICT BETWEEN PLANS AND SPECIFICATIONS 42 21. OWNER DIRECT PURCHASE (ODP) 42 21.1. SALES TAX SAVINGS 42 21.2. TITLE AND OWNER RISK 43 21.3. CONTRACTOR'S RECEIPT OF MATERIALS 43 21.4. ODP RECORDS, WARRANTIES AND INDEMNIFICATION 44 22. RESIDENT NOTIFICATION OF START OF CONSTRUCTION 44 22.1. GENERAL 44 SECTION III iii Updated 6/3/2016 SECTION III — General Conditions 22.2. EXAMPLE 46 23. PROJECT INFORMATION SIGNS 46 23.1. SCOPE AND PURPOSE 46 23.2. TYPE OF PROJECT SIGN, FIXED OR PORTABLE 46 23.3. FIXED SIGN 47 23.4. PORTABLE SIGNS 47 23.5. SIGN COLORING 47 23.6. SIGN PLACEMENT 47 23.7. SIGN MAINTENANCE 47 23.8. TYPICAL PROJECT SIGN 48 24. AWARD OF CONTRACT, WORK SCHEDULE AND GUARANTEE48 25. SCRUTINIZED COMPANIES AND BUSINESS OPERATIONS WITH CUBA AND SYRIA CERTIFICATION FORM 49 SECTION III iv Updated 6/3/2016 SECTION III — General Conditions 1. DEFINITIONS Addenda Written or graphic instruments issued prior to the opening of Bids which clarify, correct or change the Bidding Requirements or the contract documents. Agent Architect, engineer or other outside agency, consultant or person acting on behalf of the City. Agreement The written contract between Owner and Contractor covering the Work to be performed; other Contract Documents are attached to the Agreement and made a part thereof as provided therein. Application for Payment The form accepted by Engineer which is to be used by Contractor in requesting progress or final payments and which is to be accompanied by such supporting documentation as is required by the Contract Documents. Approve The word approve is defined to mean satisfactory review of the material, equipment or methods for general compliance with the design concepts and with the information given in the Contract Documents. It does not imply a responsibility on the part of the Engineer to verify in every detail conformance with the Drawings and Specifications. Bid The offer or proposal of the bidder submitted on the prescribed form setting forth the prices for the work to be performed. Bidding Documents The advertisement or invitation to Bid, instructions to bidders, the Bid form, and the proposed Contact Documents (including all Addenda issued prior to receipt of Bids). Bonds Performance and payment bonds and other instruments of security. Change Order A written order to Contractor signed by Owner and Contractor authorizing an addition, deletion or revision in the Work, or an adjustment in the Contract Price or the Contract Time issued on or after the effective date of the Agreement. City The City of Clearwater, Pinellas County, Florida. Construction Inspector A person who is the authorized representative of the Construction Manager and inspects City construction projects in order to insure the Contractor's work complies with the intent of the Contract Documents. Construction Manager The person who is typically in responsible charge of City construction projects. The Construction Manager assumes responsibility for the management of construction contracts at the Preconstruction Conference. The Construction Manager chairs the SECTION III Page 1 of 50 Updated 6/3/2016 SECTION III — General Conditions Preconstruction Conference and is the authority on any disputes or decisions regarding contract administration and performance. The Construction Manager typically acts as the Owner's Representative during construction. Contract Documents The Agreement, Addenda (which pertain to the Contract Documents), Contractor's Bid (including documentation accompanying the bid and any post -Bid documentation submitted prior to the execution of the Agreement) when attached as an exhibit to the Agreement, the Bonds, Instructions to Bidders, these General Conditions, any Supplementary Conditions, the Specifications and the Drawings, any other exhibits identified in the Agreement, together with all Modifications issued after the execution of the Agreement. Contract Price The Contract price constitutes the total compensation (subject to authorized adjustments) payable by Owner to Contractor for performing the Work. Contract Time The number of days or the date stated in the Agreement for the completion of the Work. Contractor The Person with whom the Owner has entered into the Agreement. For the purposes of this contract, the person, firm or corporation with whom this contract or agreement has been made by the City of Clearwater or its duly authorized representative. Critical Path Method Construction Schedule—CPM A graphic format construction schedule that displays construction activities as they relate to one another for the purpose of identifying the most efficient way to perform the work in a timely manner. The critical path identifies which activity is critical to the execution of the schedule. Day A calendar day of twenty-four (24) hours measured from midnight to the next midnight. Defective An adjective which when modifying the word Work refers to Work that is unsatisfactory, faulty or deficient, or does not conform to the Contract Documents or does not meet the requirements of any inspection, reference standard, test or approval referred to in the Contract Documents, or has been damaged prior to Engineers recommendation of final payment. Drawings The drawings, which will be identified in Technical Specifications or the Agreement, which show the character and scope of the Work to be performed and which have been prepared or approved by Engineer and are referred to in the contract documents. Shop drawings are not Drawings as so defined. Engineer The duly appointed representative of the City Manager of the City of Clearwater. For the purposes of this contract, the City Engineer of the City of Clearwater, Pinellas County, Florida, or his authorized representative. For certain projects, the Engineer may serve as the Owner's Representative during construction. SECTION III Page 2 of 50 Updated 6/3/2016 SECTION III — General Conditions Engineer's Consultant A Person having a contract with Engineer to furnish services as Engineer's independent professional associate or consultant with respect to the Project and who is identified as such in the Supplementary Conditions. F.D.O.T Specifications The Standard Specifications for Road and Bridge Construction as issued by the Florida Department of Transportation (latest English edition). Furnish The words "furnish", "furnish and install", "install", and "provide" or words of similar meaning shall be interpreted, unless otherwise specifically stated, to mean "furnish and install complete in place and ready for service". Inspection The term "inspection" and the act of inspecting means examination of construction to ensure that it conforms to the design concept expressed in the Drawings and Specifications. These terms shall not be construed to mean supervision, superintending or overseeing. Laws and Regulations Any and all applicable laws, rules, regulations, ordinances, codes and orders of any kind of governmental bodies, agencies, authorities and courts having jurisdiction. Liens Liens, charges, security interests or encumbrances upon real property or personal property. Milestone A principal event specified in the contract Documents relating to an intermediate completion date or time prior to the final completion date. Notice to Proceed (NTP) A written notice given by the Owner to the Contractor fixing the date on which the Contract Time will commence to run and on which Contractor shall start to perform his obligations under the Contract Documents. Owner The City of Clearwater, Florida. For the purposes of this contract, the person who is the City's authorized representative from the City's Department with whom will be responsible for the maintenance and operation of the Work once the Work is completed. For certain projects, a designee of the Owner may serve as the Owner's Representative during construction. Owner's Representative Designee of the Owner with authority to act on behalf of the Owner during construction. Person A natural person, or a corporation, partnership, firm, organization, or other artificial entity. Project The total construction of which the Work to be provided under the Contract Documents may be the whole or a part as indicated elsewhere in the Contract Documents. SECTION III Page 3 of 50 Updated 6/3/2016 SECTION III — General Conditions Partial Utilization Use by Owner of a substantially completed part of the Work for the purpose for which is intended (or a related purpose) prior to Final Completion of all the Work. Representative of Contractor The Contractor shall assign a responsible person or persons, one of whom shall be at the construction site at all times that work is progressing. The names and positions of these persons shall be submitted to the City Engineer at the time of the pre -construction conference. This person or persons shall not be changed without written approval of City Engineer. Request for Information (RFI) An official written request for clarification of the intent of the contract documents from the Contractor to the Engineer. Shop Drawing All drawings, diagrams, illustrations, schedules and other data which are specifically prepared by or for Contractor to illustrate some portion of the Work and all illustrations, brochures, standard schedules, performance charts, instructions, diagrams and other information prepared by a supplier and submitted by Contractor to illustrate material or equipment for some portion of the Work. Specifications Those portions of the Contract Documents consisting of written technical descriptions of materials, equipment, construction systems, standards and workmanship as applied to the Work and certain administrative details applicable thereto. Subcontractor A person having a direct contract with Contractor or with any other Subcontractor for the performance of a part of the Work at the site. Substantial Completion The Work (or a specified part thereof) which has progressed to the point where, in the opinion of Engineer, as evidenced by Engineer's definitive certificate of Substantial Completion, it is sufficiently complete, in accordance with the Contract documents, so that the Work (or specified part) can be utilized for the purposes for which it is intended; or if no such certificate is issued, when the Work is complete and ready for final payment as evidenced by the Engineer's recommendation of final payment. The terms "substantially complete" and "substantially completed" as applied to all or part of the Work refer to Substantial Completion thereof Supplementary Conditions The part of the Contract which amends or supplements these General Conditions. Supplier A manufacturer, fabricator, supplier, distributor, material man or vendor having a direct contract with Contractor or with any Subcontractor to furnish materials or equipment to be incorporated in the Work by the Contractor. Surety Any person, firm or corporation which is bound with Contractor and which engages to be responsible for Contractor and his acceptable performance of the Work by a Bid, Performance or Payment Bond. SECTION III Page 4 of 50 Updated 6/3/2016 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 SECTION III — General Conditions Underground Facilities All pipelines, conduits, ducts, cables, wires manholes, vaults, tanks, tunnels or other such facilities or attachments, and any encasements containing such facilities which have been installed underground to furnish any of the following services or materials: electricity, gases, steam, liquid petroleum products, telephone or other communications, cable television, sewage and drainage removal or treatment, traffic or other control systems or water. Unit Price Work Work to be paid for on the basis of unit prices. Work The entire completed construction or the various separately identifiable parts thereof required to be furnished under the Contract Documents. Work includes and is the result of performing or furnishing labor and incorporating materials and equipment into the construction, and performing or furnishing services and furnishing documents, all as required by the Contract Documents. Work Change Directive A written directive to Contractor, issued on or after the Effective Date of the Agreement and signed by the Engineer, ordering an addition, deletion, or revision in the Work, or responding to differing or unforeseen physical conditions under which the Work is to be performed or emergencies. Work Change Directive will not change the Contract Price or Contract Time, but is evidence that the parties expect that the change directed or documented by a Work Change Directive will be incorporated in a subsequently issued Change Order following negotiations by the parties as to its effect, if any, on the Contract Price or Contract Times. 2. PRELIMINARY MATTERS 2.1. DELIVERY OF BONDS AND CERTIFICATES OF INSURANCE When Contractor delivers the executed Agreements to the Owner, Contractor shall also deliver to the Owner such Bonds and Certificates of Insurance as Contractor may be required to furnish by this contract. 2.2. COPIES OF DOCUMENTS Engineer shall furnish to Contractor one (1) copy of Contract Documents for execution. Additional copies will be furnished, upon request, at the cost of reproduction. 2.3. COMMENCEMENT OF CONTRACT TIME/NOTICE TO PROCEED; STARTING THE PROJECT The Contract Time will commence on the day indicated in the Notice to Proceed. Contractor shall start to perform the work on the date the Contract Time commences to run. No work shall be done at the site prior to the date that the Contract Time commences to run. Pursuant to Section 255.05(1)(b), Florida Statutes, the Notice to Proceed cannot be issued until Contractor provides City with a certified copy of the recorded bond issued by the Pinellas County Clerk of Court. SECTION III Page 5 of 50 Updated 6/3/2016 SECTION III — General Conditions 2.4. BEFORE STARTING CONSTRUCTION Before undertaking each part of the Work, Contractor shall carefully study and compare the Contract Documents and check and verify pertinent figures shown thereon and all applicable field measurements. Contractor shall promptly report in writing to Engineer any conflict, error or discrepancy which Contractor may discover; and shall obtain a written interpretation or clarification from Engineer before proceeding with any work effected thereby; however, Contractor shall not be liable to the Owner for failure to report any conflict, error or discrepancy in the Drawings or Specifications, unless Contractor had actual knowledge thereof or should reasonably have known thereof. No verbal agreement or conversation with any officer, Agent or employee of the Owner or Engineer's Consultant, either before or after the execution of this Contract, shall affect or modify any of the terms or obligations herein contained. Contractor shall not commence any work at any time without approved insurance required by these General Conditions. Failure to obtain this insurance will be the sole responsibility of the Contractor. 2.5. PRECONSTRUCTION CONFERENCE After Contract has been fully executed and before the start of the Work, the Owner's Representative shall schedule a preconstruction conference to be attended by Contractor, Engineer, Owner and others as appropriate to establish a working understanding among the parties as to the Work and to discuss the schedule of the Work and general Contract procedures. The Contractor shall submit to the Owner's Representative prior to the Notice to Proceed, a color Critical Path Method (CPM) Construction Schedule. This is to be a sequence of events including submittal review and procurement. Notice to Proceed is usually established at the preconstruction conference and such date can be inserted into the schedule at that time. The Contractor shall also submit a Submittal Schedule for review by the Engineer. This is to make sure that the list is complete and this schedule shall be the basis of a Submittal Log. The Contractor shall submit to the Owner's Representative prior to the Notice to Proceed, a completed Emergency Call List, a completed Authorized Signature List, and Verification of Illegal Discharge Construction Site Training. 2.6. PROGRESS MEETINGS The Contractor is required to attend Progress Meetings. These meetings will be scheduled on a weekly, bi-weekly, or monthly basis depending on the needs of the project. The Contractor shall bring to each meeting an updated submittal log, an updated request for information (RFI) log, a look -ahead schedule to cover the project activity from the current meeting to the next meeting, and all material test reports generated in the same time period. 3. CONTRACT DOCUMENTS, INTENT 3.1. INTENT The Contract Documents comprise the entire Agreement between Owner and the Contractor concerning the Work. They may be altered only by written agreement. The Contract Documents are complementary; what is called for by one is as binding as if called for by all. It is the intent of the Contract Documents to describe a functionally complete project (or part thereof) to be SECTION III Page 6 of 50 Updated 6/3/2016 SECTION III — General Conditions constructed in accordance with the Contract Documents. Any Work, materials or equipment which may reasonably be inferred from the Contract Documents or from prevailing custom or from trade usage as being required to produce the intended result will be furnished and performed whether or not specifically called for. When words or phrases, which have a well- known technical or construction industry or trade meaning, are used to describe Work, materials or equipment, such words or phrases shall be interpreted in accordance with that meaning. Clarifications and interpretations of the Contract Documents shall be issued by the Owner's Representative. Reference to standards, specifications, manuals or codes of any technical society, organization or association, or to the code, Laws or Regulation of any governmental authority, whether such reference be specific or by implication, shall mean the latest standard specification, manual or code, or Laws or Regulations in effect at the time of opening of Bids except as may be otherwise specifically stated in the Contract Documents. However, no provision of any referenced standard specification, manual or code, whether or not specially incorporated by reference in the responsibilities of Owner or Contractor as set forth in the Contract Documents, shall change the duties and responsibilities of Owner, Contractor, Engineer or Owner's Representative, or any of their Agents or employees from those set forth in the Contract Documents. Clarifications and interpretations of the Contract shall be issued by the Owner's Representative. Each and every provision of law and clause required by law to be inserted in these Contract documents shall be deemed to be inserted herein, and they shall be read and enforced as through it were included herein, and if through mistake or otherwise, any such provision is not inserted, or if not correctly inserted, then upon the application of either party, the Contract Documents shall forthwith be physically amended to make such insertion. 3.2. REPORTING AND RESOLVING DISCREPANCIES If, during the performance of the Work, Contractor discovers any conflict, error, ambiguity or discrepancy within the Contract Documents or between the Contract Documents and any provision of any such Law or Regulation applicable to the performance of the Work or of any such standard, specification, manual or code or of any instruction of any Supplier, Contractor shall report it to the Owner's Representative in writing at once, and Contractor shall not proceed with the Work affected thereby (except in an emergency) until an amendment or supplement to Contract Documents has been issued by one of the methods provided in these General Specifications, provided however, that Contractor shall not be liable to Owner, or Owner's Representative for failure to report any such conflict, error, ambiguity or discrepancy unless Contractor knew or reasonably should have known thereof 4. AVAILABILITY OF LANDS; SUBSURFACE AND PHYSICAL CONDITIONS; REFERENCE POINTS 4.1. AVAILABILITY OF LANDS The Owner shall furnish, as indicated in the Contract Documents, the lands upon which the Work is to be Performed, rights-of-way, easements, rights of entry for access thereto, and such other lands which are designated for the use of contractor. The Owner shall identify any encumbrances or restrictions not of general application but specifically related to use of lands so furnished with which contractor will have to comply in performing the Work. Easements for permanent structures or permanent changes in existing facilities will be obtained and paid for by the Owner, unless otherwise provided in the Contract Documents. SECTION III 1 Page 7 of 50 Updated 6/3/2016 SECTION III — General Conditions 4.2. INVESTIGATIONS AND REPORTS Reference is made to the Supplementary Conditions and Technical Specifications for identification of those reports of investigations and tests of subsurface and latent physical conditions at the site or otherwise affecting cost, progress or performance of the Work which have been relied upon by Engineer in preparation of the Drawings and Specifications. Such reports are not guaranteed as to accuracy or completeness and are not part of the Contract Documents. Contractor shall promptly notify the Owner's Representative in writing of any subsurface or latent physical conditions at the site, or in an existing structure, differing materially from those indicated or referred to in the Contract Documents. Engineer will promptly review those conditions and advise if further investigation or tests are necessary. Owner or Engineer shall obtain the necessary additional investigations and tests and furnish copies to the Engineer and Contractor. If Engineer finds that the results of such investigations or tests indicate that there are subsurface or latent physical conditions, which differ materially from those, indicated in the contract Documents, and which could not reasonably have been anticipated by Contractor, a work change or Change Order will be issued incorporating the necessary revisions. 4.3. PHYSICAL CONDITIONS, UNDERGROUND FACILITIES The information and data shown or indicated in the Contract Documents with respect to existing Underground Facilities at or contiguous to the site is based on information and data furnished to Owner or Engineer by the owners of such Underground Facilities or by others. Unless otherwise expressly provided in the Contract Documents, Owner and Engineer shall not be responsible for the accuracy or completeness of any such information or data; and the cost of all the following will be included in the Contract Price and contractor shall have full responsibility for: (i) reviewing and checking all such information and data, (ii) locating all Underground Facilities shown or indicated in the Contract Documents, (iii) coordination of the Work with the owners of such Underground Facilities during construction, and (iv) the safety and protection of all such Underground Facilities and repairing any damage thereto resulting from the Work. The Contractor is required to call the Sunshine State One Call of Florida prior to any excavation per State regulations and to notify any utility owners who are not a member of the Sunshine State One Call of Florida prior to any excavation. The Sunshine State One Call of Florida is an agency for the protection and location of utilities prior to any excavation and contact number is available in local telephone directory. 4.4. REFERENCE POINTS Engineer shall provide engineering surveys to establish reference points for construction, which in Engineer's judgment are necessary to enable Contractor to proceed with the Work. Contractor shall be responsible for laying out the Work, unless otherwise noted in the Contract, shall protect and preserve the established reference points and shall make no changes or relocations without the prior written approval of the Owner and Engineer. Contractor shall report to Engineer whenever any reference point is lost or destroyed or requires relocation because of necessary changes in grades or locations, and shall be responsible for the accurate replacement or relocation of such reference points by a surveyor licensed in the State of Florida. The Contractor is referred to the Technical Specifications for more specific information regarding the provision of construction surveys. If a City survey crew is assigned to the project and there is excessive stake replacement caused by negligence of Contractor's forces after initial line and grade have been set, as determined by the Engineer, the Contractor will be charged at the rate of $100.00 per SECTION III Page 8 of 50 Updated 6/3/2016 SECTION III — General Conditions hour. Time shall be computed for actual time on the project. All time shall be computed in one- hour increments with a minimum charge of one hour. 5. BONDS AND INSURANCE 5.1. PERFORMANCE AND PAYMENT BOND/CONTRACT BOND Contractor shall furnish a Performance and Payment Bond pursuant to Section 255.05, Florida Statutes in an amount equal to the Contract Price as security for the faithful performance and payment of all Contractor's obligations under the Contract Documents. This bond shall remain in effect at least one year after the date when final payment becomes due, unless a longer period of time is prescribed by laws and regulations or by the Contract Documents. Contractor shall also furnish such other Bonds as are required by the Supplementary Conditions. All Bonds shall be in the form prescribed by the Contract Documents in Section V and shall be executed by such sureties as are named in the current list of "Companies Holding Certificates of Authority as Acceptable Sureties on Federal Bonds and as Acceptable Reinsuring Companies" as published in Circular 570 (amended) by the Audit Staff, Bureau of Government Financial Operations, U.S. Treasury Department. All bonds signed by an agent must be accompanied by a certified copy of such agents' authority to act. All bonds shall be deemed to contain all of the Conditions of Section 255.05, Florida Statutes, even if such language is not directly contained within the bond and the Surety shall be licensed and qualified to do business in the State of Florida. Owner reserves the right to reject any surety. If the Surety on any Bond furnished by the Contractor is declared bankrupt or becomes insolvent or its right to do business is terminated in any state where any part of the Project is located or it ceases to meet the requirements of these Contract Documents, the Contractor shall within five days after notice thereof substitute another Bond and surety, both of which must be acceptable to Owner. 5.2. INSURANCE REQUIREMENTS The Contractor shall, at its own cost and expense, acquire and maintain (and cause any sub- contractors, representatives or agents to acquire and maintain) during the term with the City, sufficient insurance to adequately protect the respective interest of the parties. Coverage shall be obtained with a carrier having an AM Best Rating of A -VII or better. In addition, the City has the right to review the Contractor's deductible or self-insured retention and to require that it be reduced or eliminated. Specifically the Contractor must carry the following minimum types and amounts of insurance on an occurrence basis or in the case of coverage that cannot be obtained on an occurrence basis, then coverage can be obtained on a claims -made basis with a minimum four (4) year tail following the termination or expiration of this Agreement: The following insurance limits may be achieved by a combination of primary and umbrella/excess liability policies. 5.2.1. COMMERCIAL GENERAL LIABILITY INSURANCE Commercial General Liability Insurance coverage, including but not limited to, premises operations, products/completed operations, products liability, contractual liability, advertising injury, personal injury, death, and property damage in the minimum amount of $1,000,000 (one million dollars) per occurrence and $2,000,000 (two million dollars) general aggregate. SECTION III Page 9 of 50 Updated 6/3/2016 SECTION III — General Conditions 5.2.2. COMMERCIAL AUTOMOBILE LIABILITY INSURANCE Commercial Automobile Liability Insurance coverage for any owned, non -owned, hired or borrowed automobile is required in the minimum amount of $1,000,000 (one million dollars) combined single limit. 5.2.3. WORKERS' COMPENSATION AND EMPLOYER'S LIABILITY INSURANCE Statutory Workers' Compensation Insurance coverage in accordance with the laws of the State of Florida, and Employer's Liability Insurance in the minimum amount of $100,000 (one hundred thousand dollars) each employee each accident, $100,000 (one hundred thousand dollars) each employee by disease and $500,000 (five hundred thousand dollars) aggregate by disease with benefits afforded under the laws of the State of Florida. Coverage should include Voluntary Compensation, Jones Act, and U.S. Longshoremen's and Harbor Worker's Act coverage where applicable. Coverage must be applicable to employees, contractors, subcontractors, and volunteers, if any. 5.2.4. PROFESSIONAL LIABILITY/MALPRACTICE/ERRORS OR OMISSIONS INSURANCE Professional Liability/Malpractice/Errors or Omissions Insurance coverage appropriate for the type of business engaged in by the Contractor with minimum limits of $1,000,000 (one million dollars) per occurrence. If a claims made form of coverage is provided, the retroactive date of coverage shall be no later than the inception date of claims made coverage, unless prior policy was extended indefinitely to cover prior acts. Coverage shall be extended beyond the policy year either by a supplemental extended reporting period (ERP) of as great a duration as available, and with no less coverage and with reinstated aggregate limits, or by requiring that any new policy provide a retroactive date no later than the inception date of claims made coverage. 5.2.5. CONTRACTOR'S EQUIPMENT/INLAND MARINE/PROPERTY INSURANCE If Contractor is using its own property in connection with the performance of its obligations under this Agreement, then Contractor's Equipment—Inland Marine Insurance and/or Property Insurance on an "All Risks" basis with replacement cost coverage for property and equipment in the care, custody and control of others is recommended. City is not responsible for Contractor's (or any sub -contractors, representatives, or agents) equipment or property. 5.2.6. BUILDER'S RISK INSURANCE The City will provide at its expense, Builder's Risk Insurance for the project to cover all risks of loss in the complete and full value of the project. Contractor agrees to cooperate in a timely manner with providing any information or documentation required for the application and by the carrier as the project proceeds. 5.3. OTHER INSURANCE PROVISIONS Upon approval of this Agreement by City Council, and then annually upon the anniversary date(s) of the insurance policy's renewal date(s) for as long as this Agreement remains in effect, the Contractor will furnish the City with a Certificate of Insurance(s) (using appropriate ACORD SECTION III Page 10 of 50 Updated 6/3/2016 SECTION III — General Conditions certificate, SIGNED by the Issuer, and with applicable endorsements) evidencing all of the coverage set forth above and naming the City as an "Additional Insured." In addition when requested in writing from the City, Contractor will provide the City with certified copies of all applicable policies. The address where such certificates and certified policies shall be sent or delivered is as follows: City of Clearwater Engineering Department Attn: Construction Office Specialist P.O. Box 4748 Clearwater, FL 33758-4748 1. The Description (of Operations/Locations/Vehicles) should specify Project Name and Project Number. 2. Contractor shall provide thirty (30) days written notice of any cancellation, non -renewal, termination, material change or reduction in coverage. 3. Contractor's insurance as outlined above shall be primary and non-contributory coverage for Contractor's negligence. 4. Contractor reserves the right to appoint legal counsel to provide for the Contractor's defense, for any and all claims that may arise related to Agreement, work performed under this Agreement, or to Contractor's design, equipment, or service. Contractor agrees that the City shall not be liable to reimburse Contractor for any legal fees or costs as a result of Contractor providing its defense as contemplated herein. The stipulated limits of coverage above shall not be construed as a limitation of any potential liability to the City, and the City's failure to request evidence of this insurance shall not be construed as a waiver of Contractor's (or sub -contractors, representatives, or agents) obligation to provide the insurance coverage specified. 5.4. WAIVER OF RIGHTS The Owner and Contractor intend that all policies purchased in accordance with Article on Insurance will protect the Owner, Contractor, Subcontractors, Engineer, Engineer's Consultants and all other persons or entities identified in the Supplementary Conditions to be listed as insured or additional insured in such policies and will provide primary coverage for all losses and damages caused by the perils covered thereby. All such policies shall contain provisions to the effect that in the event of payment of any loss or damage the insurers will have no rights of recovery against any of the insured or additional insured thereunder, the Owner and Contractor waive all rights against each other and their respective officers, directors, employees and agents for all losses and damages caused by, arising out of or resulting from any of the perils covered by such policies and any other property insurance applicable to the work; and, in addition, waive all such rights against Sub -contractors, Engineer, Engineer's Consultants and all other persons or entities identified in the Supplementary Conditions to be listed as insured or additional insured under such policies for losses and damages so caused. None of the above waivers shall extend to the rights that any party making such waiver may have to the proceeds of insurance otherwise payable under any policy so issued. In addition, the Owner waives all rights against Contractor, Subcontractors, Engineer, Engineer's Consultant and the officers, directors, employees and agents of any of them for: (i) loss due to business interruption, loss of use or other consequential loss extending beyond direct physical loss or damage to the Owner property or the Work caused by, arising out of or resulting from fire or other peril, whether or not insured by the Owner and; (ii) loss or damage to the completed Project or part thereof caused by, arising out of or resulting SECTION III Page 11 of 50 Updated 6/3/2016 SECTION III — General Conditions from fire or other insured peril covered by any property insurance maintained on the completed Project or part thereof by the Owner during partial utilization, after substantial completion or after final payment. 6. CONTRACTORS RESPONSIBILITIES 6.1. SUPERVISION AND SUPERINTENDENCE Contractor shall supervise, inspect and direct the Work competently and efficiently, devoting such attention thereto and applying such skills and expertise as may be necessary to perform the Work in accordance with the Contract Documents. Contractor shall be solely responsible for the means, methods, techniques, sequences and procedures of construction. Contractor shall not be responsible for the negligence of others in the design or specification of a specific means, method, technique, sequence or procedure of construction which is shown or indicated in and expressly required by the Contract Documents. Contractor shall be responsible to see that the completed work complies accurately with the Contract Documents. Contractor shall keep on the work at all times during its progress a competent resident superintendent, who shall not be replaced without notice to the Owner's Representative except under extraordinary circumstances. The superintendent will be Contractor's representative at the site and shall have authority to act on behalf of Contractor. All communications to the superintendent shall be as binding as if given to Contractor. The Contractor's superintendent shall keep a mobile cell phone on his person so he can be contacted whenever necessary. Contractor shall employ only competent persons to do the work and whenever the Owner's Representative shall notify Contractor, in writing, that any person on the work appears to be incompetent, unfaithful, disorderly, disrespectful or otherwise unsatisfactory, such person shall be removed from the project and shall not again be employed on it except with the written consent of the Owner's Representative. Contractor represents the City of Clearwater and shall conduct themselves in a professional manner to the public at all times. Contractor shall reimburse Owner for additional engineering and inspection costs incurred as a result of overtime work in excess of the regular working hours or on the Owner normally approved holidays. At such times when Inspector overtime is required, the Contractor shall sign an overtime slip documenting such hours and the Contractor shall be provided a copy for his records. At the end of the project and prior to payment of withheld retainage funds, the Contractor shall deliver to the Owner a check made out to the Owner of Clearwater for full reimbursement of all Inspector overtime hours. Withheld retainage shall not be released until the Owner has received this check. Minimum number of chargeable hours for inspection costs on weekends or holidays shall be four hours. The cost of overtime inspection per hour shall be $80.00 per hour. Contractor shall provide and maintain in a neat and sanitary condition, such sanitary accommodations for the use of Contractor's employees as may be necessary to comply with the requirements of Laws and Regulations and the Engineer. 6.2. LABOR, MATERIALS AND EQUIPMENT Contractor shall provide competent, suitably qualified personnel to survey, lay out and construct the work as required by the Contract Documents. Contractor shall at all times maintain good SECTION III Page 12 of 50 Updated 6/3/2016 SECTION III — General Conditions discipline and order at the site. Except as otherwise required for the safety or protection of persons or the work or property at the site or adjacent thereto, and except as otherwise indicated in the Contract Documents, all work at the site shall be performed during regular working hours. Contractor shall adhere to the Community Development Code, Section 3-1508 regarding noise restrictions from 6:00 p.m. to 7:00 a.m. any day and all day Sunday. Contractor will not permit overtime work or the performance of work on Saturday, Sunday, or any legal holiday without Owner consent given after prior notice to Engineer. Unless otherwise specified in the General Requirements, Contractor shall furnish and assume full responsibility for all materials, equipment, labor, transportation, construction equipment and machinery, tools, appliances, fuel, power, light, heat, telephone, water, sanitary facilities, temporary facilities, and all other facilities and incidentals necessary for the furnishing, performance, testing, start-up and completion of the Work. All materials and equipment installed in the Work shall be of good quality and new, except as otherwise provided in the Contract Documents. If required by Engineer, Contractors shall furnish satisfactory evidence (including reports of required tests) as to the quality of materials and equipment. The Contractor shall provide suitable and secure storage for all materials to be used in the Work so that their quality shall not be impaired or injured. Materials that are improperly stored, may be rejected by the Engineer without testing. All materials and equipment shall be applied, installed, connected, erected, used, cleaned and conditioned in accordance with the instructions of the applicable manufacturer, fabricator, supplier, or distributor, except as otherwise provided in the Contract Documents. The City of Clearwater, at its sole discretion, reserves the right to purchase major equipment or materials to be incorporated into the Work under the Owner Direct Purchase (ODP) Option, per Section III, Article 21. In such event, the Contractor shall cooperate and assist the Owner of Clearwater, at no additional cost, to implement the ODP documents and procedures. 6.3. SUBSTITUTES AND "OR EQUAL" ITEMS Whenever an item of material or equipment is specified or described in the Contract Documents by using the name of a proprietary item or the name of a particular Supplier, the specification or description is intended to establish the type, function and quality required. Unless the specification or description contains or is followed by words reading that no like, equivalent or "or equal" item or no substitution is permitted, other items of material or equipment or material or equipment of other Suppliers may be accepted by Engineer. If in Engineer's sole discretion an item of material or equipment proposed by Contractor is functionally equal to that named and sufficiently similar so that no change in related Work will be required, it may be considered by Engineer for approval. If in the Engineer's sole discretion an item of material or equipment proposed by Contractor does not qualify as an "or equal" item, it may be considered as a proposed substitute item. Contractor shall submit sufficient information as required by the Engineer to allow the Engineer to determine that the item of material or equipment proposed is essentially equivalent to that named and is an acceptable substitute therefore. Request for review of proposed substitute and "or equal" will be not be accepted by Engineer from anyone other than Contractor. Request for substitute and "or equal" items by Contractor must be submitted in writing to Owner's Representative and will contain all information as Engineer deems necessary to make a determination. Request for substitute shall identify why a substitute is submitted and include advantages to the Owner. All data provided by Contractor in support of any proposed substitute SECTION III Page 13 of 50 Updated 6/3/2016 SECTION III — General Conditions or "or equal" item will be at Contractor's expense. Engineer will be allowed a reasonable time to evaluate each proposal or submittal made per this paragraph. Engineer will be sole judge of acceptability. 6.4. SUBCONTRACTORS, SUPPLIERS AND OTHERS The Contractor shall deliver to the Owner's Representative before or at the preconstruction conference a list of all Subcontractors, suppliers and other persons and organizations proposed by the Contractor for Work to be performed on the Project. The Contractor shall include with this list the qualifications and references for each Subcontractor, supplier or other person and organization for review and approval. Any changes to this list must be submitted to the Owner's Representative for approval prior to the substitution of any Subcontractors, suppliers or other persons and organizations before performing any Work on the Project for the Contractor. Contractor shall be fully responsible to Owner and Engineer for all acts and omissions of the Subcontractors, Suppliers and other persons performing or furnishing any of the work under a direct or indirect contract with Contractor just as Contractor is responsible for Contractor's own acts and omissions. Nothing in the Contract Documents shall create for the benefit of any such Subcontractor, Supplier or other person any contractual relationship between Owner or Engineer and any Subcontractor, Supplier or other person, nor shall it create any obligation on the part of Owner or Engineer to pay or to see to the payment of any moneys due any such Subcontractor, Supplier or other person. Contractor shall be solely responsible for scheduling and coordinating the work of Subcontractors, Suppliers and other persons performing or furnishing any of the work under a direct or indirect contract with Contractor. Contractor shall require all Subcontractors, Suppliers and such other persons performing or furnishing any of the work to communicate with the Engineer through Contractor. The divisions and sections of the Specifications and the identifications of any Drawings shall not control Contractor in dividing the work among Subcontractors or Suppliers or delineating the work to be performed by any specific trade. All work performed for Contractor by a Subcontractor or Supplier will be pursuant to an appropriate agreement between Contractor and the Subcontractor or Supplier which specifically binds the Subcontractor or Supplier to the applicable terms and conditions of the Contract Documents for the benefit of Owner and Engineer. Contractor shall not pay or employ any Subcontractor, Supplier or other person or organization whether initially or as a substitute, against whom Owner or Engineer may have reasonable objection. Contractor shall not be required to employ any Subcontractor, Supplier or other person or organization to furnish or perform any of the work against whom Contractor has reasonable objection. Owner or Engineer will not undertake to settle any differences between Contractor and his Subcontractors or between Subcontractors. 6.5. USE OF PREMISES Contractor shall confine construction equipment, the storage of materials and equipment and the operations of works to the site and land areas identified in and permitted by the Contract Documents on other land areas permitted by Laws and Regulations, right-of-way, permits and easements, and shall not unreasonably encumber the premises with construction equipment or other materials or equipment. Contractor shall assume full responsibility for any damage to any SECTION III Page 14 of 50 Updated 6/3/2016 SECTION III — General Conditions such land or area, or to the owner or occupant thereof or of any adjacent land or areas, resulting from the performance of the Work. Should any claim be made by any such owner or occupant because of the performance of the Work, Contractor shall promptly settle with such other party by negotiation or otherwise resolve the claim by arbitration or other dispute resolution proceed in or at law. Contractor shall, to the fullest extent permitted by Laws and Regulations, indemnify and hold harmless Owner, Engineer, Engineer's Consultant and their officials, directors, employees and agents from and against all claims, costs, losses and damages arising out of or resulting from any claim or action, legal or equitable, brought by any such owner or occupant against Owner, Engineer or any other party indemnified hereunder to the extent caused by or based upon Contractor's performance of the Work. During the progress of the Work, Contractor shall keep the premises free from accumulations of waste materials, rubbish and other debris resulting from the Work. At the completion of the Work or at intervals established by the Engineer, Contractor shall remove all waste materials, rubbish and debris from and about the premises as well as all tools, appliances, construction equipment and machinery and surplus materials. Contractor shall restore to original condition all property not designated for alteration by the Contract Documents. 6.5.1. STAGING AREAS The Contactor shall obtain and deliver to the City written permission for the use of all staging and storage areas outside of the Limits of Construction. Use of right of way within the limits of construction must be approved by the City. All applicable erosion control, tree barricade and restoration, including time limits, specifications, etc., must be followed. 6.5.2. RESTORATION TIME LIMITS The timely restoration of all impacted areas, especially right-of-ways, is very important to the Citizens of Clearwater; therefore these time limits are imposed: • Debris piles shall be removed within five (5) consecutive calendar days. • Concrete driveways and sidewalks shall be replaced within ten (10) consecutive calendar days of removal. Resident access shall be maintained at all times. • All arterial and collector roadways shall be restored ASAP. • Local streets and asphalt driveways shall be restored as soon as a sufficient quantity is generated, however, this is never to exceed fifteen (15) consecutive calendar days. Local and resident access shall be maintained at all times. • Any irrigation systems or components damaged or impacted by construction activities shall be repaired or replaced "in-kind" within forty-eight (48) hours to minimize the loss of turfgrass or landscape plantings, particularly during periods of drought. • Sod must be restored "in-kind" within fourteen (14) consecutive calendar days of a successful pipe pressure test, removal of concrete forms, backfill of excavations, replacement of driveways or sidewalks or other project specific milestone. It must be watered for a period of thirty (30) days after it is placed. Erosion control and dust control of denuded areas must be maintained at all times. If the project or a portion of it does not involve right -of ways, then a different schedule of sod restoration may be considered. SECTION III Page 15 of 50 Updated 6/3/2016 SECTION III — General Conditions 6.6. LICENSE AND PATENT FEES, ROYALTIES AND TAXES Contractor shall pay all license fees and royalties and assume all costs incident to the use in the performance of the work or the incorporation in the Work of any invention, design, process, product or device which is the subject of patent rights or copyrights held by others. If a particular invention, design, process, product or device is specified in the Contract Documents for use in the performance of the work and if to the actual knowledge of Owner or Engineer its use is subject to patent rights or copyrights calling for the payment of any license fee or royalty to others, the existence of such rights shall be disclosed by Owner or Engineer in the Contract Documents. To the fullest extent permitted by Laws and Regulations, Contractor shall indemnify and hold harmless Owner, Engineer, Engineer's Consultants and the officers, directors, employees, agents and other consultants of each and any of them from and against all claims, costs, losses and damages arising out of or resulting from any infringement of patent rights or copyrights incident to the use in the performance of the Work or resulting from the incorporation in the Work of any invention, design, process, product or device not specified in the Contract Documents, and shall defend all such claims in connection with any alleged infringement of such rights. Contractor shall pay all sales, consumer, use and other taxes required to be paid by Contractor in accordance with the Laws and Regulations of the State of Florida and other governmental agencies, which are applicable during the performance of the work. 6.7. LAWS AND REGULATIONS Contractor shall give all notices and comply with all Laws and Regulations applicable to furnishing and performance of the Work. Except where otherwise expressly required by applicable Laws and Regulations, neither Owner nor Owner's Representative shall be responsible for monitoring Contractor's compliance with any Laws or Regulations. If Contractor performs any work knowing or having reason to know that it is contrary to Laws or Regulations, Contractor shall bear all claims, costs, losses and damages caused by or arising out of such work: however, it shall not be Contractor's primary responsibility to make certain that the Specifications and Drawings are in accordance with Laws and Regulations, but this shall not relieve Contractor of Contractor's obligations to the Owner to report and resolve discrepancies as described above. When City projects include Federal or State funding, the requirements of Executive Order 11-02 shall be adhered to utilizing the Homeland Security E -Verify System to verify employment eligibility. 6.8. PERMITS Unless otherwise provided in the Supplementary Conditions, Contractor shall obtain and pay for all construction permits and licenses. The Owner shall assist Contractor, when necessary, in obtaining such permits and licenses. Contractor shall pay all governmental charges and inspection fees necessary for the prosecution of the Work, which are applicable at the time of opening of Bids. Contractor shall pay all charges of utility owners for connections to the work, and the Owner shall pay all charges of such utility owners for capital costs related thereto such as plant investment fees. Unless otherwise stated in the Contract Documents, Clearwater Building Permit Fees will be waived. SECTION III Page 16 of 50 Updated 6/3/2016 SECTION III —General Conditions 6.9. SAFETY AND PROTECTION Contractor shall be responsible for initiating, maintaining and supervising all safety precautions and programs in connection with the Work. Contractor shall take all necessary precautions for the safety of, and shall provide the necessary protection to prevent damage, injury or loss to: (i) all persons on the work site or who may be affected by the work, (ii) all the Work and materials and equipment to be incorporated therein, whether in storage on or off the site; and (iii) other property at the site or adjacent thereto, including trees, shrubs, lawns, walks, pavements, roadways, structures, utilities and Underground Facilities not designated for removal, relocation or replacement in the course of construction. In the event of temporary suspension of the work, or during inclement weather, or whenever Owner's Representative may direct; Contractor shall, and shall cause Subcontractors, to protect carefully the Work and materials against damage or injury from the weather. If, in the opinion of the Owner's Representative, any portion of Work or materials shall have been damaged or injured by reason of failure on the part of the Contractor or any Subcontractors to so protect the Work, such Work and materials shall be removed and replaced at the expense of Contractor. The Contractor shall initiate and maintain an accident prevention program which shall include, but shall not be limited to the establishment and supervision of programs for the education and training of employees in the recognition, avoidance and prevention of unsafe conditions and acts. Contractor shall provide first aid services and medical care to his employees. The Contractor shall develop and maintain an effective fire protection and prevention program and good housekeeping practices at the site of contract performance throughout all phases of construction, repair, alteration or demolition. Contractor shall require appropriate personal protective equipment in all operations where there is exposure to hazardous conditions. The Engineer may order that the work stop if a condition of immediate danger to the Owner's employees, equipment or if property damage exists. This provision shall not shift responsibility or risk of loss for injuries of damage sustained from the Contractor to Owner, and the Contractor shall remain solely responsible for compliance with all safety requirements and for the safety of all persons and property at the site of Contract performance. The Contractor shall instruct his employees required to handle or use toxic materials or other harmful substances regarding their safe handling and use. The Contractor shall take the necessary precautions to protect pedestrians and motorists from harm, and to prevent disruptions of such traffic due to construction activity. Contractor shall comply with all applicable Laws and Regulations of any public body having jurisdiction for safety of persons or property and to protect them from damage, injury or loss; and shall erect and maintain all necessary safeguards for such safety and protection. Contractor shall notify owners of adjacent property and of Underground Facilities and utility owners when execution of the work may affect them, and shall cooperate with them in the protection, removal, relocation and replacement of their property. All damage, injury or loss to any property caused, directly or indirectly, in whole or part, by Contractor, any Subcontractor, Supplier or any other person or organization directly or indirectly employed by any of them to perform or furnish any of the work or anyone for whose acts any of them may be liable, shall be remedied by Contractor. Contractor's duties and responsibilities for safety and for protection of the Work shall continue until such time as all the Work is completed and Engineer has issued a notice to Owner and Contractor that the Work is acceptable. 6.10. EMERGENCIES In emergencies affecting the safety or protection of persons or the Work or property at the site or adjacent thereto, Contractor, with or without special instruction or authorization from Owner or SECTION III Page 17 of 50 Updated 6/3/2016 SECTION III — General Conditions the Owner's Representative, is obligated to act to prevent damage, injury or loss. Contractor shall give Engineer prompt written notice if Contractor believes that any significant changes in the Work or variations from the Contract Documents have been caused thereby. If the Owner's Representative determines that a change in the Contract Documents is required because of the action taken by Contractor in response to such an emergency, a Work Change Directive or Change Order will be issued to document the consequences of such action. 6.11. DRAWINGS 6.11.1. SHOP DRAWINGS, SAMPLES, RFIs, AND SUBMITTAL REVIEW Contractor shall submit Shop Drawings to Engineer for review and approval as called for in the Technical Specifications or required by the Engineer. The data shown on the Shop Drawings will be complete with respect to quantities, dimensions, specified performance and design criteria, materials and similar data to show Engineer the materials and equipment Contractor proposes to provide and to enable Engineer to review the information. Contractor shall also submit Samples to Engineer for review and approval. Before submitting each Shop Drawing or Sample, Contractor shall have determined and verified: (i) all field measurements, quantities, dimensions, specified performance criteria, installation requirements, materials, catalog numbers and similar information with respect thereto, (ii) all materials with respect to intended use, fabrication, shipping, handling, storage, assembly and installation pertaining to the performance of the Work, and (iii) all information relative to Contractor's sole responsibilities in respect to means, methods, techniques, sequences and procedures of construction and safety precautions and programs incident thereto. Contractor shall also have reviewed and coordinated each Shop Drawing or Sample with other Shop Drawings and Samples with the requirements of the Work and the Contract Documents. Each submittal will have a transmittal cover sheet identifying the shop drawing name, number, and technical specification reference; will bear a stamp or specific written indication that Contractor has satisfied Contractor's obligations under the Contract Documents with respect to Contractor's review and approval of that submittal. At the time of submission, Contractor shall give Engineer specific written notice of such variations, if any, that the Shop Drawing or Sample submitted may have from the requirements of the Contract Documents, such notice to be in a written communication separate from the submittal; and, in addition, shall cause a specific notation to be made on each Shop Drawing and Sample submitted to Engineer for review and approval of each such variation. The Contractor shall maintain a submittal log as mentioned in Article 2.5. The Engineer shall receive updated copies at each progress meeting, and the Engineer shall respond to each submittal within fourteen (14) consecutive calendar days. The Contractor shall maintain a request for information (RFI) log as mentioned in Article 2.5. The Engineer shall receive updated copies at each progress meeting, and the Engineer shall respond to each RFI within fourteen (14) consecutive calendar days. The untimely submission of Submittal or RFIs shall not be grounds for a delay claim from the Contractor. Engineer's review and approval of Shop Drawings and Samples will be only to determine if the items covered by the submittals will, after installation or incorporation in the Work, conform to the information given in the Contract Documents and be compatible with the design concept of the completed Project as a functioning whole as indicated the Contract Documents. Engineer's review and approval will not extend to means, methods, techniques, sequences or procedures of construction (except where a particular means method, technique, sequence or procedure of SECTION III Page 18 of 50 Updated 6/3/2016 SECTION III — General Conditions construction is specifically and expressly called for by the Contract Documents) or to safety precautions or programs incident thereto. The review and approval of a separate item as such will not indicate approval of the assembly in which the item functions. Contractor shall make corrections required by Engineer, and shall return the required number of corrected copies of Shop Drawings and submit as required new Samples for review and approval. Contractor shall direct specific attention in writing to revisions other than the corrections called for by Engineer on previous submittals. Engineer's review and approval of Shop Drawings or Samples shall not relieve Contractor from responsibility for any variation from the requirements of the Contract Documents unless Contractor has in writing called Engineer's attention to each such variation at the time of submission and Engineer has given written approval of each such variation by specific written notation thereof incorporated in or accompanying the Shop Drawing or Sample approval; nor will any approval by the Engineer relieve the Contractor from responsibility for complying with the requirements of paragraph above discussing field measurements by the Contractor. Contractor shall furnish required submittals with complete information and accuracy in order to achieve required approval of an item within two (2) submittals. Owner's Representative reserves the right to backcharge Contractor, for Engineer's costs for resubmittals that account for a number greater than twenty percent (20%) of the total number of first time submittals, per the approved initial submittal log. Owner's Representative reserves the right to backcharge Contractor for all third submittals. The number of first time submittals shall be equal to the number of submittals agreed to by Engineer and Contractor. All costs to Engineer involved with subsequent submittal of Shop Drawings, Samples or other items requiring approval will be backcharged to Contractor at the rate of 3.0 times direct technical labor cost by deducting such costs from payments due Contractor for Work completed. In the event that Contractor requests a substitution for a previously approved item, all of Engineer's costs in the reviewing and approval of the substitution will be backcharged to Contractor, unless the need for such substitution is beyond the control of Contractor. 6.11.2. AS -BUILT DRAWINGS The Contractor shall keep and maintain one set of blueprints, As -Built Drawings, in good order and legible condition to be continuously marked -up at the job site. The Contractor shall mark and annotate neatly and clearly all project conditions, locations, configurations and any other changes or deviations which may vary from the details represented on the original Contract Plans, including revisions made necessary by Addenda, Shop Drawings, and Change Orders during the construction process. The Contractor shall record the horizontal and vertical locations, in the plan and profile, of all buried utilities that differ from the locations indicated or which were not indicated on the Contract Plans and buried (or concealed), construction and utility features which are revealed during the construction period. The As -Built Drawings shall be available for inspection by the Engineer, Engineer's Consultant, and the Owner's Representative at all times during the progress of the Project. The As -Built Drawings shall be reviewed by the Owner's Representative, or his designee, for accuracy and compliance with the requirements of "As -Built Drawings" prior to submittal of the monthly pay requests. The pay requests shall be rejected if the marked -up redline prints do not conform to the "As -Built Drawings" requirements. As -Built Drawings shall be submitted to the Owner Inspector for approval upon completion of the project and prior to acceptance of final pay SECTION III Page 19 of 50 Updated 6/3/2016 SECTION III — General Conditions request. Final pay request shall not be processed until As -Built Drawings have been reviewed by the Engineer or the Engineer's Consultant for accuracy and completeness. Prior to placing new potable water mains in service, the Contractor shall provide the Engineer intersection drawings, as specified for the water mains. The Owner's acceptance of the "As -Built Drawings" does not relieve the Contractor of the sole responsibility for the accuracy and completeness of the As -Built Drawings. 6.11.2.1. General The Contractor shall prepare an "AS -BUILT SURVEY" per chapter 57-17.052, Florida Administrative Code (see definition below), signed and sealed by a Florida registered land surveyor. The contractor will deliver to the Owner two hard copies of signed and sealed As -Built Drawings and an AutoCAD file. 5J-17.050 Definition: (10)(a) As -Built Survey: a survey performed to obtain horizontal and/or vertical dimensional data so that constructed improvements may be located and delineated: also known as Record Survey. This survey shall be clearly titled "As -Built Survey" and shall be signed and sealed by a Florida registered land surveyor. The survey must be delivered to the Owner of Clearwater Construction Division upon substantial completion of the project. If this condition is not met, the Owner will procure the services of a Professional Surveyor and Mapper registered in the State of Florida and will back charge the contractor a fee of $1,800 per day or any portion thereof to provide the Owner with the required As -Built Survey. 6.11.2.2. Sanitary and Storm Sewer Piping Systems 1. Manholes and inlets shall be located by survey coordinates (northing, easting and elevation) based on the approved horizontal and vertical datum or utilize the stationing supplied on the construction plans. New and replaced service connections shall be dimensioned to the nearest downstream manhole. All manholes, cleanouts and catch basin invert and rim elevations, manhole and catch basin dimensions, pipe sizes, and pipe material shall also be noted on the plan view and also on the profile if one exists. The terminal ends of all subdrains, inverts of all pipe in structures, and the flow line of inlets shall also be noted on the plan view and also on the profile if one exists. 2. Pipe materials and areas of special construction shall be noted. 6.11.2.3. Pressure Pipe construction (Water, Reclaimed Water, Forcemain) All pipes shall be located by survey coordinates (northing, easting and elevation) based on the approved horizontal and vertical datum or utilize the stationing supplied on the construction plans. Coordinates shall be at all pipe bends, tees, valves, reducers, and deflections. Also all new and replaced service connections for potable and reclaimed water will be located as described above. Additionally there must be survey coordinates no further than 100 feet apart on linear type construction and shall denote top of pipe elevation at those points. 6.11.2.4. Electrical and Control Wiring The as -built drawings shall include all changes to the original Contract Plans. The as -built drawings shall also include the size, color, and number of wires and conduit. For projects where this information is too voluminous to be contained on the blueline prints, the Contractor shall SECTION III Page 20 of 50 Updated 6/3/2016 1 1 1 1 1 1 1 1 1 1 1 1 1 SECTION III — General Conditions prepare supplemental drawings, on same size sheets as the blueline prints, showing the additional conduit runs, 1 -line diagrams, ladder diagrams, and other information. The wiring schematic diagrams shall show termination location and wiring identification at each point on the ladder diagram. 6.11.2.5. Horizontal and Vertical Control The As -Built survey shall be based on the original datum used for the construction design plans or if required by the Owner the datum shall be referenced to the North American Datum of 1983/90 (horizontal) and the North American Vertical Datum of 1988. The unit of measurement shall be the United States Foot. Any deviation or use of any other datum, (horizontal and or vertical), must be approved by the Owner of Clearwater Engineering Department. 6.11.2.6. Standards The As -Built survey shall meet the Minimum Technical Standards per Chapter 5J-17 and the Clearwater CAD STANDARDS set forth below. In addition to locating all improvements that pertain to the as -built survey it is the requirement of the Owner to have minimum location points at every change in direction and no more than 100 feet apart on all pressure pipes. 6.11.2.7. Other The As -Built drawings shall reflect any differences from the original Contract Plans, in the same level of detail and units of dimensions as the Plans. 6.11.3. CAD STANDARDS 6.11.3.1. Layer Naming 6.11.3.1.1. Prefixes and Suffixes 6. DI prefix denotes digitized or scanned entities EP prefix denotes existing points - field collected EX prefix denotes existing entities - line work and symbols PR prefix denotes proposed entities - line work and symbols FU prefix denotes future entities (proposed but not part of this contract) - line work and symbols TX suffix denotes text — use for all text, no matter the prefix GAS gas lines and appurtenances ELEC power lines and appurtenances PHONE telephone lines and appurtenances CABLE cable TV lines and appurtenances BOC curbs WALK sidewalk SECTION III Page 21 of 50 Updated 6/3/2016 SECTION III — General Conditions WATER water lines and appurtenances, sprinklers STORM storm lines and appurtenances TREES trees, bushes, planters SANITARY sanitary lines and appurtenances FENCE all fences BLDG buildings, sheds, finished floor elevation DRIVE driveways EOP edge of pavement without curbs TRAFFIC signal poles, control boxes TOPBANK top of bank TOESLOPE toe of slope TOPBERM top of berm TOEBERM toe of berm SEAWALL seawall CONCSLAB concrete slabs WALL walls, except seawall SHORE shoreline, water elevation CL centerline of road CLD centerline of ditch CLS centerline of swale CORNER property corners, monumentation BENCH benchmark, temporary benchmarks Other layers may be created as required, using above format. 6.11.3.2. Layer Properties All layers will use standard AutoCAD linetypes, bylayer. All layers will use standard AutoCAD colors, bylayer. All text will use standard AutoCAD fonts. 6.11.3.3. Text Styles Text style for EX layers will use the simplex font, oblique angle of 0°, and a text height of .008 times the plot scale. Text style for PR and FU layers will use the simplex font, oblique angle of 22.5°, and a text height of .010 times the plot scale. SECTION III Page 22 of 50 Updated 6/3/2016 SECTION III — General Conditions 6.11.4. DELIVERABLES The as -built survey shall be produced on bond material, 24" x 36" at a scale of 1 "=20' unless approved otherwise. The consultant shall deliver two hard copies and one digital copy of all drawings. Requested file formats are: Autodesk DWG and Adobe PDF files. Please address any questions regarding format to Mr. Tom Mahony, at (727) 562-4762 or e-mail address Thomas.Mahony@myClearwater.com. 6.12. CONTRACTOR'S GENERAL WARRANTY AND GUARANTEE Contractor warrants and guarantees to Owner, Engineer and Engineer's Consultants that all Work will be in accordance with the Contract Documents and will not be defective. Contractor's warranty and guarantee hereunder includes defects or damage caused by abuse, vandalism, modification or operation by persons other than Contractor, Subcontractors or Suppliers. Until the acceptance of the Work by the Owner, the Work shall be under the charge and care of the Contractor, and he shall take every necessary precaution against injury or damage to any part thereof by action of the elements, or from any other cause whatsoever, arising from the execution or non -execution of the Work. The Contractor shall rebuild, repair and make good, at his own expense, all injuries or damages to any portion of the Work occasioned by any cause before its completion and final acceptance by the Owner. In addition, "the Contractor shall remedy any defects in the work at his own expense and pay for any damage to other work resulting therefrom which appear within a period of one year from the date of final acceptance". Contractor's warranty and guarantee hereunder excludes improper maintenance and operation by Owner's employees and normal wear and tear under normal usage for any portion of the Work, which has been partially accepted by the Owner for operation prior to final acceptance by the Owner. Contractor's obligation to perform and complete the Work in accordance with the Contract Documents shall be absolute. None of the following will constitute an acceptance of Work that is not in accordance with the Contract Documents or a release of Contractor's obligation to perform the Work in accordance with the Contract Documents: (i) observations by Owner's Representative, (ii) recommendation of any progress or final payment by Owner's Representative, (iii) the issuance of a certificate of Substantial Completion or any payment by the Owner to contractor under the Contract Documents, (iv) use or occupancy of the Work or any part thereof by Owner, (v) any acceptance by Owner or any failure to do so, (vi) any review and approval of a Shop Drawing or Sample submittal or the issuance of a notice of Acceptance by the Engineer. 6.13. CONTINUING THE WORK Contractor shall carry on the work and adhere to the progress schedule during all disputes or disagreements with the Owner. No work shall be delayed or postponed pending resolution of any disputes or disagreements, except as the Owner or Contractor may otherwise agree in writing. 6.14. INDEMNIFICATION To the fullest extent permitted by law, Contractor agrees to defend, indemnify, and hold the City, its officers, agents, and employees, harmless from and against any and all liabilities, demands, claims, suits, losses, damages, causes of action, fines or judgments, including costs, attorneys', witnesses', and expert witnesses' fees, and expenses incident thereto, relating to, arising out of, SECTION III Page 23 of 50 Updated 6/3/2016 SECTION III — General Conditions or resulting from: (i) the services provided by Contractor personnel under this Agreement; (ii) any negligent acts, errors, mistakes or omissions by Contractor or Contractor personnel; and (iii) Contractor or Contractor personnel's failure to comply with or fulfill the obligations established by this Agreement. Contractor will update the City during the course of the litigation to timely notify the City of any issues that may involve the independent negligence of the City that is not covered by this indemnification. The City assumes no liability for actions of Contractor and will not indemnify or hold Contractor or any third party harmless for claims based on this Agreement or use of Contractor -provided supplies or services. Notwithstanding anything contained herein to the contrary, this indemnification provision shall not be construed as a waiver of any immunity to which Owner is entitled or the extent of any limitation of liability pursuant to § 768.28, Florida Statutes. Furthermore, this provision is not intended to nor shall be interpreted as limiting or in any way affecting any defense Owner may have under § 768.28, Florida Statutes or as consent to be sued by third parties. 6.15. CHANGES IN COMPANY CONTACT INFORMATION Contractor shall notify Owner by US mail addressed to the City Engineer of any changes in company contact information. This includes: contact phone, address, project manager, email addresses, etc. 6.16. PUBLIC RECORDS The ENGINEER will be required to comply with Section 119.0701, Florida Statutes (2014), specifically to: a) b) c) d) Keep and maintain public records required by the city of Clearwater (hereinafter "public agency") to perform the service being provided by the contractor hereunder. Upon request from the public agency's custodian of public records, provide the public agency with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided for in Chapter 119, Florida Statutes, as many be amended from time to time, or as otherwise provided by law. Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law for the duration of the contract term and following completion of the contract if the contractor does not transfer the records to the public agency. Upon completion of the contract, transfer, at no cost, to the public agency all public records in possession of the contractor or keep and maintain public records required by the public agency to perform the service. If the contractor transfers all public records to the public agency upon completion of the contract, the contractor shall destroy any public records that are exempt or confidential and exempt from public records disclosure requirements. If the contractor keeps and maintains public records upon completion of the contract, the contractor shall meet all applicable requirements for the retaining public records. All records stored electronically must be provided to the public agency, upon request from the public agency's custodian of public records in a format that is compatible with the information technology systems of the public agency. SECTION III Page 24 of 50 Updated 6/3/2016 SECTION III—General Conditions e) A request to inspect or copy public records relating to a public agency's contract for services must be made directly to the public agency. If the public agency does not possess the requested records, the public agency shall immediately notify the contractor of the request and the contractor must provide the records to the public agency or allow the records to be inspected or copied within a reasonable time. f) The Contractor hereby acknowledges and agrees that if the contractor does not comply with the public agency's request for records, the public agency shall enforce the contract provisions in accordance with the contract. g) A Contractor who fails to provide the public records to the public agency within a reasonable time may be subject to penalties under Section 119.10, Florida Statutes. h) If a civil action is filed against a contractor to compel production of public records relating to a public agency's contract for services, the court shall assess and award against the contractor the reasonable costs of enforcement, including reasonable attorney fees, if: 1. The court determines that the contractor unlawfully refused to comply with the public records request within a reasonable time; and 2. At least 8 business days before filing the action, the plaintiff provided written notice of the public request, including a statement that the contractor has not complied with the request, to the public agency and to the contractor. i) A notice complies with subparagraph (h)2. if it is sent to the public agency's custodian of public records and to the contractor at the contractor's address listed on its contract with the public agency or to the contractor's registered agent. Global Express Guaranteed, or certified mail, with postage or shipping paid by the sender and with evidence of delivery, which may be in an electronic format. j) A contractor who complies with a public records request within 8 business days after the notice is sent is not liable for the reasonable costs of enforcement. 7. OTHER WORK 7.1. RELATED WORK AT SITE The City reserves the right to have its own forces enter the construction site at any time and perform work as necessary in order to perform infrastructure repair or maintenance, whether related to the project or not. The Contractor will allow complete access to all utility owners for these purposes. The City may have its own forces perform new work related to the project, however, this work will be identified in the Contract Scope of Work and coordination will be such that this activity is denoted in the Contractor's CPM Schedule so as not to cause any delays or interference with the Contractor's work or schedule. 7.2. COORDINATION If the Owner contracts with others for the performance of other work on the Project at the site, the following will be set forth in the Scope of Work: (i) the person who will have authority and responsibility for coordination of the activities among the various prime contractors will be identified; (ii) the specific matters to be covered by such authority and responsibility will be itemized; and (iii) the extent of such authority and responsibilities will be provided. Unless otherwise provided in the Supplementary Conditions, the Owner shall have sole authority and responsibility in respect of such coordination. SECTION III Page 25 of 50 Updated 6/3/2016 SECTION III—General Conditions 8. OWNERS RESPONSIBILITY Except as otherwise provided in these General Conditions, the Owner shall issue all communications from the Owner to the Contractor through Owner's Representative. The Owner shall furnish the data required of the Owner under the Contract Documents promptly and shall make payments to Contractor promptly when they are due as provided in these General Conditions. The Owner is obligated to execute Change Orders as indicated in the Article on Changes In The Work. The Owner's responsibility in respect of certain inspections, tests, and approvals is set forth in the Article on Tests and Inspections. In connection with the Owner's right to stop work or suspend work, see the Article on Engineer may Stop the Work. The Article on Suspension of Work and Termination deals with the Owner's right to terminate services of Contractor under certain circumstances. Owner shall not supervise, direct or have control or authority over, nor be responsible for, Contractor's means, methods, techniques, sequences or procedures of construction or the safety precautions and programs incident thereto, or for any failure of Contractor to comply with Laws and Regulations applicable to the furnishing or performance of the Work. The Owner will not be responsible for Contractor's failure to perform or furnish the Work in accordance with the Contract Documents. 9. OWNER REPRESENTATIVE'S STATUS DURING CONSTRUCTION 9.1. OWNERS REPRESENTATIVE Dependent of the project type, the Owner's Representative during the construction period will either be the Construction Manager, the Engineer, or a designee of the Project's Owner. The duties, responsibilities and the limitations of authority of Owner's Representative during construction are set forth in the Contract Documents and shall not be extended without written consent of Owner and Engineer. 9.2. CLARIFICATIONS AND INTERPRETATIONS Engineer will issue with reasonable promptness such written clarifications or interpretations of the requirements of the Contract Documents regarding design issues only, in the form of Submittal responses, RFI responses, Drawings or otherwise, as Engineer may determine necessary, which shall be consistent with the intent of and reasonably inferable from Contract Documents. All other clarifications and interpretations of the Contract Documents shall be issued form the Owner's Representative. Such written clarifications and interpretations will be binding on the Owner and Contractor. If Contractor believes that a written clarification or interpretation justifies an adjustment in the Contract Price or the Contract Time and the parties are unable to agree to the amount or extent thereof, if any, Contractor may make a written claim therefore as provided in the Articles for Change of Work and Change of Contract Time. SECTION III Page 26 of 50 Updated 6/3/2016 SECTION III — General Conditions 9.3. REJECTING OF DEFECTIVE WORK The Owner's Representative or the Engineer will have authority to disapprove or reject Work which Owner's Representative or the Engineer believes to be defective, or that Owner's Representative or the Engineer believes will not produce a completed Project that conforms to the Contract Documents or that will prejudice the integrity of the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. The Owner's Representative or the Engineer will also have authority to require special inspection or testing of the Work whether or not the Work is fabricated, installed or completed. 9.4. SHOP DRAWINGS, CHANGE ORDERS, AND PAYMENTS In connection with Engineer's authority as to Shop Drawings and Samples, see articles on Shop Drawings and Samples. In connection with Owner's Representative authority as to Change Orders, see the articles on Changes of Work, Contract Price and Contract Time. In connection with Owner's Representative authority as to Applications for Payment, see the articles on Payments to Contractor and Completion. 9.5. DECISIONS ON DISPUTES The Owner's Representative will be the initial interpreter of the requirements of the Contract Documents and judge of the acceptability of the work thereunder. Claims, disputes and other matters relating to the acceptability of the work or the interpretation of the requirements of the Contract Documents pertaining to the performance and furnishing of the work and Claims under the Articles for Changes of Work, Changes of Contract Time and Changes of Contract Price will be referred initially to Owner's Representative in writing with a request for a formal decision in accordance with this paragraph. Written notice of each such claim, dispute or other matter will be delivered by the claimant to Owner's Representative and the other party to the Agreement promptly, but in no event later than thirty (30) days, after the start of the occurrence or event giving rise thereto, and written supporting data will be submitted to Owner's Representative and the other party within sixty (60) days after the start of such occurrence or event unless Owner's Representative allows an additional period of time for the submission of additional or more accurate data in support of such claim, dispute or other matter. The opposing party shall submit any response to Owner's Representative and the claimant within thirty (30) days after receipt of the claimant's last submittal, unless Owner's Representative allows additional time. Owner's Representative will render a formal decision in writing within thirty (30) days after receipt of the opposing party's submittal, if any, in accordance with this paragraph. Owner Representative's written decision on such claim, dispute or other matter will be final and binding upon the Owner and Contractor unless (i) an appeal from Owner Representative's decision is taken within thirty (30) days of the Owner Representative's decision, or the appeal time which may be stated in a Dispute Resolution Agreement between Owner and Contractor for the settlement of disputes or (ii) if no such Dispute Resolution Agreement has been entered into, a written notice of intention to appeal from Owner Representative's written decision is delivered by the Owner or Contractor to the other and to Owner's Representative within thirty (30) days after the date of such decision and a formal proceeding is instituted by the appealing party in a forum of competent jurisdiction to exercise such rights or remedies as the appealing party may have with respect to such claim, dispute or other matter in accordance with applicable Laws and Regulations within sixty (60) days of the date of such decision, unless otherwise agreed in writing by the Owner and Contractor. SECTION III Page 27 of 50 Updated 6/3/2016 SECTION III — General Conditions When functioning as interpreter and judge, Owner's Representative will not show partiality to the Owner or Contractor and will not be liable in connection with any interpretation or decision rendered in good faith in such capacity. The rendering of a decision by Owner's Representative with respect to any such claim, dispute or other matter will be a condition precedent to any exercise by the Owner or Contractor of such rights or remedies as either may otherwise have under the Contract Documents or by Laws or Regulations in respect of any such claim, dispute or other matter pursuant the Article on Dispute Resolution. 9.6. LIMITATIONS ON OWNER REPRESENTATIVE'S RESPONSIBILITIES Neither Owner Representative's authority or responsibility under this paragraph or under any other provision of the Contract Documents nor any decision made by Owner's Representative in good faith either to exercise or not exercise such authority or responsibility or the undertaking, exercise or performance of any authority or responsibility by Owner's Representative shall create, impose or give rise to any duty owed by Owner's Representative to Contractor, any Subcontractor, any Supplier, any other person or organization or to any surety for or employee or agent of any of them. Owner's Representative will not supervise, direct, control or have authority over or be responsible for Contractor's means, methods, techniques, sequences or procedures of construction, or the safety precautions and programs incident thereto, or for any failure of Contractor to comply with Laws and Regulations applicable to the furnishing or performance of the work. Owner's Representative will not be responsible for Contractor's failure to perform or furnish the work in accordance with the Contract Documents. Owner's Representative will not be responsible for the acts or omissions of Contractor or of any Subcontractor, any Supplier, or of any other person or organization performing or furnishing any of the work. Owner Representative's review of the final Application for Payment and accompanying documentation and all maintenance and operating instructions, schedules, guarantees, bonds and certificates of inspection, tests and approvals and other documentation required to be delivered by the Contractor will only be to determine generally that their content complies with the requirements of the Contract Documents and, in the case of certificates of inspections, tests and approvals that the results certified indicate compliance with the Contract Documents. The limitations upon authority and responsibility set forth in this paragraph shall also apply to Owner Representative's CEI, the Engineer's Consultants, and assistants. 10. CHANGES IN THE WORK Without invalidating the Agreement and without notice to any surety, the Owner may, at any time or from time to time, order additions, deletions or revisions in the Work. Such additions, deletions or revisions will be authorized by a Written Amendment, a Change Order, or a Work Change Directive. Upon receipt of any such document, Contractor shall promptly proceed with the Work involved which will be performed under the applicable conditions of the Contract Documents (except as may otherwise be specifically provided). If the Owner and Contractor are unable to agree as to the extent, if any, of an adjustment in the Contract Price or an adjustment of the Contract Time that should be allowed as a result of a Work Change Directive, a claim may be made therefore as provided in these General Conditions. SECTION III Page 28 of 50 Updated 6/3/2016 SECTION III — General Conditions Contractor shall not be entitled to an increase in the Contract Price or an extension of the Contract Time with respect to any Work performed that is not required by the Contract Documents as amended, modified and supplemented as provided in these General Conditions except in the case of an emergency as provided or in the case of uncovering work as provided in article for Uncovering Work. The Owner and Contractor shall execute appropriate Change Orders or Written Amendments recommended by Owner's Representative covering: • changes in the work which are (i) ordered by the Owner (ii) required because of acceptance of defective work under the article for Acceptance of Defective Work or correcting defective Work under the article for Owner May Correct Defective Work or (iii) agreed to by the parties; • changes in the Contract Price or Contract Time which are agreed to by the parties; and • changes in the Contract Price or Contract Time which embody the substance of any written decision rendered by Owner's Representative pursuant to the article for Decisions on Disputes; • provided that, in lieu of executing any such Change Order, an appeal may be taken from any such decision in accordance with the provisions of the Contract Documents and applicable Laws and Regulations, but during any such appeal, Contractor shall carry on the Work and adhere to the progress schedule as provided in the article for Continuing the Work. If notice of any change affecting the general scope of the work or the provisions of the Contract Documents (including, but not limited to, Contract Price or Contract Time) is required by the provisions of any I3ond to be given to a surety, the giving of any such notice will be Contractor's responsibility, and the amount of each applicable Bond will be adjusted accordingly. 11. CHANGES IN THE CONTRACT PRICE 11.1. CHANGES IN THE CONTRACT PRICE The Contract Price constitutes the total compensation (subject to authorized adjustments) payable to Contractor for performing the Work. All duties, responsibilities and obligations assigned to or undertaken by Contractor shall be at Contractor's expense without change in the Contract Price. The Contract Price may only be adjusted by a Change Order or by a Written Amendment. Any claim for an adjustment in the Contract Price shall be based on a written notice of claim stating the general nature of the claim, to be delivered by the party making the claim to the other party and to Owner's Representative or promptly (but in no event later than thirty days) after the start of the occurrence or event giving rise to the claim. Notice of the amount of the claim with supporting data shall be delivered within sixty (60) days after the start of such occurrence or event, unless Owner's Representative allows additional time for claimant to submit additional or more accurate data in support of the claim, and shall be accompanied by claimant's written statement that the claimed adjustment covers all known amounts to which the claimant is entitled as a result of said occurrence or event. No claim for an adjustment in the Contract Price will be valid if not submitted in accordance with this paragraph. The value of any Work covered by a Change Order or of any claim for an adjustment in the Contract Price will be determined as follows: (i) where the Work involved is covered by unit prices contained in the Contract Documents, by application of such unit prices to the quantities of the items involved (ii) where the Work involved is not covered by unit prices contained in the Contract Documents, by SECTION III Page 29 of 50 Updated 6/3/2016 SECTION III — General Conditions a mutually agreed lump sum (which may include an allowance for overhead and profit), (iii) where the Work is not covered by unit prices contained in the Contract Documents and agreement is reached to establish unit prices for the Work. Where the work involved is not covered by unit prices contained in the Contract Documents and where the Owner's Representative, the Owner, the Engineer, the Engineer's Consultant, and Contractor cannot mutually agree on a lump sum price, the City of Clearwater shall pay for directed changes in the Work, on "COST REIMBURSEMENT" basis. The Contractor shall apply for compensation, detailing Contractors forces, materials, equipment, subcontractors, and other items of direct costs required for the directed work. The application for Cost Reimbursement shall be limited to the following items: 1. Labor, including foremen, for those hours associated with the direct work (actual payroll cost, including wages, fringe benefits, labor insurance and labor taxes established by law). Expressly excluded from this item are all costs associated with negotiating the subject change. 2. Materials associated with the change, including sales tax. The costs of materials shall be substantiated through vendors' invoices. 3. Rental or equivalent rental costs of equipment, including necessary transportation costs if specifically used for the Work. The rental rates shall not exceed the current rental rates prevailing in the locality or as defined in the rental Rate Blue Book for Construction Equipment (a.k.a. DataQuest Blue Book). The rental rate is defined as the full -unadjusted base rental rate for the appropriate item of construction equipment and shall cover the costs of all fuel, supplies, repairs, insurance, and other costs associated with supplying the equipment for work ordered. Contractor -owned equipment will be paid for the duration of time required to complete the work. Utilize lowest cost combination of hourly, daily, weekly, or monthly rates. Do not exceed estimated operating costs given in Blue Book. Operating costs will not be allowed for equipment on stand-by. 4. Additional costs for Bonds, Insurance if required by the City of Clearwater. The following fixed fees shall be added to the costs of the directed work performed by the Contractor or Subcontractor. A. A fixed fee of fifteen percent (15%) shall be added to the costs of Item 1 above. If work is performed by a subcontractor, the Contractor's fee shall not exceed five percent (5%), and the subcontractor's fee shall not exceed ten percent (10%). B. A fixed fee of ten percent (10%) shall be added to the costs of Item 2 above. C. No markup shall be added to the costs of Items 3 and 4. The fixed fees shall be considered the full compensation for all cost of general supervision, overhead, profit, and other general expense. 11.2. ALLOWANCES AND FINAL CONTRACT PRICE ADJUSTMENT It is understood that Contractor has included in the Contract Price all allowances so named in the Contract Documents and shall cause the Work so covered to be furnished and performed for such sums as may be acceptable to Owner and Engineer. Contractor agrees that: (i) the allowances SECTION III Page 30 of 50 Updated 6/3/2016 SECTION III — General Conditions include the cost to Contractor (less any applicable trade discounts) of materials and equipment required by the allowances to be delivered at the Site, and all applicable taxes; and (ii) Contractor's costs for unloading and handling on the site, labor, installation costs, overhead, profit and other expenses contemplated for the allowances have been included in the Contract Price and not in the allowances and no demand for additional payment on account of any of the foregoing will be valid. Prior to final payment, an appropriate Change Order will be issued as recommended by Owner's Representative to reflect actual amounts due Contractor on account of Work covered by allowances and all the Work actually performed by the Contractor, and the Contract Price shall be correspondingly adjusted. 11.3. UNIT PRICE WORK. Where the Contract Documents provide that all or part of the Work is to be Unit Price Work, initially the Contract Price will be deemed to include for all Unit Price Work an amount equal to the sum of the established unit price for each separately identified item of unit price work times the estimated quantity of each item as indicated in the Agreement. The estimated quantities of items of Unit Price Work are not guaranteed and are solely for the purpose of comparison of Bids and determining an initial Contract Price. Determinations of the actual quantities and classifications of Unit Price Work performed by Contractor will be made by Owner's Representative. Each unit price will be deemed to include an amount considered by Contractor to be adequate to cover Contractor's overhead and profit for each separately identified item. The Owner or Contractor may make a claim for an adjustment in the Contract Price if: (i) the quantity of any item of Unit Price Work performed by Contractor differs materially and significantly from the estimated quantity of such item indicated in the Contract Documents; and (ii) there is no corresponding adjustment with respect to any other item of Work; and (iii) if Contractor believes that Contractor is entitled to an increase in Contract Price as a result of having incurred additional expense or the Owner believes that the Owner is entitled to a decrease in Contract Price and the parties are unable to agree as to the amount of any such increase or decrease. On unit price contracts, Owner endeavors to provide adequate unit quantities to satisfactorily complete the construction of the project. It is expected that in the normal course of project construction and completion that not all unit quantities will be used in their entirety and that a finalizing change order which adjusts contract unit quantities to those unit quantities actually used in the construction of the project will result in a net decrease from the original Contract Price. Such reasonable deduction of final Contract Price should be anticipated by the Contractor in his original bid. 12. CHANGES IN THE CONTRACT TIME The Contract Time (or Milestones) may only be changed by a Change Order or a Written Amendment. Any claim for an adjustment of the Contract Time (or Milestones) shall be based on written notice delivered by the party making the claim to the other party and to Owner's Representative promptly, but in no event later than thirty (30) days, after the occurrence of the event giving rise to the claim and stating the general nature of the claim. Notice of the extent of the claim with supporting data shall be delivered within sixty (60) days after such occurrence, unless Owner's Representative allows an additional period of time to ascertain more accurate data in support of the claim, and shall be accompanied by the claimant's written statement that the adjustment claimed is the entire adjustment to which the claimant has reason to believe it is entitled as a result of the occurrence of said event. All claims for adjustment in the Contract SECTION III Page 31 of 50 Updated 6/3/2016 SECTION III — General Conditions Time (or Milestones) shall be determined by Owner's Representative. No claim for an adjustment in the Contract Time (or Milestones) will be valid if not submitted in accordance with the requirements of this paragraph. All time limits stated in the Contract Documents are of the essence of the Agreement. Where Contractor is prevented from completing any part of the work within the Contract Time (or Milestones) due to delay beyond the control of Contractor, the Contract Time (or Milestones) may be extended in an amount equal to the time lost due to such delay if a claim is made therefore as provided in the article for Changes in the Work. Delays beyond the control of Contractor shall include, but not be limited to, acts by the Owner, acts of utility owners or other contractors performing other work as contemplated by the article for Other Work, fires, floods, epidemics, abnormal weather conditions or acts of God. Delays attributable to and within the control of a Subcontractor or Supplier shall be deemed to be delays within the control of Contractor. Where Contractor is prevented from completing any part of the Work within the Contract Times (or Milestones) due to delay beyond the control of both the Owner and Contractor, an extension of the Contract Time (or Milestones) in an amount equal to the time lost due to such delay shall be Contractor's sole and exclusive remedy for such delay. In no event shall the Owner be liable to Contractor, any Subcontractor, any Supplier, any other person, or to any surety for or employee or agent of any of them, for damages arising out of or resulting from (i) delays caused by or within the control of Contractor, or (ii) delays beyond the control of both parties including but not limited to fires, floods, epidemics, abnormal weather conditions, acts of God or acts by utility owners or other contractors performing other work as contemplated by paragraph for Other Work. 13. TESTS AND INSPECTIONS, CORRECTION, REMOVAL OR ACCEPTANCE OF DEFECTIVE WORK 13.1. TESTS AND INSPECTION Contractor shall give Owner's Representative and Engineer timely notice of readiness of the Work for all required inspections, tests or approvals, and shall cooperate with inspection and testing personnel to facilitate required inspections or tests. Contractor shall employ and pay for the services of an independent testing laboratory to perform all inspections, tests, or approvals required by the Contract Documents. The costs for these inspections, tests or approvals shall be borne by the Contractor except as otherwise provided in the Contract Documents. If Laws or Regulations of any public body having jurisdiction require any Work (or part thereof) specifically to be inspected, tested or approved by an employee or other representative of such public body including all Owner Building Departments and Owner Utility Departments, Contractor shall assume full responsibility for arranging and obtaining such inspections, tests or approvals, pay all costs in connection therewith, and furnish Owner's Representative the required certificates of inspection or approval. Unless otherwise stated in the Contract Documents, Owner permit and impact fees will be waived. Contractor shall also be responsible for arranging and obtaining and shall pay all costs in connection with any inspections, tests or approvals required for Owner's and Engineer's acceptance of materials or equipment to be incorporated in the Work, SECTION III Page 32 of 50 Updated 6/3/2016 SECTION 111— General Conditions or of materials, mix designs, or equipment submitted for approval prior to Contractor's purchase thereof for incorporation of the Work. If any Work (or the work of others) that is to be inspected tested or approved is covered by Contractor without written concurrence of Owner's Representative, it must, if requested by Owner's Representative, be uncovered for observation. Uncovering Work as provided in this paragraph shall be at Contractor's expense unless Contractor has given Owner's Representative and Engineer timely notice of Contractor's intention to cover the same and Owner's Representative has not acted with reasonable promptness in response to such notice. 13.2. UNCOVERING THE WORK If any Work is covered contrary to the written request of Owner's Representative, it must, if requested by Owner's Representative, be uncovered for Owner Representative's observation and replaced at Contractor's expense. If Owner's Representative considers it necessary or advisable that covered Work be observed by Owner's Representative or inspected or tested by others, Contractor, at Owner Representative's request, shall uncover, expose or otherwise make available for observation, inspection or testing as Engineer or Owner's Representative may require, that portion of the Work in question, furnishing all necessary labor, material and equipment. If it is found that such Work is defective, Contractor shall pay all claims, costs, losses and damages caused by, arising out of or resulting from such uncovering, exposure, observation, inspection and testing and of satisfactory replacement or reconstruction (including but not limited to all costs of repair or replacement of work of others); and the Owner shall be entitled to an appropriate decrease in the Contract Price for the costs of the investigation, and, if the parties are unable to agree as to the amount thereof, may make a claim therefore as provided in the article for Change in Contract Price. If, however, such Work is not found to be defective, Contractor shall be allowed an increase in the Contract Price or an extension of the Contract Time (or Milestones), or both, directly attributable to such uncovering, exposure, observation, inspection, testing, replacement and reconstruction; and, if the parties are unable to agree as to the amount or extent thereof, Contractor may make a claim therefore as provided the article for Change in Contract Price and Change of Contract Time. 13.3. OWNER'S REPRESENTATIVE MAY STOP THE WORK If the Work is defective, or Contractor fails to supply sufficient skilled workers or suitable materials or equipment, or fails to furnish or perform the Work in such a way that the completed Work will conform to the Contract Documents, Engineer or Owner's Representative may order Contractor to stop the Work, or any portion thereof, until the cause for such order has been eliminated; however, this right of Owner's Representative to stop the Work shall not give rise to any duty on the part of Owner's Representative or Owner to exercise this right for the benefit of Contractor or any surety or other party. If the Owner's Representative stops Work under this paragraph, Contractor shall be entitled to no extension of Contract Time or increase in Contract Price. 13.4. CORRECTION OR REMOVAL OF DEFECTIVE WORK If required by Engineer or Owner's Representative, Contractor shall promptly, as directed, either correct all defective Work, whether or not fabricated, installed or completed, or, if the Work has been rejected by Engineer or Owner's Representative, remove it from the site and replace it with Work that is not defective. Contractor shall pay all claims, costs, losses and damages caused by SECTION III Page 33 of 50 Updated 6/3/2016 SECTION III — General Conditions or resulting from such correction or removal (including but not limited to all costs of repair or replacement of work of others). 13.5. WARRANTY/CORRECTION PERIOD If within one year after the date of Substantial Completion or such longer period of time as may be prescribed by Laws or Regulations or by the terms of any applicable special guarantee required by the Contract Documents or by any specific provision of the Contract Documents, any Work is found to be defective, Contractor shall promptly, without cost to the Owner and in accordance with the Owner's written instructions; (i) correct such defective Work, or, if it has been rejected by the Owner, remove it from the site and replace it with Work that is not defective and (ii) satisfactorily correct or remove and replace any damage to other Work or the work of others resulting therefrom. If Contractor does not promptly comply with the terms of such instructions, or in an emergency where delay would cause serious risk of loss or damage, the Owner may have the defective Work corrected or the rejected. Work removed and replaced, and all claims, costs, losses and damages caused by or resulting from such removal and replacement (including but not limited to all costs of repair or replacement of work of others) will be paid by Contractor. In special circumstances where a particular item of equipment is placed in continuous service before Final Completion of all the Work, the correction period for that item may start to run from an earlier date if specifically and expressly so provided in the Specifications or by Written Amendment. Where defective Work (and damage to other Work resulting therefrom) has been corrected, removed or replaced under this paragraph the correction period hereunder with respect to such Work will be extended for an additional period of one year after such correction or removal and replacement has been satisfactorily completed. 13.6. ACCEPTANCE OF DEFECTIVE WORK If, instead of requiring correction or removal and replacement of defective Work, the Owner prefers to accept it, the Owner may do so. Contractor shall pay all claims, costs, losses and damages attributable to the Owner's evaluation of and determination to accept such defective Work such costs to be approved by Owner's Representative as to reasonableness. If any such acceptance occurs prior to Owner Representative's recommendation of final payment, a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work; and the Owner shall be entitled to an appropriate decrease in the Contract Price, and, if the parties are unable to agree as to the amount thereof, the Owner may make a claim therefore as provided in article for Change of Contract Price. If the acceptance occurs after the Owner Representative's recommendation for final payment an appropriate amount will be paid by Contractor to the Owner. 13.7. OWNER MAY CORRECT DEFECTIVE WORK If Contractor fails within a reasonable time after written notice from Owner's Representative to correct defective Work or to remove and replace rejected Work as required by Owner's Representative in accordance with the article for Correction and Removal of Defective Work or if Contractor fails to perform the Work in accordance with the Contract Documents, or if SECTION III Page 34 of 50 Updated 6/3/2016 SECTION III — General Conditions Contractor fails to comply with any other provision of the Contract Documents, the Owner may, after seven days' written notice to Contractor, correct and remedy any such deficiency. In exercising the rights and remedies under this paragraph the Owner shall proceed expeditiously. In connection with such corrective and remedial action, the Owner may exclude Contractor from all or part of the site, take possession of all or part of the Work, and suspend Contractor's services related thereto, and incorporate in the Work all materials and equipment stored at the site or for which the Owner has paid Contractor but which are stored elsewhere. Contractor shall allow Owner, Owner's Representatives, Agents and employees, the Owner's other contractors, and Owner's Representative, Engineer, and Engineer's Consultants access to the site to enable the Owner to exercise the rights and remedies under this paragraph. All claims, costs, losses and damages incurred or sustained by the Owner in exercising such rights and remedies will be charged against Contractor and a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work; and the Owner shall be entitled to an appropriate decrease in the Contract Price, and, if the parties are unable to agree as to the amount thereof, the Owner may make a claim therefore as provided in the article for Change of Contract Price. Such claims, costs, losses and damages will include but not be limited to all costs of repair or replacement of work of others destroyed or damaged by correction, removal or replacement of Contractor's defective Work. Contractor shall not be allowed an extension of the Contract Time (or Milestones) because of any delay in the performance of the Work attributable to the exercise by the Owner of the Owner's rights and remedies hereunder. 14. PAYMENTS TO CONTRACTOR AND COMPLETION Requests for payment shall be processed in accordance with F.S. 218.735 and as described herein. Progress payments on account of Unit Price Work will be based on the number of units completed. 14.1. APPLICATION FOR PROGRESS PAYMENT Contractor shall submit (not more often than once a month) to Owner's Representative for review an Application for Payment filled out and signed by Contractor covering the Work completed once each month and accompanied by such supporting documentation as is required by the Owner's Representative and the Contract Documents. Unless otherwise stated in the Contract Documents, payment will not be made for materials and equipment not incorporated in the Work. Payment will only be made for that portion of the Work, which is fully installed including all materials, labor and equipment. A retainage of not less than five (5%) of the amount of each Application for Payment for the total of all Work, including as -built survey and Inspector overtime reimbursement, completed to date will be held until final completion and acceptance of the Work covered in the Contract Documents. No progress payment shall be construed to be acceptance of any portion of the Work under contract. The Contractor shall review with the Engineer or the Construction Inspector all quantities and work for which payment is being applied for and reach agreement prior to submittal of an Official Pay Request. The Engineer or the Construction Inspector will verify that the on-site marked up as -built drawings are up to date with the work and are in compliance with the Contract Documents. In addition to all other payment provisions set out in this contract, the Owner's Representative may require the Contractor to produce for Owner, within fifteen (15) days of the approval of any progress payment, evidence and/or payment affidavit that all subcontractors and suppliers have SECTION III Page 35 of 50 Updated 6/3/2016 SECTION III — General Conditions been paid any sum or sums then due. A failure on the part of the contractor to provide the report as required herein shall result in further progress or partial payments being withheld until the report is provided. 14.2. CONTRACTOR'S WARRANTY OF TITLE Contractor warrants and guarantees that title to all Work, materials and equipment covered by any Application for Payment, whether incorporated in the Project or not, will pass to the Owner no later than the time of payment, free and clear of liens. No materials or supplies for the Work shall be purchased by Contractor or Subcontractor subject to any chattel mortgage or under a conditional sale contact or other agreement by which an interest is retained by the seller. Contractor warrants that he has good title to all materials and supplies used by him in the Work, free from all liens, claims or encumbrances. Contractor shall indemnify and save the Owner harmless from all claims growing out of the lawful demands of Subcontractors, laborers, workmen, mechanics, materialmen, and furnisher's of machinery and parts thereof, equipment, power tools, and all supplies incurred in the furtherance of the performance of this Contract. Contractor shall at the Owner's request, furnish satisfactory evidence that all obligations of the nature hereinabove designated have been paid, discharged, or waived. If Contractor fails to do so, then the Owner may, after having served written notice on said Contractor either pay unpaid bills, of which the Owner has written notice, or withhold from the Contractor's unpaid compensation a sum of money deemed reasonably sufficient to pay any and all such lawful claims until satisfactory evidence is furnished that all liabilities have been fully discharged, whereupon payment to Contractor shall be resumed in accordance with the terms of this Contract, but in no event shall the provisions of this sentence be construed to impose any obligations upon the Owner to the Contractor or the Surety. In paying any unpaid bills of the Contractor, the Owner shall be deemed the agent of Contractor and any payment so made by the Owner shall be considered as payment made under the Contract by the Owner to Contractor, and the Owner shall not be liable to Contractor for any such payment made in good faith. 14.3. REVIEW OF APPLICATIONS FOR PROGRESS PAYMENTS The Owner's Representative will within twenty (20) business days after receipt authorize and process payment by the Owner a properly submitted and documented Application for payment, unless the application requires review by an Agent. If the Application for payment requires review and approval by an Agent, properly submitted and documented Applications for payment will be paid by the Owner within twenty-five (25) business days. If an Application for payment is rejected, notice shall be given within twenty (20) business days of receipt indicating the reasons for refusing payment. The reasons for rejecting an Application will be submitted in writing, specifying deficiencies and identifying actions that would make the Application proper. In the latter case, Contractor may make the necessary corrections and resubmit the Application. The Owner's Representative or Agent may refuse to recommend the whole or any part of any payment to Owner. Owner's Representative or Agent may also refuse to recommend any such payment, or, because of subsequently discovered evidence or the results of subsequent inspections or test, nullify any such payment previously recommended, to such extent as may be necessary in Owner Representative's or Agent's opinion to protect the Owner from loss because: (i) the Work is defective, or completed Work has been damaged requiring correction or replacement, (ii) the Contract Price has been reduced by amendment or Change Order, (iii) the Owner has been required to correct defective Work or complete Work, or (iv) Owner's SECTION III Page 36 of 50 Updated 6/3/2016 SECTION III — General Conditions Representative or Agent has actual knowledge of the occurrence of any of the events enumerated in the article on Suspension of Work and Termination. The Owner may refuse to make payment of the full amount recommended by the Owner's Representative or Agent because: (i) claims have been made against the Owner on account of Contractor's performance or furnishing of the Work, (ii) Liens have been filed in connection with the Work, except where Contractor has delivered a specific Bond satisfactory to the Owner to secure the satisfaction and discharge of such Liens, (iii) there are other items entitling the Owner to a set-off against the amount recommended, or (iv) the Owner has actual knowledge of any of the events described in this paragraph. The Owner shall give Contractor notice of refusal to pay in accordance with the time constraints of this section with a copy to the Owner's Representative or Agent, stating the reasons for such actions, and Owner shall promptly pay Contractor the amount so withheld, or any adjustment thereto agreed to by the Owner and Contractor, when Contractor corrects to the Owner's satisfaction the reasons for such action. 14.4. PARTIAL UTILIZATION Use by the Owner at the Owner's option of any substantially completed part of the Work which (i) has specifically been identified in the Contract Documents, or (ii) Owner, Engineer, Owner's Representative, and Contractor agree constitutes a separately functioning and usable part of the Work that can be used by the Owner for its intended purpose without significant interference with Contractor's performance of the remainder of the Work, may be accomplished prior to Final Completion of all the Work subject to the following: The Owner at any time may request Contractor in writing to permit the Owner to use any such part of the Work which the Owner believes to be ready for its intended use and substantially complete. If Contractor agrees that such part of the Work is substantially complete, Contractor will certify to Owner, Owner's Representative, and Engineer that such part of the Work is substantially complete and request Owner's Representative to issue a certificate of Substantial Completion for that part of the Work. Contractor at any time may notify Owner, Owner's Representative, and Engineer in writing that Contractor considers any such part of the Work ready for its intended use and substantially complete and request Owner's Representative to issue a certificate of Substantial Completion for that part of the Work. Within a reasonable time after either such request, Owner, Contractor, Owner's Representative, and Engineer shall make an inspection of that part of the Work to determine its status of completion. If Engineer does not consider that part of the Work to be substantially complete, Engineer will notify Owner, Owner's Representative, and Contractor in writing giving the reasons therefore. If Engineer considers that part of the Work to be substantially complete, the provisions of the articles for Substantial Completion and Partial Utilization will apply with respect to certification of Substantial Completion of that part of the Work and the division of responsibility in respect thereof and access thereto. 14.5. FINAL INSPECTION Upon written notice from Contractor that the entire Work or an agreed portion thereof is complete, Owner's Representative will make a final inspection with Engineer, Owner and Contractor and will within thirty (30) days notify Contractor in writing of particulars in which this inspection reveals that the Work is incomplete or defective. The Owner's Representative will produce a final punch list, deliver it to the Contractor within five (5) days of completion and assign a date for this work to be completed not less than thirty (30) days from delivery of the list. SECTION III Page 37 of 50 Updated 6/3/2016 SECTION III — General Conditions Failure to include any corrective work or pending items does not alter the responsibility of the contractor to complete all the construction services purchased pursuant to the contract. Contractor shall immediately take such measures as are necessary to complete such Work or remedy such deficiencies. 14.6. FINAL APPLICATION FOR PAYMENT After Contractor has completed all such corrections to the satisfaction of Owner's Representative and has delivered in accordance with the Contract Documents all maintenance and operating instructions, As-built/Record Drawings, schedules, guarantees, Bonds, certificates or other evidence of insurance required by the paragraph for Bonds and Insurance, certificates of inspection, Inspector overtime reimbursement as required in the Contract Documents and other documents, Contractor may make application for final payment following the procedure for progress payments. The final Application for Payment shall be accompanied (except as previously delivered) by: (i) all documentation called for in the Contract Documents, including but not limited to the evidence of insurance required by paragraph for Bonds and Insurance, and (ii) executed consent of the surety to final payment using the form contained in Section V of the Contract Documents. Prior to application for final payment, Contractor shall clean and remove from the premises all surplus and discarded materials, rubbish, and temporary structures, and shall restore in an acceptable manner all property, both public and private, which has been damaged during the prosecution of the Work, and shall leave the Work in a neat and presentable condition. 14.7. FINAL PAYMENT AND ACCEPTANCE If through no fault of Contractor, final completion of the Work is significantly delayed and if Owner's Representative so confirms, the Owner shall, upon receipt of Contractor's final Application for payment and recommendation of Owner's Representative, and without terminating the Agreement, make payment of the balance due for that portion of the Work fully completed and accepted. If the remaining balance to be held by the Owner for Work not fully completed or corrected is less than the retainage stipulated in the Agreement, and if Bonds have been furnished as required in paragraph for Bonds and Insurance, the written consent of the surety to the payment of the balance due for that portion of the Work fully completed and accepted shall be submitted by Contractor to Owner's Representative with the Application for such payment. Such payment shall be made under the terms and conditions governing final payment, except that such payment shall not constitute a waiver of claims. If on the basis of Owner Representative's observation of the Work during construction and final inspection, and Owner Representative's review of the final Application for Payment and accompanying documentation, all as required by the Contract Documents, Owner's Representative is satisfied that the Work has been completed and Contractor's other obligations under the Contract Documents have been fulfilled, Owner's Representative will indicate in writing his recommendation of payment and present the Application to Owner for payment. Thereupon, Owner's Representative will give written notice to Owner and Contractor that the Work is acceptable subject to the provisions of this article. Otherwise, Owner's Representative will return the Application to Contractor, indicating in writing the reasons for refusing to recommend final payment, in which case Contractor shall make the necessary corrections and resubmit the Application. If the Application and accompanying documentation are appropriate as SECTION III Page 38 of 50 Updated 6/3/2016 r ' SECTION III—General Conditions to form and substance, the Owner shall, within twenty (20) days after receipt thereof pay contractor the amount recommended by Owner's Representative. 14.8. WAIVER OF CLAIMS ' The making and acceptance of final payment will constitute: a waiver of all claims by the Owner against Contractor, except claims arising from unsettled Liens, from defective Work appearing after final inspection, from failure to comply with the Contract Documents or the terms of any ' special guarantees specified therein, or from Contractor's continuing obligations under the Contract Documents; and a waiver of all claims by Contractor against the Owner other than those previously made in writing and still unsettled. t 15. SUSPENSION OF WORK AND TERMINATION 15.1. OWNER MAY SUSPEND THE WORK At any time and without cause, Owner's Representative may suspend the Work or any portion thereof for a period of not more than ninety (90) days by notice in writing to Contractor, which 1 will fix the date on which Work will be resumed. Contractor shall resume the Work on the date so fixed. Contractor shall be allowed an adjustment in the Contract Price or an extension of the Contract Times, or both, directly attributable to any such suspension if Contractor makes an approved claim therefore as provided in the articles for Change of Contract Price and Change of Contract Time. ' 15.2. OWNER MAY TERMINATE Upon the occurrence of any one or more of the following events; if Contractor persistently fails to perform the work in accordance with the Contract Documents (including, but not limited to, ' failure to supply sufficient skilled workers or suitable materials or equipment or failure to adhere to the progress schedule as adjusted from time to time); ' if Contractor disregards Laws and Regulations of any public body having jurisdiction; if Contractor disregards the authority of Owner's Representative; if Contractor otherwise violates in any substantial way any provisions of the Contract IDocuments; or if the Work to be done under this Contract is abandoned, or if this Contract or any part thereof is sublet, without the previous written consent of the Owner, or if the Contract or any claim thereunder is assigned by Contractor otherwise I than as herein specified, or at any time Owner's Representative certifies in writing to the Owner that the rate of progress of the Work or any part thereof is unsatisfactory or that the work or any part thereof is unnecessarily or unreasonably delayed. 1 The Owner may, after giving Contractor (and the surety, if any), seven days' written notice and, to the extent permitted by Laws and Regulations, terminate the services of Contractor, exclude I Contractor from the site and take possession of the Work and of all Contractor's tools, appliances, construction equipment and machinery at the site and use the same to the full extent they could be used by Contractor (without liability to Contractor for trespass or conversion), incorporate in the Work all materials and equipment stored at the site or for which the Owner has I paid Contractor but which are stored elsewhere, and finish the Work as the Owner may deem expedient. In such case Contractor shall not be entitled to receive any further payment until the Work is finished. If the unpaid balance of the Contract Price exceeds all claims, costs, losses and ISECTION III Page 39 of 50 Updated 6/3/2016 SECTION III — General Conditions damages sustained by the Owner arising out of or resulting from completing the Work such excess will be paid to Contractor. If such claims, costs, losses and damages exceed such unpaid balance, Contractor shall pay the difference to the Owner. Such claims, costs, losses and damages incurred by the Owner will be reviewed by Owner's Representative as to their reasonableness and when so approved by Owner's Representative incorporated in a Change Order, provided that when exercising any rights or remedies under this paragraph the Owner shall not be required to obtain the lowest price for the Work performed. Where Contractor's services have been so terminated by the Owner, the termination will not affect any rights or remedies of the Owner against Contractor then existing or which may thereafter accrue. Any retention or payment of moneys due Contractor by the Owner will not release Contractor from liability. Upon seven (7) days' written notice to Contractor and Owner's Representative, the Owner may, without cause and without prejudice to any other right or remedy of the Owner, elect to terminate the Agreement. In such case, Contractor shall be paid (without duplication of any items): for completed and acceptable Work executed in accordance with the Contract Documents prior to the effective date of termination, including fair and reasonable sums for overhead and profit on such Work; for expenses sustained prior to the effective date of termination in performing services and furnishing labor, materials or equipment as required by the Contract Documents in connection with uncompleted Work, plus fair and reasonable sums for overhead and profit on such expenses; for all claims, costs, losses and damages incurred in settlement of terminated contracts with Subcontractors, Suppliers and others; and for reasonable expenses directly attributable to termination. Contractor shall not be paid on account of loss of anticipated profits or revenue or other economic loss arising out of or resulting from such termination. 15.3. CONTRACTOR MAY STOP WORK OR TERMINATE If, through no act or fault of Contractor, the Work is suspended for a period of more than ninety (90) days by the Owner or under an order of court or other public authority, or the Owner's Representative fails to act on any Application for Payment within thirty (30) days after it is submitted or the Owner fails for thirty (30) days to pay Contractor any sum finally determined to be due, then Contractor may, upon seven (7) days' written notice to the Owner and Owner's Representative, and provided the Owner or Owner's Representative does not remedy such suspension or failure within that time, terminate the Agreement and recover from the Owner payment on the same terms as provided in the article for the Owner May Terminate. However, if the Work is suspended under an order of court through no fault of Owner, the Contractor shall not be entitled to payment except as the Court may direct. In lieu of terminating the Agreement and without prejudice to any other right or remedy, if Owner's Representative has failed to act on an Application for Payment within thirty (30) days after it is submitted, or the Owner has failed for thirty (30) days to pay Contractor any sum finally determined to be due, Contractor may upon seven (7) days' written notice to the Owner and Owner's Representative stop the Work until payment of all such amounts due Contractor. The provisions of this article are not intended to preclude Contractor from making claim under paragraphs for Change of Contract SECTION III Page 40 of 50 Updated 6/3/2016 SECTION III — General Conditions Price or Change of Contract Time or otherwise for expenses or damage directly attributable to Contractor's stopping Work as permitted by this article. 16. DISPUTE RESOLUTION If and to the extent that the Owner and Contractor have agreed on the method and procedure for resolving disputes between them that may arise under this Agreement, such dispute resolution method and procedure will proceed. If no such agreement on the method and procedure for resolving such disputes has been reached, subject to the provisions of the article for Decisions on Disputes, the Owner and Contractor may exercise such rights or remedies as either may otherwise have under the Contract Documents or by Laws or Regulations in respect of any dispute provided, however, that nothing herein shall require a dispute to be submitted to binding arbitration. 17. MISCELLANEOUS 17.1. SUBMITTAL AND DOCUMENT FORMS The form of all submittals, notices, change orders, pay applications, logs, schedules and other documents permitted or required to be used or transmitted under the Contract Documents shall be determined by the Owner's Representative subject to the approval of Owner. 17.2. GIVING NOTICE Whenever any provision of the Contract Documents requires the giving of written notice, notice will be deemed to have been validly given if delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended, or if delivered or sent by registered or certified mail, postage prepaid, to the last business address known to the giver of the notice. 17.3. NOTICE OF CLAIM Should the Owner or Contractor suffer injury or damage to person or property because of any error, omission or any act of the other party or of any of the other party's officers, employees or agents or others for whose acts the other party is legally liable, claim will be made in writing to the other party within a reasonable time of the first observance of such injury or damage. The provisions of this paragraph shall not be construed as a substitute for or a waiver of the provisions of any applicable statute of limitations or repose. 17.4. PROFESSIONAL FEES AND COURT COSTS INCLUDED Whenever reference is made to "claims, costs, losses and damages," the phrase shall include in each case, but not be limited to, all fees and charges of engineers, architects, attorneys and other professionals and all court or other dispute resolution costs. 17.5. ASSIGNMENT OF CONTRACT The Contractor shall not assign this contract or any part thereof or any rights thereunder without the approval of Owner, nor without the consent of surety unless the surety has waived its rights to notice of assignment. SECTION III Page 41 of 50 Updated 6/3/2016 SECTION III — General Conditions 17.6. RENEWAL OPTION Annual Contracts issued through the Engineering Department may be renewed for up to two (2) years, upon mutual consent of both the Owner and the Contractor/Vendor. All terms, conditions and unit prices shall remain constant unless otherwise specified in the contract specifications or in the Invitation to bid. Renewals shall be made at the sole discretion of the Owner, and must be agreed to in writing by both parties. All renewals are contingent upon the availability of funds, and the satisfactory performance of the Contractor as determined by the Construction Department. 17.7. ROLL -OFF CONTAINERS AND/OR DUMPSTERS All City construction projects shall utilize City of Clearwater Solid Waste roll -off containers and/or dumpsters for their disposal and hauling needs. For availability or pricing contact Mike Pryor at the City of Clearwater, Solid Waste Department, by phone: (727) 562-4923 or email: Michael. PryorAmyClearwater. com. 18. ORDER AND LOCATION OF THE WORK The City reserves the right to accept and use any portion of the work whenever it is considered to the public interest to do so. The Engineer shall have the power to direct on what line or street the Contractor shall work and order thereof' 19. MATERIAL USED All material incorporated into the final work shall be new material unless otherwise approved by the Engineer. If requested by the Engineer, the Contractor shall furnish purchase receipts of all materials. 20. CONFLICT BETWEEN PLANS AND SPECIFICATIONS The various Contract Documents shall be given precedence, in case of conflict, error or discrepancy, as follows: Modifications, Contract Agreement, Addenda, Supplementary General Conditions, General Conditions, Supplementary Technical Specifications and Technical Specifications. In a series of Modifications or Addenda the latest will govern. In the case of an inconsistency between Drawings and Specifications or within either Document not clarified by addendum, the better quality, more stringent or greater quantity of Work shall be provided in accordance with the Engineer/Architect's interpretation. 21. OWNER DIRECT PURCHASE (ODP) 21.1. SALES TAX SAVINGS The Owner reserves the right to purchase certain portions of the materials or equipment for the Project directly in order to save applicable sales tax in compliance with Florida Law since owner is exempt from the payment of sales tax. The contract price includes Florida sales and other applicable taxes for materials, supplies, and equipment which will be a part of the Contractor's Work. Owner -purchasing of construction materials or equipment, if selected, will be administered on a deductive Change Order basis. The contract price shall be reduced by the actual cost of the materials or equipment purchased by owner plus the normally applicable sales SECTION III Page 42 of 50 Updated 6/3/2016 SECTION III — General Conditions tax, even if the actual cost is in excess of the cost for the materials or equipment as -bid by the Contractor. For purposes of calculating engineering fees, contractor fees, architects fees, and any other amounts that are based on the contract amount, however, the original, as -bid contract amount shall be used. Direct purchase shall be considered for single items or materials that exceed $10,000 in value and/or items identified in Section V, Bidders Proposal. The Contractor shall provide the Owner an ODP Summary of all intended suppliers, vendors, equipment and materials for consideration as ODP materials or equipment (refer to ODP Instructions in Contract Appendix). 21.2. TITLE AND OWNER RISK Owner will issue Purchase Orders and provide a copy of Owner's Florida Consumer Certification of Tax Exemption and Certificate of Entitlement directly to the Vendor for ODP materials or equipment. Invoices for ODP materials or equipment shall be issued to the Owner, and a copy sent to the Contractor. Notwithstanding the transfer of ODP materials or equipment by the Owner to the Contractor's possession, the Owner shall retain legal and equitable title to any and all ODP materials or equipment; therefore, the owner assumes the risk of damage or loss at the time of purchase or delivery of items, unless material is damaged as the result of negligence by the Contractor. 21.3. CONTRACTOR'S RECEIPT OF MATERIALS The Contractor shall be fully responsible for all matters relating to the receipt of materials or equipment furnished to the Owner including, but not limited to, verifying correct quantities, verifying documents of orders in a timely manner, coordinating purchases, providing and obtaining all warranties and guarantees required by the Contract Documents, and inspection and acceptance of the goods at the time of delivery. The Owner shall coordinate with Contractor and Vendor delivery schedules, sequence of delivery, loading orientation, and other arrangements normally required by the Contractor for the particular materials or equipment furnished. The Contractor shall provide all services required for the unloading and handling of materials or equipment. The Contractor agrees to indemnify and hold harmless the Owner from any and all claims of whatever nature resulting from non-payment of goods to suppliers arising from the action of the Contractor. As ODP materials or equipment are delivered to the job site, the Contractor shall visually inspect all shipments from the suppliers, and approve the vendor's invoice for items delivered. The Contractor shall assure that each delivery of ODP materials or equipment is accompanied by documentation adequate to identify the Purchase Order against which the purchase is made. This documentation may consist of a delivery ticket and/or an invoice from the supplier conforming to the Purchase Order together with such additional information as the Owner may require. The Contractor will then forward an electronic copy of the invoice and supporting documentation to the Owner for payment within fourteen (14) calendar days of receipt of said goods or materials. Such payment shall be directly from public funds, from Owner to Vendor. The Contractor shall insure that ODP materials or equipment conform to the Specifications and determine prior to acceptance of goods at time of delivery if such materials or equipment are patently defective, and whether such materials or equipment are identical to the materials or equipment ordered and match the description on the bill of lading. If the Contractor discovers defective or non -conformities in ODP materials or equipment upon such visual inspection, the SECTION III Page 43 of 50 Updated 6/3/2016 SECTION III — General Conditions Contractor shall not utilize such nonconforming or defective materials or equipment in the Contractor's Work and instead shall properly notify the Owner of the defective or nonconforming condition so that repair or replacement of those materials or equipment can occur without undue delay or interruption to the Project. If the Contractor fails to perform such inspection and otherwise incorporates into the Contractor's Work such defective or nonconforming ODP materials or equipment, the condition of which it either knew or should have known by performance of an inspection, Contractor shall be responsible for all damages to the Owner, resulting from Contractor's incorporation of such materials or equipment into the Project, including liquidated damages. 21.4. ODP RECORDS, WARRANTIES AND INDEMNIFICATION The Contractor shall maintain records of all ODP materials or equipment it incorporates into Contractor's Work from the stock of ODP materials or equipment in its possession. The Contractor shall account monthly to the Owner for any ODP materials or equipment delivered into the Contractor's possession, indicating portions of all such materials or equipment which have been incorporated in the Contractor's Work. The Contractor shall be responsible for obtaining and managing all warranties and guarantees for all materials, equipment and products as required by the Contract Documents. All repair, maintenance, or damage -repair calls shall be forwarded to the Contractor for resolution with the appropriate supplier, vendor, or subcontractor. The Owner shall indemnify and hold Contractor harmless from any sales tax (and interest and penalties incurred in connection therewith) in the event there is a final determination that purchases made by Owner, which Owner treats as being exempt from sales tax, are subject to sales tax. "Final determination" shall mean an assessment by the Department of Revenue that is no longer subject to protest, or a determination of a court having jurisdiction over such matters that is final and not subject to appeal. Contractor agrees to promptly notify owner of any audit, assessment, proposed assessment or notice of deficiency issued with regard to the Project and relating to ODP materials or equipment. ODP Purchase Orders must be closed out prior to closing out the contract/Contractor Purchase Order. If material costs needed for project exceed the ODP Purchase Order amount, the ODP Purchase Order will not be increased. Amounts in excess of the ODP Purchase Order will be paid for by the Contractor. 22. RESIDENT NOTIFICATION OF START OF CONSTRUCTION 22.1. GENERAL The Contractor shall notify all residents along the construction route or within a 500 -foot radius, unless stated otherwise in the Contract Documents, with a printed door hanger notice indicating the following information about the proposed construction work and the Contractor performing the work: City seal or logo; the scheduled date for the start of construction; the type of construction; general sequence and scheduling of construction events; possibility of water service disruption and/or colored water due to construction efforts; Contractor's name, the Superintendent's name, Contractor address and telephone number; Contractor's company logo (optional); requirement for residents to remove landscaping and/or other private appurtenances which are in conflict with the proposed construction; and other language as appropriate to the scope of Contract work. Sample door hanger including proposed language shall be approved by SECTION III Page 44 of 50 Updated 6/3/2016 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 SECTION III — General Conditions the City prior to the start of construction. Notification shall be printed on brightly colored and durable card stock and shall be a minimum of 4-1/4 by 11 inches in size. Notification (door hanger) shall be posted to residences and businesses directly affected by the Contractor's activities no later than seven (7) days prior to the start of construction activity. Directly affected by the Contractor's activities shall mean all Contractor operations including staging areas, equipment and material storage, principal access routes across private property, etc. Contractor cannot start without proper seven (7) day notice period to residents. Contractor is required to maintain sufficient staff to answer citizen inquiries during normal business hours and to maintain appropriate message recording equipment to receive citizen inquires after business hours. Resident notification by the Contractor is a non-specific pay item to be included in the bid items provided in the contract proposal. SECTION III Page 45 of 50 Updated 6/3/2016 SECTION III—General Conditions 22.2. EXAMPLE CITY LOGO of CITY OF CLEARWATER NOTICE OF CONSTRUCTION TODAY'S DATE: / / PLEASE EXCUSE US FOR ANY INCONVENIENCE We are the construction contractor performing the (state project name) for the City of Clearwater in your area. The work will be performed in the public right-of-way adjacent to your property. This notice is placed a minimum of seven (7) days in advance of construction to notify property owners of the pending start of construction. (Brief description of the construction process to be expected by the property owners) The construction process may necessitate the removal of certain items from the right-of-way. Typical items such as sprinklers, grass, and postal approved mailboxes will be replaced by the contractor within a reasonably short period of time. The replacement of driveways and sidewalks will be made using standard asphalt or concrete materials. The property owner is responsible for the expense and coordination to replace driveways and sidewalks which have customized colors, textures and/or materials. Small trees, shrubs, landscaping materials, unauthorized mailboxes or structures within the right-of-way which must be removed due to the construction process will not be replaced. The property owner is responsible to relocate any such items which the property owner wishes to save prior to the start of construction. Vehicles parked on the streets or within the right-of-way may be required to be placed elsewhere. We are available to answer any questions you may have regarding the construction process or any particular item that must be relocated. Please contact our Construction Manager at (727) . We will be more than happy to assist you. Construction is anticipated to begin on: Company Name Company Address Contractor Phone Number 23. PROJECT INFORMATION SIGNS 23.1. SCOPE AND PURPOSE The Owner desires to inform the general public on the Owner's use and expenditure of public funding for general capital improvement and maintenance projects. To help accomplish this purpose, the Contractor is required to prepare and display public project information signs during the full course of the contract period. These signs will be displayed at all location(s) of active work. Payment to Contractor for the preparation, installation and management of project sign(s) shall be included in the cost of the work. The number of and type of signs will be stated in SECTION IV, SCOPE OF WORK. 23.2. TYPE OF PROJECT SIGN, FIXED OR PORTABLE Sign type shall be "fixed" on stationary projects and "portable" on projects which have extended locations or various locations. The particular wording to be used on the signs will be determined SECTION III Page 46 of 50 Updated 6/3/2016 SECTION III—General Conditions after contract award has been approved. Contractor will be provided the wording to be used on sign at the preconstruction conference. 23.3. FIXED SIGN Fixed sign shall be 4 -foot by 6 -foot (4'x6') in size and painted on a sheet of exterior grade plywood of the same size and a minimum thickness of 1/2 -inches. Sign shall be attached to a minimum of two (2) 4 -inch by 4 -inch (4"x4") below grade pressure treated (P.T.) wooden posts and braced as necessary for high winds. Posts shall be long enough to provide secure anchoring in the ground. Bottom of sign must be a minimum of 24 -inches above the ground. Alternate mounting system or attachment to fencing or other fixed structure can be considered for approval. Sign shall be painted white on both sides with exterior rated paint. 23.4. PORTABLE SIGNS Portable sign shall be a minimum of 24 -inches by 30 -inches (24"x30") in size and will be attached to a standard sized portable traffic barricade. Sign material shall be aluminum, 0.080 - inches or thicker, background of white reflective sheeting, and shall be silkscreen or vinyl lettering. Portable sign shall be two signs located and attached to each side of the traffic barricade. 23.5. SIGN COLORING Background shall be white. Project Descriptive Name shall be in blue lettering. All other lettering shall be black. Basic lettering on sign shall be in all capital letters, of size proportional to the sign itself. Each sign shall depict the City's logo. The Project Manager/City Representative shall provide the appropriate electronic logo file(s) to the Contractor. 23.6. SIGN PLACEMENT Signs shall be placed where they are readily visible by the general public which pass by the project site. Signs are not to be placed where they may become a hazard or impediment to either pedestrian or vehicular traffic. For construction projects outside of the Owner's right-of-way, the signs will be placed on the project site. For projects constructed inside of the Owner's right-of- way, the signs will be placed in the right-of-way. Portable signs are to be moved to the locations of active work on the project. Multiple portable signs will be necessary where work is ongoing in several locations at the same time. Fixed signs are to beplaced at the start of construction and will remain in place until the request for final payment. 23.7. SIGN MAINTENANCE The Contractor is responsible for preparation, installation, movement, maintenance, replacement, removal and disposal of all project signs during the full course of the contract period. The Contractor will place and secure portable signs from dislocation by wind or other actions. Signs are to be cleaned as necessary to maintain legibility and immediately replaced if defaced. SECTION III Page 47 of 50 Updated 6/3/2016 SECTION III — General Conditions 23.8. TYPICAL PROJECT SIGN 6' <PROJECT NAME> <CONTRACT NUMBER> <DEPARTMENT NAME> PROJECT ry CONTRACTOR - COMPLETION DATE- FUNDING - OWNER'S REPRESENTATIVE - BRIGHT AND BEAUTIFUL • BAY TO BEACH 24. AWARD OF CONTRACT, WORK SCHEDULE AND GUARANTEE It will be required that the work will commence not later than five (5) calendar days after the Engineer gives written Notice to Proceed (NTP), which notice shall be given as outlined in Article 2 of these General Conditions. It is further required that all work within this contract be completed within the indicated number of consecutive calendar days as determined in Section IV, Scope of Work. Contract Time to commence at start date noted on the Notice to Proceed. If the Contractor fails to complete the work within the stipulated time, the City will retain the amount stated in the Contract, per calendar day, for each day that the contract remains incomplete. The work shall be discontinued on Saturdays, Sundays, and approved Holidays. If it becomes necessary for the Contractor to perform work on Saturdays, Sundays, and approved City of Clearwater Employee Holidays, that in the opinion of the Engineer, will require the presence of Inspectors, the Contractor shall pay SECTION III Page 48 of 50 Updated 6/3/2016 SECTION III — General Conditions the City of Clearwater, Florida, the amount of Four Hundred Eighty Dollars ($480.00) per each eight-hour (8) day for each Inspector given such assignment. The Contractor shall remedy any defects in the work at his own expense and pay for any damage to other work resulting therefrom which appear within a period of one (1) year from the date of final acceptance. 25. SCRUTINIZED COMPANIES AND BUSINESS OPERATIONS WITH CUBA AND SYRIA CERTIFICATION FORM Any company, individual, principal, subsidiary, affiliate, or owner on the Scrutinized Companies with Activities in Sudan List, the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or is engaged in business operations in Cuba or Syria, is ineligible for, and may not bid on, submit a proposal for, or enter into or renew a contract with the City of Clearwater for goods or services for an amount equal to or greater than one million ($1,000,000.00) dollars. Therefore, if applicable, each entity submitting a bid, proposal, or response to a solicitation must certify to the City of Clearwater that it is not on either list or engaged in business operations in Cuba or Syria at the time of submitting a bid, proposal or response, in accordance with section 287.135, Florida Statutes. Business Operations means, for purposes specifically related to Cuba or Syria, engaging in commerce in any form in Cuba or Syria, including, but not limited to, acquiring, developing, maintaining, owning, selling, possessing, leasing, or operating equipment, facilities, personnel, products, services, personal property, real property, military equipment, or any other apparatus of business or commerce. The certification form (the Certification) is attached hereto, and it must be submitted, along with all other relevant contract documents, at the time of submitting a bid, proposal, or response. Failure to provide the Certification may deem the entity's submittal non-responsive. If the City of Clearwater determines that an entity has submitted a false certification form, been placed either on the Scrutinized Companies with Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, (for contracts entered into or renewed on or after July 1, 2011 through June 30, 2012), or submitted a false certification form, has been placed either on the Scrutinized Companies with Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List or been engaged in business operations in Cuba or Syria, (for contracts entered into or renewed on or after July 1, 2012) then the contract may be terminated at the option of the City of Clearwater. Other than the submission of a false certification, the option to waive the aforementioned deficiencies mentioned in the previous sentence may be asserted on a case-by-case basis, at the sole discretion of the City of Clearwater, if to the following conditions are found to exist: A. For Scrutinized Companies with Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, (all of the following must occur): 1. The scrutinized business operations were made before July 1, 2011. 2. The scrutinized business operations have not been expanded or renewed after July 1, 2011. 3. The City of Clearwater determines that it is in the best interest of the City to contract with the company or entity. SECTION III Page 49 of 50 Updated 6/3/2016 SECTION III — General Conditions 4. The company or entity has adopted, has publicized and is implementing a formal plan to cease scrutinized business operations and to refrain from engaging in any new scrutinized business operations. B. For Companies Engaged in Business Operations in Cuba or Syria: 1. The business operations were made before July 1, 2012. 2. The business operations have not been expanded or renewed after July 1, 2012. 3. The City of Clearwater determines that it is in the best interest of the City to contract with the company or entity. 4. The company or entity has adopted, has publicized, and is implementing a formal plan to cease business operations and to refrain from engaging in any new business operations in Cuba or Syria. Further, the City may allow a company to bid on, submit a proposal for, or enter into or renew a contract with the City of Clearwater for goods or services for an amount equal to or greater than one million ($1,000,000.00) dollars, if the City makes a public finding that, absent one of the above exemptions, the City would otherwise be unable to obtain goods or services for which the contract is offered. The City retains the right to pursue civil penalties and any other applicable rights and remedies as provided by law for the false submission of the attached certification form. See Section V of the Contract for Certification Form to be executed and submitted with the Bid/Proposal Form. SECTION III Page 50 of 50 Updated 6/3/2016 SECTION IV TECHNICAL SPECIFICATIONS Table of Content: 100 SERIES: GENERAL 1 101. SCOPE OF WORK 1 102. FIELD ENGINEERING 1 102-1. LINE AND GRADE PERFORMED BY THE CONTRACTOR 1 102-2. LINE AND GRADE PERFORMED BY THE CITY 2 103. DEFINITION OF TERMS 2 103-1. REFERENCE STANDARDS 2 104. STREET CROSSINGS, ETC. 3 105. AUDIO/VIDEO RECORDING OF WORK AREAS 3 105-1. CONTRACTOR TO PREPARE AUDIO/VIDEO RECORDING 3 105-2. SCHEDULING OF AUDIO/VIDEO RECORDING 3 105-3. PROFESSIONAL VIDEOGRAPHERS 3 105-4. EQUIPMENT 3 105-5. RECORDED AUDIO INFORMATION 3 105-6. RECORDED VIDEO INFORMATION 4 105-7. VIEWER ORIENTATION 4 105-8. LIGHTING 4 105-9. SPEED OF TRAVEL 4 105-10. VIDEO LOG/INDEX 4 105-11. AREA OF COVERAGE 5 105-12. COSTS OF VIDEO SERVICES 5 106. STREET SIGNS 5 107. WORK ZONE TRAFFIC CONTROL 5 107-1. CONTRACTOR RESPONSIBLE FOR WORK ZONE TRAFFIC CONTROL 5 107-2. WORK ZONE TRAFFIC CONTROL PLAN 5 107-3. ROADWAY CLOSURE GUIDELINES 6 107-4. APPROVAL OF WORK ZONE TRAFFIC CONTROL PLAN 7 107-5. INSPECTION OF WORK ZONE TRAFFIC CONTROL OPERATION 7 107-6. PAYMENT FOR WORK ZONE TRAFFIC CONTROL 7 107-7. CERTIFICATION OF WORK ZONE TRAFFIC CONTROL SUPERVISOR 8 108. OVERHEAD ELECTRIC LINE CLEARANCE 8 108-1. CLEARANCE OPTIONS 8 108-2. REQUIRED MINIMUM CLEARANCE DISTANCES 8 109. PROJECT WEB PAGES 9 109-1. WEB PAGES DESIGN 9 109-2. WEB ACCESSIBILITY GUIDELINES 9 109-3. THE SUN AND WAVES LOGO AND ITS USE 9 SECTION IV i Updated 2/11/2016 SECTION IV - Technical Specifications 109-4. MAPS AND GRAPHICS 10 109-5. INTERACTIVE FORMS 10 109-6. POSTING 10 109-7. WEB PAGES UPDATES 10 200 SERIES: SITEWORK 11 201. EXCAVATION FOR UNDERGROUND WORK 11 202. OBSTRUCTIONS 12 203. DEWATERING 12 203-1. GENERAL 12 203-2. PERMIT REQUIREMENTS 12 204. UNSUITABLE MATERIAL REMOVAL 13 204-1. BASIS OF MEASUREMENT 13 204-2. BASIS OF PAYMENT 13 205. UTILITY TIE IN LOCATION MARKING 13 206. CLEARING AND GRUBBING 14 206-1. BASIS OF MEASUREMENT 14 206-2. BASIS OF PAYMENT 14 207. EROSION AND SEDIMENT CONTROL 14 207-1. GENERAL 14 207-2. TRAINING OF PERSONNEL 14 207-3. STABILIZATION OF DENUDED AREAS 15 207-4. PROTECTION AND STABILIZATION OF SOIL STOCKPILES 15 207-5. PROTECTION OF EXISTING STORM SEWER SYSTEMS 15 207-6. SWALES, DITCHES AND CHANNELS 15 207-7. UNDERGROUND UTILITY CONSTRUCTION 15 207-8. MAINTENANCE 15 207-9. COMPLIANCE 16 208. CONSTRUCTION AND REPAIR OF SEAWALLS AND OTHER BEACH EROSION CONTROL STRUCTURES. 16 208-1. EXISTING SEAWALLS AND REVETMENTS 16 208-2. TOP OF CAP ELEVATION 16 208-3. SEAWALLS AND REVETMENTS LOCATED SEAWARD OF THE CCL 16 208-4. PLACEMENT OF NEW SEAWALL 16 208-5. POST CONSTRUCTION SURVEY 17 208-6. RIP -RAP 17 208-7. RETAINING WALL IN LIEU OF VERTICAL SEAWALL 17 300 SERIES: MATERIALS 18 301. CONCRETE 18 302. EXCAVATION AND FORMS FOR CONCRETE WORK 18 302-1. EXCAVATION 18 302-2. FORMS 18 303. REINFORCEMENT 18 SECTION IV ii Updated 2/11/2016 1 1 t 1 1 1 SECTION IV - Technical Specifications 303-1. BASIS OF PAYMENT 19 304. BACKFILL 19 304-1. MATERIALS AND GENERAL 19 304-2. TESTING AND INSPECTION 19 305. RIPRAP 20 305-1. BASIS OF MEASUREMENT 20 305-2. BASIS OF PAYMENT 21 400 SERIES: SANITARY SEWER 22 401. SANITARY MANHOLES 22 401-1. BUILT UP TYPE 22 401-2. PRECAST TYPE 22 401-3. DROP MANHOLES 23 401-4. FRAMES AND COVERS 23 401-5. MANHOLE COATINGS 23 401-6. CONNECTIONS TO MANHOLES 23 402. RAISING OR LOWERING OF SANITARY SEWER STRUCTURES 23 402-1. BASIS OF PAYMENT 23 403. SANITARY SEWERS AND FORCE MAINS 24 403-1. MATERIALS 24 403-2. INSTALLATION 24 403-3. TESTING 25 403-4. BASIS OF PAYMENT 26 404. HDPE DEFORMED - REFORMED PIPE LINING 26 404-1. INTENT 26 404-2. PRODUCT AND CONTRACTOR/INSTALLER ACCEPTABILITY 26 404-3. MATERIALS 26 404-4. CLEANING/SURFACE PREPARATION 27 404-5. TELEVISION INSPECTION 28 404-6. LINER INSTALLATION 29 404-7. LATERAL RECONNECTION 29 404-8. TIME OF CONSTRUCTION 29 404-9. PAYMENT 29 405. SANITARY MANHOLE LINER RESTORATION 30 405-1. SCOPE AND INTENT 30 405-2. PAYMENT 30 405-3. FIBERGLASS LINER PRODUCTS 30 405-4. STRONG SEAL MS -2 LINER PRODUCT SYSTEM 31 405-5. INFILTRATION CONTROL 32 405-6. GROUTING MIX 32 405-7. LINER MIX 32 405-8. WATER 33 405-9. OTHER MATERIALS 33 405-10. EQUIPMENT 33 405-11 INSTALLATION AND EXECUTION 34 SECTION IV iii Updated 2/11/2016 SECTION IV -Technical Specifications 405-12. INNERLINE ENVIRONMENTAL SERVICES LINER PRODUCT SYSTEM 35 500 SERIES: POTABLE AND RECLAIMED WATER MAINS, FIRE LINES AND APPURTENANCES 41 501. SCOPE 41 502. MATERIALS 41 502-1. GENERAL 41 502-2. PIPE MATERIALS AND FITTINGS 41 502-3. GATE VALVES 43 502-4. VALVE BOXES 44 502-5. HYDRANTS 44 502-6. SERVICE SADDLES 45 502-7. TESTS, INSPECTION AND REPAIRS 45 502-8. BACKFLOW PREVENTERS 46 502-9. TAPPING SLEEVES 46 502-10. BLOW OFF HYDRANTS 46 503. CONSTRUCTION 47 503-1. MATERIAL HANDLING 47 503-2. PIPE LAYING 47 503-3. SETTING OF VALVES, HYDRANTS AND FITTINGS 48 503-4. CONNECTIONS TO EXISTING LINES 49 504. TESTS 50 504-1. HYDROSTATIC TESTS 50 504-2. NOTICE OF TEST S0 505. STERILIZATION 50 505-1. STERILIZING AGENT 50 505-2. FLUSHING SYSTEM 50 505-3. STERILIZATION PROCEDURE 50 505-4. RESIDUAL CHLORINE TESTS 51 505-5. BACTERIAL TESTS 51 506. MEASUREMENT AND PAYMENT 51 506-1. GENERAL 51 506-2. FURNISH AND INSTALL WATER MAINS 52 506-3. FURNISH AND INSTALL FITTINGS 52 506-4. FURNISH AND INSTALL GATE VALVES COMPLETE WITH BOXES AND COVERS 52 506-5. FURNISH AND INSTALL FIRE HYDRANTS 52 600 SERIES: STORMWATER 54 601. RAISING OR LOWERING OF STORM DRAINAGE STRUCTURES 54 601-1. BASIS OF PAYMENT 54 602. UNDERDRAINS 54 602-1. BASIS OF MEASUREMENT 54 602-2. BASIS OF PAYMENT 55 SECTION IV iv Updated 2/11/2016 1 1 1 SECTION IV -Technical Specifications 603. STORM SEWERS 55 603-1. TESTING AND INSPECTION 55 603-2. BASIS OF PAYMENT 56 604. STORM MANHOLES, INLETS, CATCH BASINS OR OTHER STORM STRUCTURES 56 604-1. BUILT UP TYPE STRUCTURES 56 604-2. PRECAST TYPE 57 604-3. BASIS OF PAYMENT 57 605. GABIONS AND MATTRESSES 57 605-1. MATERIAL 57 605-2. PERFORMANCE 58 700 SERIES: STREETS AND SIDEWALKS 60 701. RESTORATION OR REPLACEMENT OF DRIVEWAYS, CURBS, SIDEWALKS AND STREET PAVEMENT 60 702. ROADWAY BASE AND SUBGRADE 60 702-1. BASE 60 702-2. SUBGRADE 62 703. ASPHALTIC CONCRETE MATERIALS 63 703-1. ASPHALTIC CONCRETE 63 703-2. HOT BITUMINOUS MIXTURES - PLANT, METHODS, EQUIPMENT & QUALITY ASSURANCE 63 703-3. ASPHALT MIX DESIGNS AND TYPES 64 703-4. ASPHALT PAVEMENT DESIGNS AND LAYER THICKNESS 64 703-5. GENERAL CONSTRUCTION REQUIREMENTS 64 703-6. CRACKS AND POTHOLE PREPARATION 64 703-7. ADJUSTMENT OF MANHOLES 65 703-8. ADDITIONAL ASPHALT REQUIREMENTS 65 703-9. BASIS OF MEASUREMENT 66 703-10. BASIS OF PAYMENT 66 704. ADJUSTMENT TO THE UNIT BID PRICE FOR ASPHALT 66 705. ASPHALT DRIVEWAYS 67 705-1. BASIS OF MEASUREMENT 67 705-2. BASIS OF PAYMENT 67 706. CONCRETE CURBS 67 706-1. BASIS OF MEASUREMENT 67 706-2. BASIS OF PAYMENT 68 707. CONCRETE SIDEWALKS AND DRIVEWAYS 68 707-1. CONCRETE SIDEWALKS 68 707-2. CONCRETE DRIVEWAYS 68 707-3. CONCRETE CURB RAMPS 68 707-4. BASIS OF MEASUREMENT 68 707-5. BASIS OF PAYMENT 69 708. MILLING OPERATIONS 69 SECTION IV v Updated 2/11/2016 SECTION IV -Technical Specifications 708-1. EQUIPMENT, CONSTRUCTION & MILLED SURFACE 69 708-2. ADDITIONAL MILLING REQUIREMENTS 69 708-3. SALVAGEABLE MATERIALS 70 708-4. DISPOSABLE MATERIALS 70 708-5. ADJUSTMENT AND LOCATION OF UNDERGROUND UTILITIES 70 708-6. ADJUSTMENT OF UTILITY MANHOLES 70 708-7. TYPES OF MILLING 70 708-8. MILLING OF INTERSECTIONS 70 708-9. BASIS OF MEASUREMENT 71 708-10. BASIS OF PAYMENT 71 800 SERIES: TRAFFIC SIGNALS, SIGNS AND MARKINGS 72 801. TRAFFIC SIGNAL EQUIPMENT AND MATERIALS 72 801-1. BASIS OF MEASUREMENT AND PAYMENT 72 802. SIGNING AND MARKING 72 802-1. BASIS OF MEASUREMENT AND PAYMENT 73 803. ROADWAY LIGHTING 73 803-1. BASIS OF MEASUREMENT AND PAYMENT 73 900 SERIES: LANDSCAPING/RESTORATION 74 901. WORK IN EASEMENTS OR PARKWAYS 74 902. GENERAL PLANTING SPECIFICATIONS 74 902-1. IRRIGATION 74 902-2. LANDSCAPE 84 903. SODDING 99 904. SEEDING 99 905. LAWN MAINTENANCE SPECIFICATIONS 99 905-1. SCOPE 99 905-2. SCHEDULING OF WORK 100 905-3. WORK METHODS 100 906. LEVEL OF SERVICE 102 907. COMPLETION OF WORK 103 908. INSPECTION AND APPROVAL 103 909. SPECIAL CONDITIONS 103 910. TREE PROTECTION 103 910-1. TREE BARRICADES 103 910-2. ROOT PRUNING 104 910-3. PROPER TREE PRUNING 105 SECTION IV vi Updated 2/11/2016 1 1 1 1 1 SECTION IV — Technical Specifications 100 SERIES: GENERAL 101. SCOPE OF WORK Project Name: MEMORIAL CAUSEWAY SUBAQUEOUS PIPELINES Project Number: 14 -0041 -UT Scope of Work: A 24 -inch DR -9 HDPE replacement force main across Clearwater Harbor from Bayway Blvd. to State Road (S.R.) 60 (approximately 2,500 LF); A new 20 -inch DR -11 HDPE water main across the Intracoastal Waterway from the Memorial Causeway to Drew Street and new 20 -inch Ductile Iron pipeline along the Memorial Causeway adjacent to the Memorial Causeway Bridge (approximately 1,500 LF HDD and 800 LF Open Cut). The Contractor shall provide three (3) Fixed project signs as described in SECTION III, ARTICLE 23 of the Contract Documents. The final number of project signs will be determined at the beginning of the project based on the Contractor's schedule of work submitted for approval. Additional project signs may be required at no additional cost to the Owner due to the Contractor's schedule of work. Contract Period: 365 Consecutive Calendar Days From Notice to Proceed To Substantial Completion. The Maximum Contract Period Shall Be 395 Consecutive Calendar Days To Notice to Proceed to Final Completion 102. FIELD ENGINEERING 102-1. LINE AND GRADE PERFORMED BY THE CONTRACTOR Unless otherwise specified, the Contractor shall provide and pay for field engineering service required for the project. Such work shall include survey work to establish lines and levels and to locate and lay out site improvements, structures, and controlling lines and levels required for the construction of the work. Also included are such Engineering services as are specified or required to execute -the Contractor's construction methods. Engineers and Surveyors shall be licensed professionals under the laws of the State of Florida. The Contractor shall provide three (3) complete sets of As -built Surveys to the Engineer prior to final payment being made as outlined in Section III (General Conditions), Article 6.11.2 of these Contract Documents. 102-1.1. GRADES, LINES AND LEVELS Existing basic horizontal and vertical control points for the project are those designated on the Drawings or provided by the City. Control points (for alignment only) shall be established by the Engineer. The Contractor shall locate and protect control points prior to starting site work and shall preserve all permanent reference points during construction. In working near any permanent property corners or reference markers, the Contractor shall use care not to remove or disturb any such markers. In the event that markers must be removed or are disturbed due to the SECTION IV Page 1 of 106 Updated 2/11/2016 SECTION IV —Technical Specifications proximity of construction work, the Contractor shall have them referenced and reset by a Professional Land Surveyor licensed in the State of Florida. 102-1.2. LAYOUT DATA The Contractor shall layout the work at the location and to the lines and grades shown on the Drawings. Survey notes indicating the information and measurements used in establishing locations and grades shall be kept in notebooks and furnished to the Engineer with the record drawings for the project. 102-2. LINE AND GRADE PERFORMED BY THE CITY If line and grade is supplied by the City, at the completion of all work the Contractor shall be responsible to have furnished to the project inspector a replacement of the wooden lath and stakes used in the construction of this project. Excessive stake replacement caused by negligence of Contractor's forces, after initial line and grade have been set, as determined by the City Engineer, will be charged to the Contractor at the rate of $100.00 per hour. Time shall be computed for actual time on the project. All time shall be computed in one-hour increments. Minimum charge is $100.00. The Contractor shall provide three (3) complete sets of As -built Surveys to the Engineer prior to final payment being made as outlined in Section III (General Conditions), Article 6.11.2 of these Contract Documents. 103. DEFINITION OF TERMS For the Purpose of these Technical Specifications, the Definition of Terms from Section III, Article 1 - Definitions of these Contract Documents shall apply. For the purpose of the Estimated Quantities, the Contractor's attention is called to the fact that the estimate of quantities as shown on the Proposal is approximate and is given only as a basis of calculation upon which the award of the contract is to be made. The City does not assume any responsibility that the final quantities will remain in strict accordance with estimated quantities nor shall the Contractor plead misunderstandings or deception because of such estimate of quantities or of the character or location of the work or of other conditions or situations pertaining thereto. 103-1. REFERENCE STANDARDS Reference to the standards of any technical society, organization, or associate, or to codes of local or state authorities, shall mean the latest standard, code, specification, or tentative standard adopted and published at the date of receipt of bids, unless specifically stated otherwise. The most stringent specification prevails in the case where more than one specification is referenced for the same task. Contractor shall utilize applicable FDOT Standards and Specifications for tasks that are not covered by City's Standards and Specifications. SECTION IV Page 2 of 106 Updated 2/11/2016 SECTION IV — Technical Specifications 104. STREET CROSSINGS, ETC. At such crossings, and other points as may be directed by the Engineer, trenches shall be bridged in an open and secure manner, so as to prevent any serious interruption of travel upon the roadway or sidewalk, and also to afford necessary access to public or private premises. The material used, and the mode of constructing said bridges, and the approaches, thereto, must be satisfactory to the Engineer. The cost of all such work must be included in the cost of the trench excavation. 105. AUDIONIDEO RECORDING OF WORK AREAS 105-1. CONTRACTOR TO PREPARE AUDIONIDEO RECORDING Prior to commencing work, the Contractor shall have a continuous color audio/video recording taken along the entire length of the Project including all affected project areas. Streets, easements, rights-of-way, lots or construction sites within the Project must be recorded to serve as a record of pre -construction conditions. 105-2. SCHEDULING OF AUDIONIDEO RECORDING The video recordings shall not be made more than twenty-one (21) days prior to construction in any area. 105-3. PROFESSIONAL VIDEOGRAPHERS The Contractor shall engage the services of a professional videographer. The color audio/video recording shall be prepared by a responsible commercial firm known to be skilled and regularly engaged in the business of pre -construction color audio/video recording documentation. 105-4. EQUIPMENT All equipment, accessories, materials and labor to perform this service shall be furnished by the Contractor. The total audio/video system shall reproduce bright, sharp, clear pictures with accurate colors and shall be free from distortion, tearing, rolls or any other form of imperfection. The audio portion of the recording shall reproduce the commentary of the camera operator with proper volume, clarity and be free from distortion and interruptions. In some instances, audio/video coverage may be required in areas not accessible by conventional wheeled vehicles. Such coverage shall be obtained by walking. 105-5. RECORDED AUDIO INFORMATION Each recording shall begin with the current date, project name and be followed by the general location, i.e., viewing side and direction of progress. Accompanying the video recording of each video shall be a corresponding and simultaneously recorded audio recording. This audio recording, exclusively containing the commentary of the camera operator or aide, shall assist in viewer orientation and in any needed identification, differentiation, clarification, or objective SECTION IV Page 3 of 106 Updated 2/11/2016 SECTION IV — Technical Specifications description of the features being shown in the video portion of the recording. The audio recording shall also be free from any conversations. 105-6. RECORDED VIDEO INFORMATION All video recordings must continuously display transparent digital information to include the date and time of recording. The date information shall contain the month, day and year. The time information shall contain the hour, minutes and seconds. Additional information shall be displayed periodically. Such information shall include, but not be limited to, project name, contract number, direction of travel and the viewing side. This transparent information shall appear on the extreme upper left hand third of the screen. Camera pan, tilt, zoom -in and zoom out rates shall be sufficiently controlled such that recorded objects will be clearly viewed during video playback. In addition, all other camera and recording system controls, such as lens focus and aperture, video level, pedestal, chrome, white balance, and electrical focus shall be properly controlled or adjusted to maximize picture quality. 105-7. VIEWER ORIENTATION The audio and video portions of the recording shall maintain viewer orientation. To this end, overall establishing views of all visible house and business addresses shall be utilized. In areas where the proposed construction location will not be readily apparent to the video viewer, highly visible yellow flags shall be placed by the Contractor in such a fashion as to clearly indicate the proposed centerline of construction. When conventional wheeled vehicles are used as conveyances for the recording system, the vertical distance between the camera lens and the ground shall not exceed ten feet (10'). The camera shall be firmly mounted such that transport of the camera during the recording process will not cause an unsteady picture. 105-8. LIGHTING All recording shall be done during time of good visibility. No videoing shall be done during precipitation, mist or fog. The recording shall only be done when sufficient sunlight is present to properly illuminate the subjects of recording and to produce bright, sharp video recordings of those subjects. 105-9. SPEED OF TRAVEL The average rate of travel during a particular segment of coverage shall be directly proportional to the number, size and value of the surface features within the construction area's zone of influence. The rate of speed in the general direction of travel of the vehicle used during videoing shall not exceed forty-four (44) feet per minute. 105-10. VIDEO LOG/INDEX All videos shall be permanently labeled and shall be properly identified by video number and project title. Each video shall have a log of that video's contents. The log shall describe the various segments of coverage contained on the video in terms of the names of the streets or location of easements, coverage beginning and end, directions of coverage, video unit counter numbers, engineering survey or coordinate values (if reasonably available) and the date. SECTION IV Page 4 of 106 Updated 2/11/2016 SECTION IV — Technical Specifications 105-11. AREA OF COVERAGE Video coverage shall include all surface features located within the zone of influence of construction supported by appropriate audio coverage. Such coverage shall include, but not be limited to, existing driveways, sidewalks, curbs, pavements, drainage system features, mailboxes, landscaping, culverts, fences, signs, Contractor staging areas, adjacent structures, etc., within the area covered by the project. Of particular concern shall be the existence of any faults, fractures, or defects. Taped coverage shall be limited to one side of the Site, street, easement or right of way at any one time. 105-12. COSTS OF VIDEO SERVICES The cost to complete the requirements under this section shall be included in the contract items provided in the proposal sheet. There is no separate pay item for this work. 106. STREET SIGNS The removal, covering or relocation of street signs by the Contractor is prohibited. All street signs shall be removed, covered or relocated by the City's Traffic Engineering Division in accordance with Sections 700, 994, 995, and 996 of FDOT's Standard Specifications. The Contractor shall notify the City's Traffic Engineering Division a minimum of twenty-four (24) hours in advance of the proposed sign relocation, covering or removal. 107. WORK ZONE TRAFFIC CONTROL 107-1. " CONTRACTOR RESPONSIBLE FOR WORK ZONE TRAFFIC CONTROL The Contractor shall be responsible to furnish, operate, maintain and remove all work zone traffic control associated with the Project, including detours, advance warnings, channelization, hazard warnings and any other necessary features, both at the immediate work site and as may be necessary at outlying points. 107-2. WORK ZONE TRAFFIC CONTROL PLAN The Contractor shall prepare a detailed traffic control plan designed to accomplish the level of performance outlined in the Scope of the Work and/or as may be required by construction permits issued by Pinellas County and/or the Florida Department of Transportation for the Project, incorporating the methods and criteria contained in Part VI, Standards and Guides for Traffic Controls for Street and Highway Construction, Maintenance, Utility and Incident Management Operations in the Manual on Uniform Traffic Control Devices published by the U.S. Department of Transportation and adopted as amended by the Florida Department of Transportation, or most recent addition. This plan shall be reviewed and approved by City Traffic Operations personnel regardless if MOT plan details are included in the contract plans. SECTION IV Page 5 of 106 Updated 2/11/2016 SECTION IV — Technical Specifications 107-2.1. WORK ZONE SAFETY The general objectives of a program of work zone safety are to protect workers, pedestrians, bicyclists and motorists during construction and maintenance operations. This general objective may be achieved by meeting the following specific objectives: • Provide adequate advance warning and information regarding upcoming work zones. • Provide the driver clear directions to understanding the situation they will be facing as the driver proceeds through or around the work zone. • Reduce the consequences of an out of control vehicle. • Provide safe access and storage for equipment and material. • Promote speedy completion of projects (including thorough cleanup of the site). • Promote use of the appropriate traffic control and protection devices. • Provide safe passageways for pedestrians through, in, and/or around construction or maintenance work zones. Per the 2014 Design Standards (DS), Index 600 or latest revision: "When an existing pedestrian way or bicycle way is located within a traffic control work zone, accommodation must be maintained and provision for the disabled must be provided. Only approved pedestrian longitudinal channelizing devices may be used to delineate a temporary traffic control zone pedestrian walkway. Advanced notification of sidewalk closures and marked detours shall be provided by appropriate signs." Per the 2014 Standard Specifications for Road and Bridge Construction or latest revision FDOT Design Standards (DS): 102-5 Traffic Control, 102-5.1 Standards, are the minimum standards for the use in the development of all traffic control plans. 107-3. ROADWAY CLOSURE GUIDELINES Roadway types: Major Arterials, Minor Arterials, Local Collectors, and Local Following are typical requirements to be accomplished prior to closure. The number of requirements increases with traffic volume and the importance of access. Road closures affecting business or sole access routes will increase in process requirements as appropriate. For all but local streets, no road or lane closures are allowed during the Christmas holiday season and the designated "Spring Break" season without prior approval by the City Engineer. 107-3.1. ALL ROADWAYS Obtain permits for Pinellas County or Florida Department of Transportation roadways. Traffic control devises conform to national and state standards. 107-3.1.1. PUBLIC NOTIFICATION Standard property owner notification prior to start of construction for properties directly affected by the construction process. SECTION IV Page 6 of 106 Updated 2/11/2016 SECTION IV — Technical Specifications 107-3.2. MAJOR ARTERIALS, MINOR ARTERIALS, LOCAL COLLECTORS Consult with City Traffic Division staff for preliminary traffic control options. Develop Formal Traffic Control Plan for Permit Submittal to Regulatory Agency as necessary. 107-3.2.1. PUBLIC NOTIFICATION Message Board Display, Minimum of seven (7) day notice period prior to road closure and potentially longer for larger highway. The message board is to be provided by the Contractor. 107-3.3. MAJOR ARTERIALS, MINOR ARTERIALS 107-3.3.1. PUBLIC NOTIFICATION C -View Release 107-3.4. MAJOR ARTERIALS 107-3.4.1. PUBLIC NOTIFICATION News Release The Message Board may need to be displayed for a period longer than seven (7) days. 107-4. APPROVAL OF WORK ZONE TRAFFIC CONTROL PLAN The Contractor is invited and encouraged to confer in advance of bidding, and is required, as a specification of the work, to confer in advance of beginning any work on the Project, with the Traffic Operations Division, Municipal Services Building, 100 South Myrtle Avenue, telephone (727) 562-4747, for the purpose of approval of the Contractor's proposed detailed traffic control plan. All maintenance of traffic (MOT) plans shall be signed and sealed by a Professional Engineer or an individual who is certified in the preparation of MOT plans in the State of Florida. 107-5. INSPECTION OF WORK ZONE TRAFFIC CONTROL OPERATION The Traffic Operations Division may inspect and monitor the traffic control plan and traffic control devices of the Contractor. The City's Construction Inspector assigned to the project, may make known requirements for any alterations or adjustments to the traffic control devices. The Contractor shall take direction from the Project Engineer or Project Inspector. 107-6. PAYMENT FOR WORK ZONE TRAFFIC CONTROL Payment for work zone traffic control is a non-specific pay item to be included in the construction costs associated with other specific pay items unless specifically stated otherwise. SECTION IV Page 7 of 106 Updated 2/11/2016 SECTION IV — Technical Specifications 107-7. CERTIFICATION OF WORK ZONE TRAFFIC CONTROL SUPERVISOR The City may require that the Supervisor or Foreman controlling the work for the Contractor on the Project have a current International Municipal Signal Association, Work Zone Traffic Control Safety Certification or Worksite Traffic Supervisor Certification from the American Traffic Safety Association with additional current Certification from the Florida Department of Transportation. This requirement for Certification will be noted in the Scope of Work and/or sections of these Technical Specifications. When the certified supervisor is required for the Project, the supervisor will be on the Project site at all times while work is being conducted. The Worksite Traffic Supervisor shall be available on a twenty-four (24) hour per day basis and shall review the project on a day-to-day basis as well as being involved in all changes to traffic control. The Worksite Traffic Supervisor shall have access to all equipment and materials needed to maintain traffic control and handle traffic related situations. The Worksite Traffic Supervisor shall ensure that routine deficiencies are corrected within a twenty-four (24) hour period. The Worksite Traffic Supervisor shall be available on the site within 45 minutes after notification of an emergency situation, prepared to positively respond to repair the work zone traffic control or to provide alternate traffic arrangements. Failure of the Worksite Traffic Supervisor to comply with the provisions of this Subarticle may be grounds for decertification or removal from the project or both. Failure to maintain a designated Worksite Traffic Supervisor or failure to comply with these provisions will result in temporary suspension of all activities except traffic and erosion control and such other activities deemed to be necessary for project maintenance and safety. 108. OVERHEAD ELECTRIC LINE CLEARANCE 108-1. CLEARANCE OPTIONS When working in the vicinity of overhead power lines, the Contractor shall utilize one of the following options: Option 1 - Having the power lines de -energized and visibly grounded. Option 2 - Maintaining a minimum distance of twenty feet (20') of clearance for voltages up to 350 kV and fifty feet (50') of clearance for voltages more than 350 kV. Option 3 - Determine the line voltage and provide clearance in accordance with the following table. 108-2. REQUIRED MINIMUM CLEARANCE DISTANCE VOLTAGE (nominal, kV, alternating current) MINIMUM CLEARANCE DISTANCE (feet) Up to 50 10 Over 50 to 200 15 SECTION IV Page 8 of 106 Updated 2/11/2016 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 SECTION IV —Technical Specifications Over 200 to 350 20 Over 350 to 500 25 Over 500 to 750 35 Over 750 to 1,000 45 Over 1,000 (as established by the utility owner/operator or registered professional engineer who is a qualified person with respect to electric power transmission and distribution) Note: The value that follows "to" is up to and includes that value. For example, over 50 to 200 means up to and including 200kV. 109. PROJECT WEB PAGES 109-1. WEB PAGES DESIGN If requested by the City, Engineer shall design the Project Web Site in accordance with the current City Web Site standards and styles. Project Web Site should include general project information as: Project Name & Number, Scope description, Location, Schedule, and Project Contacts. Note: Occasionally City modifies the general design of the City's Web Site, and the Engineer shall consult the City Webmaster for the current requirements, before designing or updating the Project Web Pages. 109-2. WEB ACCESSIBILITY GUIDELINES Project Web Pages should conform to the W3C Web Accessibility Guidelines and US Section 508 guidelines whenever possible: http://www.w3.org/TR/1999/WAI-WEBCONTENT-19990505/ http://www.section508.gov/ In particular, use of variable -width tables, user-adjustable/relative font sizes, ALT text for images, CSS whenever possible, etc. Accessibility should be a priority over design/aesthetics. 109-3. THE SUN AND WAVES LOGO AND ITS USE The City's Sun and Waves logo should be used for everyday business, on all print and electronic material. It should be used on all internal correspondence, brochures, advertising, vehicles, apparel and signage. It should be used only in the manner presented here, in the proportion shown here, with no alterations. It should not be condensed, lengthened, or otherwise distorted to fit a space. The logo is approved for use by City departments, and is not to be used by outside vendors without the permission of the City Manager, Assistant City Manager or Public SECTION IV Page 9 of 106 Updated 2/11/2016 SECTION IV — Technical Specifications Communications office. Electronic versions of the logo should be obtained from Public Communications. 109-4. MAPS AND GRAPHICS Use of maps and graphics is recommended to illustrate the project; only approved graphics should be posted to the Project Web Pages. 109-5. INTERACTIVE FORMS The site should also include an interactive form or other options to allow the Public's input sent back to the City regarding the Project. 109-6. POSTING The site should be presented to the City's Webmaster for review and posting to the City's Web Server. Posting of the Project Web Pages to a different server than City's Web server, if approved, should be coordinated with the City's Webmaster for resolving all accessibility and conformity issues. 109-7. WEB PAGES UPDATES Unless otherwise specified and agreed, Engineer is responsible for keeping the posted Web Pages up-to-date, by sending revisions and updates through the City Project Manager to the City's Webmaster for posting. SECTION IV Page 10 of 106 Updated 2/11/2016 SECTION IV—Technical Specifications 200 SERIES: SITEWORK 201. EXCAVATION FOR UNDERGROUND WORK The Contractor is responsible to take all necessary steps to conduct all excavation in a manner which provides for the successful completion of the proposed work while at all times maintaining the safety of the workmen, the general public and both public and private property. The Contractor's methods of work will be consistent with the standard practices and requirements of all appropriate Safety Regulatory Agencies, particularly the Occupational Safety and Health Administration (OSHA) requirements for excavation. Unless otherwise specifically stated in these plans and specifications, the methods of safety control and compliance with regulatory agency safety requirements are the full and complete responsibility of the Contractor. For the purposes of the Contractor's safety planning in the bidding process, the contractor is to consider all excavation to be done in the performance of this contract to be in soil classified as OSHA "Type C". The Contractor's attention is called to specific requirements of OSHA for excavation shoring, employee entry, location of excavated material adjacent to excavation, the removal of water from the excavation, surface encumbrances and in particular the requirement of a "Competent Person" to control safety operations. The Contractor will identify their Competent Person to City staff at the start of construction. City staff is required from time to time to perform inspections, tests, survey location work, or other similar activity in an excavation prepared by the Contractor. City staff, in conformance with the OSHA Excavation Safety Requirements, is to only enter an excavation in compliance with these OSHA standards. The City's staff reserve the option to refuse entry into the Contractor's excavation if, in the opinion of the City's staff, the entry into the Contractor's excavation is unsafe or does not conform to OSHA requirements. If this circumstance occurs, the Contractor must either provide the necessary safety requirements or provide alternate means for the accomplishment of the City's work at the Contractor's expense. The construction quantities, if any, contained in the bid proposal for this contract do not contain sufficient quantities to allow the Contractor to perform excavation work using strictly the "open cut" method whereby no shoring systems are used and trench side slopes are cut to conform to OSHA safety requirements without a shoring system. In addition to safety reasons, the Contractor is required to use excavation and trench -shoring methods in compliance with all safety requirements which allow the Contractor to control the amount of restoration work necessary to complete the project. Not more than four hundred feet (400') of trench shall be opened at one time in advance of the completed work unless written permission is received from the Engineer for the distance specified. For pipe installation projects, the trench shall be a minimum of six inches (6") wider on each side than the greatest external horizontal width of the pipe or conduit, including hubs, intended to be laid in them. The bottom of the trench under each pipe joint shall be slightly hollowed, to allow the body of the pipe to rest throughout its length. In case a trench is excavated at any place, excepting at joints, below the grade of its bottom as given, or directed by the Engineer, the filling and compaction to grade shall be done in such manner as the Engineer shall direct, without compensation. SECTION IV Page 11 of 106 Updated 2/11/2016 SECTION IV — Technical Specifications 202. OBSTRUCTIONS Any pipes, conduits, wires, mains, footings, driveways, or other structures encountered shall be carefully protected from injury or displacement. Any damage thereto shall be fully, promptly, and properly repaired by the Contractor to the satisfaction of the Engineer and the owner thereof. Any survey monument or benchmark which must be disturbed shall be carefully referenced before removal, and unless otherwise provided for, shall be replaced upon completion of the work by a registered land surveyor. Any concrete removed due to construction requirements shall be removed to the nearest expansion joint or by saw cut. Contractor shall consult Inspector for the approved means. 203. DEWATERING 203-1. GENERAL Unless specifically authorized by the Engineer, all pipe, except subdrains, shall be laid "in the dry". The Contractor shall dewater trench excavation as required for the proper execution of the work, using one or more of the following approved methods: well point system, trenched gravity underdrain system, or sumps with pumps. Well point systems must be efficient enough to lower the water level in advance of the excavation and maintain it continuously in order that the trench bottom and sides shall remain firm and reasonably dry. The well points shall be designed especially for this type of service, and the pumping unit used shall be capable of maintaining a high vacuum, and at the same time, of handling large volumes of air as well as of water. The Contractor shall be responsible for disposing of all water resulting from trench dewatering operations, and shall dispose of the water without damage or undue inconvenience to the work, the surrounding area, or the general public. Contractor shall not dam, divert, or cause water to flow in excess in existing gutters, pavements or other structures: and to do this Contractor may be required to divert the water to a suitable place of discharge as may be determined by the Engineer. Where possible, Contractor may contain produced groundwater on the project site, a dewatering plan must be submitted to the City for approval if a discharge permit is not obtained or required. The cost of dewatering shall be included in the unit price bid per linear foot of pipe, or, in the case of other underground structures, in the cost of such structures. 203-2. PERMIT REQUIREMENTS 203-2.1. DEWATERING DISCHARGE The Contractor shall be responsible for submitting the Notice of Intent to use the Generic Permit for the Discharge of Groundwater from Dewatering Operations and associated fee in accordance with Florida DEP Requirements, F.A.C. 62-621.300(2)(b) prior to discharging of produced groundwater into the City's streets, storm sewers or waterways. Prior to construction, a dewatering plan must be prepared and submitted to the City for review. It shall include site-specific notes and details presenting the Contractor's proposed dewatering and disposal methods. The City will field -inspect the dewatering operation throughout construction. SECTION IV Page 12 of 106 Updated 2/11/2016 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 SECTION IV — Technical Specifications 204. UNSUITABLE MATERIAL REMOVAL All unsuitable material, such as muck, clay, rock, etc., shall be excavated from under pipes, structures and roadways and removed from the site. All material removed is property of the Contractor, who shall dispose of said material off-site at their expense. The limits and depths of the excavation shall be determined in the field by the Engineer. 204-1. BASIS OF MEASUREMENT The basis of measurement shall be the amount of cubic yards of clean fill placed as determined by either cross sections of the excavation, truck measure, or lump sum as specified in the Scope of Work and Contract Proposal. Included in the cost of cubic yards of suitable material placed is the removal, hauling and disposal of unsuitable material. 204-2. BASIS OF PAYMENT The unit price for the removal of unsuitable material shall include: all materials, equipment, tools, labor, disposal, hauling, excavating, dredging, placing, compaction, dressing surface and incidentals necessary to complete the work. If no pay item is given, the removal of unsuitable material shall be included in the most appropriate bid item. 205. UTILITY TIE IN LOCATION MARKING The tie in locations for utility laterals of water, sanitary sewer, and gas shall be plainly marked on the back of the curb. Marking placed on the curb shall be perpendicular with respect to the curb of the tie in location on the utility lateral. Marks shall not be placed on the curb where laterals cross diagonally under the curb. The tie in location shall be the end of the utility lateral prior to service connection. Markings shall be uniform in size and shape and colors in conformance with the code adopted by the American Public Works Association as follows: SAFETY RED Electric power, distribution & transmission Municipal Electric Systems HIGH VISIBILITY SAFETY YELLOW Gas Distribution and Transmission Oil Distribution and Transmission Dangerous Materials, Produce Lines, Steam Lines SAFETY ALERT ORANGE Telephone and Telegraph Systems Police and Fire Communications Cable Television SAFETY PRECAUTION BLUE Water Systems, Slurry Pipe Lines and Potable Water SAFETY GREEN Sewer Systems LAVENDER Reclaimed Water, Irrigation and Slurry Lines SECTION IV Page 13 of 106 Updated 2/11/2016 SECTION IV —Technical Specifications WHITE Proposed Excavation PINK Temporary Survey Markings Marks placed on curbs shall be rectangular in shape and placed with the long dimension perpendicular to the flow line of the curb. Marks placed on valley gutter and modified curb shall be six inch (6") x three inch (3") and placed at the back of the curb. Marks placed on State Road and vertical curb shall be four inch (4") x two inch (2") and be placed on the curb face. 206. CLEARING AND GRUBBING The work included in this specification includes the removal and disposal of all structures, appurtenances, asphalt, concrete, curbs, walls, trees, roots, vegetation, boulders, conduits, poles, posts, pipes, inlets, brush, stumps, debris and other obstructions resting on or protruding through the ground surface necessary to prepare the area for construction. Clearing and grubbing shall be performed in accordance with Section 110 of FDOT's Standard Specifications. Unless otherwise specified in the contract documents, the Contractor shall take ownership of all removed material and dispose of them off-site in accordance with all Local, State and Federal Requirements. 206-1. BASIS OF MEASUREMENT The basis of measurement shall be either a lump sum quantity or the number of acres cleared and grubbed as specified on the plans or directed by the Engineer. 206-2. BASIS OF PAYMENT The pay item for clearing and grubbing shall include: all removal and disposal of materials and structures as well as all materials, hauling, equipment, tools, labor, leveling of terrain, landscape trimming and all incidentals necessary to complete the work. 207. EROSION AND SEDIMENT CONTROL 207-1. GENERAL Erosion and sediment control shall conform to the requirements of the FDOT Standard Specifications for Prevention, Control, and Abatement of Erosion and Water Pollution. Contractor shall use temporary erosion and sediment control features found in the State of Florida Erosion and Sediment Control Designer and Reviewer Manual (E&SC Manual) or the City of Clearwater Standard Indices. 207-2. TRAINING OF PERSONNEL The City may require that the Supervisor or Foreman controlling the work for the Contractor on the Project have a current Florida Department of Environmental Protection (FDEP) Florida Stormwater, Erosion, and Sedimentation Control Inspector Training & Certification. All personnel working on the Project shall complete illicit discharge training once per calendar year. Contractor shall provide documentation to the City prior to Notice To Proceed. Example of SECTION IV Page 14 of 106 Updated 2/11/2016 SECTION IV—Technical Specifications training and training sign -in sheet will be provided by the City to the Contractor at the Pre - Construction Meeting. 207-3. STABILIZATION OF DENUDED AREAS No disturbed area may be denuded for more than thirty (30) calendar days unless otherwise authorized by the City Engineer. During construction, denuded areas shall be covered by mulches such as straw, hay, filter fabric, seed and mulch, sod, or some other temporary vegetation. Within sixty (60) calendar days after final grade is established on any portion of a project site, that portion of the site shall be provided with established permanent soil stabilization measures per the original site plan, whether by impervious surface or landscaping. 207-4. PROTECTION AND STABILIZATION OF SOIL STOCKPILES Fill material stockpiles shall be protected at all times by on-site drainage controls which prevent erosion of the stockpiled material. Control of dust from such stockpiles may be required, depending upon their location and the expected length of time the stockpiles will be present. In no case shall an unstabilized stockpile remain after thirty (30) calendar days. 207-5. PROTECTION OF EXISTING STORM SEWER SYSTEMS During construction, all storm sewer inlets in the vicinity of the project shall be protected by temporary erosion and sediment control features found in the State of Florida Erosion and Sediment Control Designer and Reviewer Manual (E&SC Manual) or the City of Clearwater Standard Indices, or equals approved by the City Engineer before installation. 207-6. SWALES, DITCHES AND CHANNELS All swales, ditches and channels leading from the site shall be sodded within three (3) days of excavation. All other interior swales, etc., including detention areas will be sodded prior to issuance of a Certificate of Occupancy. 207-7. UNDERGROUND UTILITY CONSTRUCTION The construction of underground utility lines and other structures shall be done in accordance with the following standards: no more than 400 linear feet of trench shall be open at any one time; and, wherever consistent with safety and space consideration, excavated material shall be cast to the uphill side of trenches. Trench material shall not be cast into or onto the slope of any stream, channel, road ditch or waterway. 207-8. MAINTENANCE All erosion and siltation control devices shall be checked regularly, especially after each rainfall and will be cleaned out and/or repaired as required. SECTION IV Page 15 of 106 Updated 2/11/2016 SECTION IV — Technical Specifications 207-9. COMPLIANCE Failure to comply with the aforementioned requirements may result in a fine and/or more stringent enforcement procedures such as (but not limited to) issuance of a "Stop Work Order". 208. CONSTRUCTION AND REPAIR OF SEAWALLS AND OTHER BEACH EROSION CONTROL STRUCTURES. Other beach erosion control structures, accompanied by a certified survey showing the location of the groin or other beach erosion control structure and adjoining groins or other beach erosion control structures, shall be presented to the city council for final approval. Where steps are necessary to provide access along the beach to the public, then such steps shall be shown as part of the plan for groin construction prior to issuance of the permit, and such steps shall be constructed and maintained in a safe condition at all times. 208-1. EXISTING SEAWALLS AND REVETMENTS Existing seawalls and revetments on natural waterbodies may be replaced with a revetment or with a vertical seawall with the provision of rip rap placed at the base of the wall up to the mean high water line for the entire length of the seawall. Revetments and seawalls may be replaced with a vertical seawall in manmade waterbodies, provided that the seawall is within the property line and maintains the established shoreline. 208-2. TOP OF CAP ELEVATION The top of cap elevation for all replacement and new seawalls and seawall caps shall not exceed 4.8 feet N.A.V.D. If the top of a seawall cap is constructed at an elevation differing from the adjacent property owner top of cap elevation by greater than one foot, then a return wall is required to sufficiently provide for the break in grade at the property line. Seawalls exceeding 4.8 feet N.A.V.D. in height prior to the effective date of this article may be maintained, repaired and replaced to their current height. 208-3. SEAWALLS AND REVETMENTS LOCATED SEAWARD OF THE CCL Seawalls and revetments located seaward of the coastal construction setback line are controlled by regulations of the Division of Beaches and Shores of the Florida Department of Environmental Protection. Replacement of a seawall or revetment that is located seaward of the coastal construction setback line necessitates submission of a permit application to the state depaitaient of environmental protection. 208-4. PLACEMENT OF NEW SEAWALL The placement of a new seawall waterward of an existing seawall is permitted, subject to the following conditions: (a) A Florida registered professional engineer must certify the new seawall design. (b) The new seawall shall not extend more than 18 inches from the waterward face of the original alignment of the existing vertical seawall location. SECTION IV Page 16 of 106 Updated 2/11/2016 SECTION IV—Technical Specifications (c) The new seawall shall be placed vertically plumb. (d) Placing a seawall in front of an existing seawall shall only be permitted once unless the seawall behind the new seawall is removed. (e) Existing seawall sections that interfere with new seawall location shall be removed. (f) The new seawall shall include an adequate closure of gaps at each property line. (g) For zoning purposes, the setbacks for the property will be measured from either the property line or the waterside of the original seawall slab, whichever is more restrictive, and will not be adjusted to accommodate the new seawall addition. For purposes of pier construction, the shore normal dimensions will be measured from the waterside of the original seawall slab. 208-5. POST CONSTRUCTION SURVEY Prior to final inspection and approval of a new or replacement seawall or seawall cap, a post - construction survey shall be required. Repairs of existing seawalls and seawall caps which do not alter the height or location shall not be subject to this requirement. 208-6. RIP -RAP On all natural waterways, an apron of rip -rap shall be placed at the base of all new and repaired seawalls up to the mean high water line for the entire length of the seawall to absorb the wave energy and protect the underlying soft earth or sand from being carried away, as well as to provide habitat for desirable marine species. This rip -rap shall be required at the base of all new seawalls and at the time that an existing seawall is repaired where the replacement constitutes greater than 50 percent of the entire length of the seawall or includes the replacement of a panel. 208-7. RETAINING WALL IN LIEU OF VERTICAL SEAWALL A retaining wall may be built as an alternative to a vertical seawall, provided that all activities, including dredging, filling, slope grading, or equipment access and similar activities and all portions of the wall are located landward of the mean high water line. SECTION IV Page 17 of 106 Updated 2/11/2016 SECTION IV —Technical Specifications 300 SERIES: MATERIALS 301. CONCRETE The Contractor shall notify the Construction Inspector or City a minimum of twenty-four (24) hours in advance of all concrete placement. Unless otherwise noted elsewhere or directed, the following requirements shall be adhered to: All concrete work shall be performed in accordance with the latest editions of the Design and Control of Concrete Mixtures by the Portland Cement Association, the American Concrete Institute, and FDOT's Standard Specifications. Unless otherwise specified, all concrete shall have fiber mesh reinforcing and have a minimum compressive strength of 3000 p.s.i. at twenty- eight (28) days. The cement type shall be Type I and shall conform to AASHTO M-85. The aggregate shall conform to ASTM C-33. All ready mix concrete shall conform to ASTM C-94. The slump for all concrete shall be in the range of three inches (3") to five inches (5"), except when admixtures or special placement considerations are required. All concrete shall be tested in the following manner: Placement of less than five cubic yards (5 cy) shall be tested at the Engineer's discretion. Otherwise, for each class, for each day, for every 50 cy or part thereof exceeding five cubic yards (5 cy), one set of three (3) compressive strength cylinders will be required (1 at 7 days and 2 at 28 days). At the discretion of the Engineer, unacceptable test results may require the Contractor to provide further tests, as determined by the Engineer, to determine product acceptability, or need for removal, and compensation or denial thereof. 302. EXCAVATION AND FORMS FOR CONCRETE WORK 302-1. EXCAVATION Excavating for concrete work shall be made to the required depth of the subgrade or base upon which the concrete is to be placed. The base or subgrade shall be thoroughly compacted to a point six inches (6") outside said concrete work before the forms are placed. 302-2. FORMS Forms for concrete work shall be either wood or metal, except curbs. Curb forms shall be metal only, unless at radius, intermittent sections less than ten (10) linear feet or by written permission from Engineer. They shall be free from warps or bends, shall have a depth equal to the dimensions required for the depth of the concrete deposited against them and shall be of sufficient strength when staked to resist the pressure of concrete without moving or springing. 303. REINFORCEMENT When required, reinforcement shall be placed in the concrete work. Bar reinforcement shall be deformed: ASTMA-A 615, steel shall be billet Intermediate or Hard Grade: Rail Steel A.A.S.H.T.O. M42. Twisted Bars shall not be used, Fabric Reinforcement shall conform to the requirements of AASHTO M55 (ASTM A185). Welded deformed steel wire fabric for Concrete SECTION IV Page 18 of 106 Updated 2/11/2016 SECTION IV — Technical Specifications reinforcement shall meet the requirements of AASHTO M 221 (ASTM A497). Welded wires shall be elevated by the use of chairs. Epoxy coated reinforcing Steel Bars shall meet ASTM A775/A77 requirements. 303-1. BASIS OF PAYMENT Reinforcement shall not be paid for separately. The cost of such work shall be included in the contract unit price for the item of work specified. 304. BACKFILL 304-1. MATERIALS AND GENERAL Material for backfill other than under Gabion mattress shall be carefully selected from the excavated material or from other sources as may be required by the Engineer. Such material shall be granular, free from clay, muck, organic matter or debris, contain no rocks or other hard fragments greater than three inches (3") in the largest dimension and all fill shall be similar material. Material for backfill under Gabion mattress shall be an A-1 soil meeting AASHTO M145. Backfill shall be carried up evenly in layer not exceeding eight inches (8") in thickness and shall be compacted into place by mechanical tamping before the next layer is applied. A hydro - hammer shall not be used for compaction. Backfill placed around pipes shall be carefully placed around the sides and top of pipe by hand shovels and thoroughly compacted to twelve inches (12") above the pipe by tamping or other suitable means. For backfill in small areas that do not permit any type of tamping, Contractor may use flowable fill to achieve required density. Flowable fill shall adhere to Section 121 of FDOT specifications. Where wet conditions are such that dewatering by normal pumping methods would not be effective, as determined by the Engineer, Contractor may use #57 stone (meeting FDOT's specifications) and hand tamping until backfill has reached an elevation and condition such as to make the use of the mechanical tampers practical. Fully wrap the stones with a layer of Type D filter fabric of FDOT Index 199. Do not place stones within four feet (4') of the ends of trench or ditch; use normally accepted backfill material at the ends. Where new cast -in-place concrete work is performed, do not place backfill until the specified twenty-eight (28) days compressive strength occurs. Do not allow heavy construction equipment to cross over pipes or culverts until placing and compacting backfill material to the finished earthwork grade or to an elevation of at least four feet (4') above the top of the pipe or culvert. The cost of backfill, flowable fill, alternative approved material for wet conditions, and extra dewatering effort to achieve required density, etc., shall be included in the contract unit price or lump sum price for the item of the work specified. 304-2. TESTING AND INSPECTION Contractor shall employ and pay for the services of an independent testing laboratory, approved by the Owner, to perform density testing on backfilled material. All testing shall be witnessed by SECTION IV Page 19 of 106 Updated 2/11/2016 SECTION IV —Technical Specifications the Owner's Representative. The test shall be repeated until satisfactory results are obtained. The Contractor shall be charged for all retests and re -inspection services. Backfill under all type of impervious areas and around structures: Backfill in these areas shall be compacted to a minimum of 98% Modified Proctor Test in accordance with ASTM D 1557 or ASSHTO T 180. Tests shall be performed up to the proposed bottom of pavement elevation. Backfill outside of impervious areas: Backfill in these areas shall be compacted to a minimum of 95% Standard Proctor Test in accordance with ASTM D-698 or AASHTO T-99. Tests shall be performed up to the proposed finished grade. Backfill Testing: The Contractor shall demonstrate the adequacy of backfill compaction by performing density testing. For each test location, density testing shall be performed at eight inch (8") lifts. The character of the backfill material will be observed during the excavation for density testing to determine conformance with the specifications. Density testing shall be performed using nuclear field density equipment or conventional weight -volume methods. If the weight -volume method is used, volume shall be determined by using the sand replacement test (ASTM D 1556) or liquid displacement methods (ASTM D 2167). If nuclear methods are used, the trench correction effect shall be accounted for by recalibrating the nuclear gauge on its calibration block at the location of each test prior to taking the density measurement. The Contractor shall furnish all equipment, tools, and labor to prepare the test site for testing. Normal Testing Frequency: One test shall be performed for each one hundred feet (100') of backfill or fraction thereof or for each single run of pipe/culvert connecting two (2) successive structures whichever is less. The location of the test within each section shall be selected by the Owner's Representative. Testing shall progress as each one hundred foot (100') section is completed. Four (4) tests equally spaced around each structure shall be performed on each eight inch (8") lift. Testing which indicates that unacceptable material has been incorporated into the backfill, or that insufficient compaction is being obtained shall be followed by expanded testing to determine the limits of the unacceptable backfill. Expanded Testing Requirements: If normal testing within a testing section indicates unacceptable backfill, the Owner's Representative may require additional testing within the same test section to determine the limits of unacceptable backfill. Additional testing required by the Owner's Representative shall be paid for by the Contractor and shall not exceed testing of four (4) additional locations within the test section. Unacceptable backfill within the limits established by the testing shall be removed and replaced by the Contractor at no additional cost to the Owner. Additional testing beyond that required may be performed by the Contractor at his expense to further delineate limits of unacceptable backfill. 305. RIPRAP The work included in this specification includes the construction of riprap as shown on the plans. The riprap shall be constructed per Section 530 of FDOT's Standard Specifications. 305-1. BASIS OF MEASUREMENT The basis of measurement for riprap shall be the dry weight in tons. SECTION IV Page 20 of 106 Updated 2/11/2016 SECTION IV — Technical Specifications 305-2. BASIS OF PAYMENT The pay item for sand -cement riprap shall include: all materials, testing, labor, grout, hauling, equipment, excavation, backfill, dressing and shaping for placement of sand -cement and all incidentals necessary to complete the work. The pay item for rubble riprap shall include: all materials, required bedding stone, dressing and shaping for placement of bedding stone, filter fabric, testing, hauling, excavating, backfill, dressing and shaping for placement of rubble, and all incidentals necessary to complete the work. No payment will be granted if concrete or stone that exists on-site is used as rubble riprap. SECTION IV Page 21 of 106 Updated 2/11/2016 SECTION IV —Technical Specifications 400 SERIES: SANITARY SEWER 401. SANITARY MANHOLES 401-1. BUILT UP TYPE Manholes shall be constructed of brick with cast iron frames and covers as shown on the drawings. Invert channels shall be constructed smooth and semicircular in shape conforming to inside of adjacent sewer section. Changes in direction of flow shall be made in a smooth curve of as large a radius as possible. Changes in size and grade of channels shall be made gradually and evenly. Invert channels shall be formed by one of the following methods: form directly into concrete manhole base, build up with brick and mortar, lay half tile in concrete, or lay full section of sewer pipe through manhole and break out top half of pipe. The manhole floor outside of channels shall be made smooth and sloped toward channels. Free drop in manholes from inlet pipe invert to top of floor outside the channels shall not exceed twenty four inches (24"). Standard Drop Manholes shall be constructed wherever free drop exceeds twenty four inches (24"). Manhole steps shall not be provided. Joints shall be completely filled and the mortar shall be smoothed from inside of manholes. The entire interior and exterior of brick manholes shall be plastered with one half inch (1/2") of mortar. Brick used may be solid only. Brick shall be laid radially with every sixth course being a stretcher course. 401-2. PRECAST TYPE Precast Sanitary Manholes shall conform to this specification unless otherwise approved by the City Engineer. AASHTO M 85 Type II cement shall be used throughout with a minimum wall thickness of five inches (5"). The precast sections shall conform to ASTM C 478 latest revision. Section joints shall be a tongue and groove with "ram neck" gasket or "0" ring to provide a watertight joint. Minimum concrete strength shall be 4000 psi at 28 days. Three sets of shop drawings and location inventory shall be submitted to the City Engineer for approval. Approval of shop drawings does not relieve Contractor of responsibility for compliance to these specifications unless letter from Contractor requesting specific variance is approved by the City Engineer. Location inventory submitted with shop drawing shall detail parts of manhole per manhole as numbered on the construction plans. All manhole parts shall be numbered or lettered before being sent to the job site to permit proper construction placement. A plan or list of the numbering system shall be present on the job site when manhole components are delivered. SECTION IV Page 22 of 106 Updated 2/11/2016 SECTION IV — Technical Specifications Precast manhole dimensions, drop entry, grout flow of channel, etc., shall be as shown on City of Clearwater Engineering Index #302 Sheets 1 and 2 of 2. Manhole sections shall be rejected if abused during shipping or placement and if pipe openings are not properly aligned. The "break in" to precast manholes for pipe entry will not be allowed. The manhole base shall be set on a pad of A 1 or A 2 Classification soil approximately five inches (5") thick to secure proper seating and bearing. 401-2.1. MANHOLE ADJUSTMENT RINGS (GRADE RINGS) Between the top of the manhole cone and the manhole cover frame, a manhole adjustment ring shall be installed. The intent of the manhole adjustment ring is to accommodate future grade changes without disturbing the manhole. See Section IV, Article 703-7, Asphaltic Concrete — Adjustment of Manholes. 401-3. DROP MANHOLES Standard drop inlets to manholes shall be constructed of commercial pipe, fittings and specials as detailed on the drawings. 401-4. FRAMES AND COVERS Manhole frames and covers shall be set in a full bed of mortar with the top of the cover flush with or higher than finished grade as directed. Refer to Index 301. 401-5. MANHOLE COATINGS The exterior and interior of all built up manholes shall be coated with two (2) coats of Type II Asphalt emulsion, moisture and damp proof (Specification ASTM D 1227 Type II Class I) as manufactured by W.R. Meadows Sealtite or approved equal. The exterior of all precast manholes shall have a 15 mil dry thickness of Sherwin Williams Targuard® Coal Tar Epoxy or approved equal. The interior shall be AGRU SUREGRIP HDPE or PP -R Liner with a minimum thickness of two millimeters (2 mm). 401-6. CONNECTIONS TO MANHOLES Connections to existing sanitary manholes using approved PVC sewer main shall be made with a manhole adapter coupling by NPC Kor-N-Seal® or approved water stop coupling. 402. RAISING OR LOWERING OF SANITARY SEWER STRUCTURES Sanitary Sewer Structures shall be raised or lowered as indicated on the plans or as indicated by the Engineer. 402-1. BASIS OF PAYMENT Payment, unless covered by a bid item, shall be included in the cost of the work. SECTION IV Page 23 of 106 Updated 2/11/2016 SECTION IV—Technical Specifications 403. SANITARY SEWERS AND FORCE MAINS 403-1. MATERIALS 403-1.1. GRAVITY SEWER PIPE GRAVITY SEWER PIPE SHALL BE POLYVINYL CHLORIDE OR DUCTILE IRON. Polyvinyl chloride pipe and fittings shall conform to ASTM specification D 3034 for S.D.R. 35. Sewer pipe with more than ten feet (10') of cover shall be SDR 26. The pipe shall be plainly marked with the above ASTM designation. The bell end of joints and fittings shall have a rubber sealing ring to provide a tight flexible seal in conformance with ASTM D 3212. The laying length of pipe joints shall be a maximum of twenty feet (20'). Unless otherwise noted in these specifications or construction plans, Ductile Iron pipe and fittings for gravity sewer shall conform to Article 501 of these Technical Specifications for DIP water main except pipe shall be interior Protecto 401 ceramic epoxy lined in accordance with manufacturer's recommendations. Where sanitary sewer main is to be placed between building lots in a sideline easement, the sewer main shall, insofar as possible, be constructed without manholes or lateral connections within the side easement. The pipe material in the side easement between streets shall be C 900, SDR 18 polyvinyl chloride water main pipe as described in these Technical Specifications Article 501. A two-way cleanout shall be installed on each lateral at the property line. 403-1.2. FORCE MAIN PIPE FORCE MAIN PIPE SHALL BE POLYVINYL CHLORIDE OR DUCTILE IRON. Unless otherwise noted in the specifications or construction plans, both polyvinyl chloride and ductile iron force main pipe and fittings shall conform to Article 501 of these Technical Specifications for water main pipe except that DIP shall be Protecto 401 ceramic epoxy lined in accordance with manufacturer's recommendations. All polyvinyl chloride pipe which has become deteriorated due to exposure to ultra violet radiation shall be rejected. 403-2. INSTALLATION 403-2.1. GRAVITY SEWER PIPE Installation of Thermoplastic gravity sewer pipe shall be in conformance with recommended practices contained in ASTM D 2321. The bottom trench width in an unsupported trench shall be limited to the minimum practicable width (typically pipe OD plus eight inches (8") to twelve inches (12") on each side) allowing working space to place and compact the haunching material. The use of trench boxes and movable sheeting shall be performed in such a manner that removal, backfill and compaction will not disturb compacted haunching material or pipe alignment. Dewatering of the trench bottom shall be accomplished using adequate means to allow preparation of bedding, placement of the haunching material and pipe in the trench without SECTION IV Page 24 of 106 Updated 2/11/2016 SECTION IV — Technical Specifications standing water. Dewatering shall continue until sufficient backfill is placed above the pipe to prevent flotation or misalignment. Where pipe bedding is insufficient to adequately support pipe, the Contractor will be required to remove unsuitable material and bed pipe in Class I material (one half inch (1/2") diameter aggregate) to provide firm support of pipe. Connections to manholes with sanitary pipe shall use a joint two (2) feet in length and shall use an approved water stop around pipe joint entry. The laterals shown on the plans do not necessarily reflect exact locations. The Contractor is required to locate all existing laterals for reconnection and to coordinate with the construction inspector the location of all new laterals. 403-2.2. FORCE MAIN PIPE Installation of force main pipe shall be in conformance with Article 501 of these Technical Specifications for water main pipe. 403-3. TESTING 403-3.1. TESTING OF GRAVITY SEWERS The Contractor shall take all precautions to secure a perfectly water tight sewer under all conditions. The water tightness of a sewer which has a crown lying below groundwater level may be tested by measuring infiltration. The water tightness of sewers having crowns lying above groundwater level may be tested by filling the pipe with water so as to produce a hydrostatic head of two feet or more above the crown of the sewer at the upper end of the test section or the water table outside of the sewer, whichever is higher, and then measuring the exfiltration. In no case shall the infiltration or exfiltration exceed fifty (50) gallons per inch of diameter per mile per day. The Contractor shall furnish all labor, materials and equipment to test the amount of infiltration or exfiltration under the Engineer's direction. Where the infiltration or exfiltration is excessive, the Contractor at their own expense shall take the necessary steps to remedy such conditions by uncovering the sewer, remaking the joints or by replacing the entire length of sewer as required by the Engineer. No such repaired joints may be backfilled until after they have been tested and found to be acceptable. Care shall be taken to avoid flotation. The Contractor shall TV inspect all mains to verify the true and uniform grade and the absence of bellies or dropped joints prior to acceptance. Any dips or sags of more than five percent (5%) of the inside pipe diameter dimension shall be cause for rejection. The above tests shall be performed at the discretion of the Engineer on any or all sections of the line. 403-3.2. TESTING OF FORCE MAINS Force mains shall be tested under a hydrostatic pressure of 150 P.S.I. for two (2) hours, as described in Article 501 of these Technical Specifications for the testing of water mains. SECTION IV Page 25 of 106 Updated 2/11/2016 SECTION IV— Technical Specifications 403-4. BASIS OF PAYMENT 403-4.1. GRAVITY SEWER PIPE Payment for in place sanitary sewer gravity main pipe shall be the unit price per linear foot per appropriate range of depth of cut as contained in the contract proposal. Measurement for payment shall be along the centerline of the sewer main from center to center of manholes. Payment for laterals shall be the unit price per linear foot of pipe as measured from the centerline of the sewer main pipe to the terminal end of the lateral pipe including a two-way cleanout at the property line. Payment for sewer pipe shall include all labor, equipment and materials necessary to complete the installation. This shall include clearing and grubbing, excavation, shoring and dewatering, backfill and grading. 403-4.2. FORCE MAIN PIPE Payment and measurement of force main pipe shall be the same as described in Article 501 of these Technical Specifications for water main pipe. 404. HDPE DEFORMED - REFORMED PIPE LINING 404-1. INTENT It is the intention of this specification to provide for the trenchless restoration of eight inch (8") to twelve inch (12") sanitary sewers by the installation of a high density polyethylene, jointless, continuous, fold and form pipe liner which is watertight and chemically resistant to withstand exposure to domestic sewage including all labor, materials and equipment to provide for a complete, fully restored and functioning installation. 404-2. PRODUCT AND CONTRACTOR/INSTALLER ACCEPTABILITY The City requires that all contractors be prequalified. See General Conditions regarding contractor prequalification. In addition, the City requires a proven extensive track record for the fold and form liner system to be used in this project. All contractors submitting for prequalification approval for this project must exhibit extensive satisfactory experience in the installation of the proposed liner system and satisfactory evidence that the proposed liner system has been extensively and successfully installed in the Unites States and the State of Florida. The installer must be certified by the liner system manufacturer for installation of the liner system. The City reserves full and complete authority to approve the satisfactory nature of the both the liner system and the installer. 404-3. MATERIALS Pipe shall be made from P. E. 3408 polyethylene resins complying with ASTM D 3350, cell classification: P.E. 345434 D for High Density. It shall be Type 3, Grade 4, Class D, according to ASTM D 1248. The Contractor shall provide certified test results for review by the Engineer, SECTION IV Page 26 of 106 Updated 2/11/2016 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 SECTION IV — Technical Specifications from the manufacturer, that the material conforms with the applicable requirements. Material shall have a minimum thickness of SDR 32.5. Pipe specimens shall comply with the minimum property values shown below with the applicable ASTM requirements: Material Property ASTM Method Value HDPE HDPE Tensile Strength D 638 3,300 psi Elasticity Modulus E=113,000 psi Impact Strength D 256 A 3.0 ft-lb/in Flexure Modulus E=136,000 psi Expansion Coeff. c=0.009 in/in/deg F At the time of manufacture, each lot of liner shall be reviewed for defects and tested in accordance with ASTM D 2837 and D 1693. At the time of delivery, the liner shall be homogeneous throughout, uniform in color, free of cracks, holes, foreign materials, blisters, or deleterious faults. The Contractor shall provide, as requested, certified test results for review by the Engineer, from the manufacturer, that the material conforms with the applicable requirements. The Engineer may at any time request the Contractor provide test results from field samples to the above requirements. Liner shall be marked at five (5) foot intervals or less with a coded number, which identifies the manufacturer, SDR, size, material, date, and shift on which the liner was extruded. Lining manufacturer shall submit to the Engineer for approval as requested, complete design calculations for the liner thickness. The criteria for liner design shall be HS -20 traffic loading, water table to the ground surface, minimum expected lifetime of fifty (50) years, and no structural strength retained from the existing pipe. Any liner system must be approved by the Engineer prior to receiving bids. Request for contractor prequalification and/or liner system approval must be received by the Engineer no later than fourteen (14) days prior to the date for receiving bids. 404-4. CLEANING/SURFACE PREPARATION It shall be the responsibility of the Contractor to clean and prepare the existing pipes for rehabilitation. The Contractor will thoroughly clean the interior of the sewers to produce a clean interior surface free of all coatings, sand, rock, roots, sludge, or other deleterious materials prior to liner insertion. Bypass pumping will be provided by the Contractor as part of the unit cost of restoration. Bypass operations are to be so arranged as to cause minimum disruptions to local traffic, residents and particularly to commercial facilities. During the cleaning and preparation operations all necessary precautions shall be taken to protect the public, all property and the sewer from damage. All material removed from the sewers shall be the Contractor's responsibility for prompt disposal in accordance with all regulatory agency requirements. The Contractor may be required to SECTION IV Page 27 of 106 Updated 2/11/2016 SECTION IV — Technical Specifications control the rate of sewer cleaning in the sanitary system to avoid heavy pollution loads at the City's treatment plants. 404-5. TELEVISION INSPECTION After cleaning, and again after the rehabilitation work on each section of the project is completed, all pipe sections shall be visually inspected with a digital camera and recorded in DVD format as specified below. 404-5.1. VIDEO, PHOTO CAPTURE AND DATA COLLECTION REQUIREMENTS FOR MANHOLE AND PIPELINE INSPECTION This section describes the requirements of the Contractor in providing the following minimum requirements for Video, Photo Capture and Database structure to the City. The City is currently using CUES Granite XP video and data collection software. The Contractor shall provide the TV Inspections in the same Granite XP database, photo and video capture format. The Contractor - provided TV Inspections, Database, DVDs, Photos and related files shall have the ability to direct synchronize to the City's existing Granite XP database. 404-5.2. IMAGE (PHOTOS) CAPTURE FORMAT AND REQUIREMENTS The Inspection image files (pictures) shall have the ability to export to Industry Standard Formats to include JPEG, BMP, and TIFF formats and be transferable by disk, DVD and/or external hard drive to an external personal computer utilizing standard viewers and printers. 404-5.3. DIGITAL VIDEO FORMAT AND REQUIREMENTS Digital video files (Inspection Videos) shall be captured and/or recorded in the MPEG 1, 2 or 4 format or as specified by the City. The Video capture files shall be in MPEG format with data linking (Inspection Observations) to the database file(s). The "Link" of the video capture file to the database observation file is required. The inspection observation(s) shall link to the video record in real-time. The accompanying database shall support the following code systems: WRc, PACP, CUES standard, or current code system being utilized by the City. The Database and Software program (Granite XP V2.X) shall be able to import asset data from an ArcGIS (City current version) geo- database file utilizing the network features to associate Sewer Mains with corresponding Sewer Nodes. The database structure shall retain information on the various structures found within a sewer or storm system. It is important that the structures, nodes, manholes and pipe identifiers and related attribute information be retained as separate tables from the Inspection allowing import of existing data from multiple sources. The data structure allows different projects to reside within a single database. Information gathered in projects shall be available to view by project or by system. Data gathered during project inspection shall be available to view by the selected structure. Therefore, all inspections can be viewed on a structure even if gathered in different projects. SECTION IV Page 28 of 106 Updated 2/11/2016 SECTION IV — Technical Specifications 404-5A. SYNCHRONIZATION The database shall have the ability to synch assets and inspections from replicated databases. The synch process should have built-in error checking for duplicates, updates and any modifications to the data being synched. This allows for multiple sources of data to be effectively consolidated into a single unitary database for analysis and evaluation. 404-6. LINER INSTALLATION Liner shall be sized to field measurements obtained by the Contractor to provide a tight fit to the full interior circumference of the existing sanitary sewer and shall be a continuous, jointless liner product from inside of manhole to inside of manhole. Contractor shall use installation methods approved by the liner manufacturer including liner placement, reforming to fit existing pipe, pressure and heat requirements and reconnection of laterals. The Contractor shall immediately notify the Engineer of any construction delays taking place during the insertion operation. Contractor shall maintain a reasonable backup system for bypass pumping should delays or problems with pumping systems develop. Liner entries at manholes shall be smooth, free of irregularities, and watertight. No pinholes, tears, cracks, thin spots, or other defects in the liner shall be permitted. Such defects shall be removed and replaced by the Contractor at their expense. OSHA requirements for installation procedures, in particular, confined spaces are to be met. 404-7. LATERAL RECONNECTION Sanitary laterals shall be reconnected as soon as possible to renew service. Laterals are to be reconnected by means of robotics, by internally cutting out the liner to 100% of the area of the original opening. All lateral reconnections are to be grouted to prevent leakage. Grouting method and material is to be approved by the Engineer. Any reconnections to laterals and connections to manholes which are observed to leak shall be resealed by the Contractor. All laterals discovered during the lining process are to be reconnected unless specifically directed otherwise by the City. Contractor shall notify all local system users when the sanitary system will not be available for normal usage by the delivery of door hangers with appropriate information regarding the construction project. 404-8. TIME OF CONSTRUCTION Construction schedules will be submitted by the Contractor and approved by the Engineer. At no time will any sanitary sewer service connection remain inoperative for more than an eight (8) hour period without a service bypass being operated by the Contractor. In the event that sewage backup occurs and enters buildings, the Contractor shall be responsible for cleanup, repair and property damage costs and claims. 404-9. PAYMENT Payment for sanitary sewer restoration shall be made per linear foot including all preparation, bypass pumping, equipment, labor, materials, operations, restoration, etc., to provide a fully SECTION IV Page 29 of 106 Updated 2/11/2016 SECTION IV —Technical Specifications completed and operational sewer. Payment shall be measured from center of manhole to center of manhole for the sanitary systems and from end of pipe to end of pipe for storm systems. 405. SANITARY MANHOLE LINER RESTORATION 405-1. SCOPE AND INTENT It is the intent of this portion of the specification to provide for the structural rehabilitation of manhole walls and bases with solid preformed liners and made -in-place liner systems used in accordance with the manufacturer's recommendations and these specifications. In addition to these specifications, the Contractor shall comply with manufacturer's instructions and recommendations for work. Purpose of work is to eliminate infiltration, provide corrosion protection, repair voids and to restore the structural integrity of the manhole. For any particular system the Contractor will submit manufacturer's technical data and application instructions. All OSHA regulations shall be met. 405-2. PAYMENT Payment for liners shall be per vertical foot of liner installed from the base to the top of the installed liner. Liners will generally be installed to the top of existing or new corbels. No separate payment will be made for the following items: Bypass pumping; Traffic Control; Debris Disposal; Excavation, including necessary pavement removal; Shoring and/or dewatering; Structural fill; Backfill and compaction; Grout and mortar; Brick; Resetting of the manhole ring and cover; Pipe extensions and connectors necessary to the installation; Replacement of unpaved roadway and grass or shrubbery plot; Replacement of roadway base and asphalt surface; and Appurtenant work as required for a complete and operable system. The cost of such work shall be included in the pay item, per linear foot of liner. 405-3. FIBERGLASS LINER PRODUCTS 405-3.1. MATERIALS 405-3.1.1. LINERS Liners shall be fiberglass engineered to meet or exceed AASHTO H 20 loading of 16,000 pound vertical wheel load. Manhole liners are to be of the integral corbel design unless otherwise stipulated. Manhole liners are to be as large in diameter as will fit into the existing manhole. The Contractor shall measure the existing manhole immediately prior to ordering materials and is solely responsible for the fitting of the liner. Contractor will be required to submit factory certification for fiberglass liners. The manhole liner shall meet all requirements of ASTM D 3753. 405-3.t2. MORTAR Mortar shall be composed of one part Portland Cement Type I and between two (2) and three (3) parts clean, well graded sand, 100% of which shall pass a No. 8 sieve. SECTION IV Page 30 of 106 Updated 2/11/2016 SECTION IV — Technical Specifications 405-3.1.3. GROUTING Grouting shall be a concrete slurry of four (4) bags of Portland Cement Type II per cubic yard of clean, well graded sand. 405-3.2. INSTALLATION AND EXECUTION Excavate an area around the top of the existing manhole sufficiently wide and deep for the removal of the manhole ring and corbel section. Remove the frame and cover and corbel section without damaging the existing manhole walls. Care is to be taken not to allow brick or soil to fall into the existing manhole. Remove or reinsert loose brick which protrude more than one inch from the interior wall of the manhole and which could interfere with the insertion of the fiberglass liner. If the shelf of the manhole invert is not level around the perimeter, form a flat shelf with mortar. Cut the liner to the proper length. Cutouts in the manhole shall be made to accommodate existing inlet and outlet pipes, drops and cleanouts. Lower the liner into the existing manhole and set the bottom of the liner into quick setting grout. Obtain a good bottom seal to prevent the loss of grout from the annular space between the outside of the liner and the inside wall of the existing manhole. Set the liner as nearly vertical as possible. Pour six inches (6") of quick setting grout above the initial bottom seal in the annular void to insure an adequate bottom seal. Bridge the gap from drops, laterals, force mains, cleanouts and all existing piping between the existing manhole wall and the new manhole liner with P.V.C. pipe. Use quick setting mortar to seal the area around the manhole liner and piping. Fill the annular space between the manhole liner and the existing manhole interior walls with grout. Care must be taken not to deflect the manhole liner due to head pressure. Set the existing manhole ring and cover using brick to make elevation adjustments as needed. Observe water tightness and repair any visible leakage. Backfill around the new liner and compact the backfill. Sod the disturbed area. Match existing sod. Where manholes fall in paved areas, refer to Standard Detail Index 104, "Street and Driveway Replacement for Concrete and Asphaltic Concrete Surfaces". 405-4. STRONG SEAL MS -2 LINER PRODUCT SYSTEM This specification shall govern all work to spray apply a monolithic fiber reinforced cementitious liner to the wall and bench surfaces of brick, concrete or any other construction material; Strong Seal MS 2 product. Described are procedures for manhole preparation, cleaning, application and testing. The applicator must be approved, trained and certified as having successfully completed factory training. The applicator/contractor shall furnish all labor, equipment and materials for applying the Strong Seal MS 2 product directly to the contour of the manhole to form a structural cementitious liner of a minimum one half inch (1/2") thickness using a machine specially SECTION IV Page 31 of 106 Updated 2/11/2016 SECTION IV —Technical Specifications designed for the application. All aspects of the installation shall be in accordance with the manufacturer's recommendations and with the following specifications which includes: 1. The elimination of active infiltration prior to making the application. 2. The removal of any loose and unsound material. 3. The spray application of a pre blended cementitious mix to form a monolithic liner in a two (2) coat application. 405-4.1. MATERIALS 405-4.1.1. PATCHING MIX Strong Seal shall be used as a patching mix according to the manufacturer's recommendations and shall have the following minimum requirements: 1. Compressive Strength (ASTM C-109) 15 min., 200 psi 6 hrs., 1,400 psi 2. Shrinkage (ASTM C-596) 28 days, 150 psi 3. Bond (ASTM C-952) 28 days, 150 psi 4. Cement Sulfate resistant 5. Density, when applied 105 +/- 5 pcf 405-5. INFILTRATION CONTROL Strong Plug shall be used to stop minor water infiltration according to the manufacturer's recommendations and shall have the following minimum requirements: 1. Compressive strength (ASTM C-109) - 600 psi, 1 hr.; 1000 psi 24 hrs. 2. Bond (ASTM C-952) - 30 psi, 1 hr.; 80 psi, 24 hrs. 405-6. GROUTING MIX Strong -Seal Grout shall be used for stopping very active infiltration and filling voids according to the manufacturer's recommendations. The grout shall be volume stable, and have a minimum twenty-eight (28) day compressive strength of 250 psi and a one (1) day strength of 50 psi. 405-7. LINER MIX Strong Seal MS 2 shall be used to form the monolithic liner covering all interior manhole surfaces and shall have the following minimum requirements at twenty-eight (28) days: 1. Compressive strength (ASTM C 109) 3,000 psi 2. Tensile strength (ASTM C 496) 300 psi 3. Flexural strength (ASTM C 78) 600 psi 4. Shrinkage (ASTM C 596) 0% at 90% R.H. 5. Bond (ASTM C 952) 130 psi SECTION IV Page 32 of 106 Updated 2/11/2016 SECTION IV — Technical Specifications 6. Density, when applied 105 + pcf Product must be factory blended requiring only the addition of water at the Project site. Bag weight shall be 50 to 51 pounds and contents shall have dry bulk density of 54 to 56 pounds per cubic foot. Fiberglass rods which are contained in the product shall be alkaline resistant and shall be one-half inch (1/2") to five-eighths inch (5/8") long with a diameter of 635 to 640 microns. Products shall, in the unmixed state, have a lead content not greater than two percent (2%) by weight. Strong Seal MS 2C shall be made with Calcium Aluminate Cement and shall be used according to the manufacturer's recommendations in applications where there is evidence of severe sulfide conditions. Product must be factory blended requiring only the addition of water at job site. Bag weight shall be 50 to 51 pounds and contents must have a dry bulk density of 50 to 56 pounds per cubic foot. Cement content must be 65% to 75% of total weight of bag. One bag of product when mixed with correct amount of water must have a wet density of 95 to 108 pounds per cubic foot and must yield a minimum of 0.67 cubic foot of volume. Fiberglass rods must be alkaline resistant with rod lengths not less than one-half inch (1/2") in length nor greater than five-eighths inch (5/8") in height. Product shall not include any basic ingredient that exceeds maximum allowable EPA limit for any heavy metal. Manufacturer must provide MSDS sheets for product(s) to be used in reconstruction process. A two (2) coat application of liner material will be required (no exceptions) with the first coat rough troweled to force materials into cracks and crevices to set the bond. The second coat to be spray applied to assure a minimum of one-half inch (1/2") thickness after troweling or brush finishing to a relatively smooth finish. 405-8. WATER Shall be clean and potable. 405-9. OTHER MATERIALS No other material shall be used with the mixes previously described without prior approval or recommendation from the manufacturer. 405-10. EQUIPMENT A specially designed machine consisting of an optimized progressive cavity pump capable of producing a minimum of 250 psi pumping pressure, contra blend mixer with twin ribbon paddles with discharge, and an air system for spray application of product. Equipment must be complete with water storage and metering system. Mixer and pump is to be hydraulically powered. Equipment is to be mounted to heavy duty construction tandem axle road worthy trailer complete SECTION IV Page 33 of 106 Updated 2/11/2016 SECTION IV — Technical Specifications with electric brakes and running lights. Internal combustion engine must be included to power the hydraulic system and air compressor. 405-11. INSTALLATION AND EXECUTION 405-11.1. PREPARATION 1. Place boards over inverts to prevent extraneous material from entering the sewer lines and to prevent up stream line from flooding the manhole. 2. All foreign material shall be removed from the manhole wall and bench using a high pressure water spray (minimum 1,200 psi). Loose and protruding brick, mortar and concrete shall be removed using a mason's hammer and chisel and/or scraper. Fill any large voids with quick setting patching mix. 3. Active leaks shall be stopped using quick setting specially formulated mixes according to the manufacturer's recommendations. Some leaks may require weep holes to localize the infiltration during the application after which the weep holes shall be plugged with the quick setting mix prior to the final liner application. When severe infiltration is present, drilling may be required in order to pressure grout using a cementitious grout. Manufacturer's recommendations shall be followed when pressure grouting is required. 4. Any bench, invert or service line repairs shall be made at this time using the quick setting mix and following the manufacturer's recommendations. 5. After all preparation has been completed, remove all loose material. 405-11.2. MIXING For each bag of product, use the amount of water specified by the manufacturer and mix using the Spray Mate Model 35C or 35D equipment for thirty (30) seconds to one (1) minute after all materials have been placed in the mixing hopper. Place the mix into the holding hopper and prepare another batch with timing such that the nozzleman can spray in a continuous manner without interruption until each application is complete. 405-11.3. SPRAYING The surface, prior to spraying, shall be damp without noticeable free water droplets or running water. Materials shall be sprayed, applied to a minimum uniform thickness to insure that all cracks, crevices and voids are filled and a somewhat smooth surface remains after light troweling. The light troweling is performed to compact the material into voids and to set the bond. Not before the first application has begun to take an initial set (disappearance of surface sheen which could be fifteen (15) minutes to one (1) hour depending upon ambient conditions) is the second application made to assure a minimum total finished thickness of one-half inch (1/2"). The surface is then troweled to a smooth finish being careful not to over trowel so as to bring additional water to the surface and weaken it. A brush finish may be applied to the finished coat to remove trowel marks. Manufacturer's recommendation shall be followed whenever more than twenty-four (24) hours have elapsed between applications. The wooden bench covers shall be removed and the bench is sprayed such that a gradual slope is produced from the walls to the invert with the thickness at the edge of the invert being no less than one-half inch (1/2"). The SECTION IV Page 34 of 106 Updated 2/11/2016 SECTION IV —Technical Specifications wall bench intersection shall be rounded to a uniform radius, the full circumference of the intersection. The final application shall have a minimum of four (4) hours cure time before being subjected to active flow. 405-11.4. PRODUCT TESTING At some point during the application, at least four (4) two inch (2") cubes may be prepared each day or from every fifty (50) bags of product used, identified and sent, in accordance with the Owner's or Manufacturer's directions, for compression strength testing as described in ASTM C 109. 405-11.5. CURING Ambient manhole conditions are adequate for curing so long as the manhole is covered. It is imperative that the manhole be covered as soon as possible after the application has been completed. 405-11.6. MANHOLE TESTING AND ACCEPTANCE Manhole may be vacuum tested from the top of manhole frame to the manhole base. All pipes entering the manhole shall be plugged, taking care to securely place the plug from being drawn into the manhole. The test head shall be placed and the seal inflated in accordance with the manufacturers' recommendations. A vacuum pump of ten inches (10") of mercury shall be drawn and the vacuum pump shut off. With the valves closed, the time shall be measured for the vacuum to drop to nine inches (9"). The manhole shall pass if the time is greater than sixty (60) seconds for forty-eight inch (48") diameter, seventy five (75) seconds for sixty inch diameter (60"), and ninety (90) seconds for seventy-two inch (72") diameter manholes. If the manhole fails the initial test, necessary repairs shall be made. Retesting shall proceed until a satisfactory test is obtained. Tests shall be performed by the Contractor under the direction of the Project Engineer. 405-12. INNERLINE ENVIRONMENTAL SERVICES LINER PRODUCT SYSTEM 405-12.1. SCOPE Materials and application procedures for manhole rehabilitation for the purpose of restoring structural integrity, providing corrosion resistance, and stopping infiltration by means of: 1. Hydraulic grouting, where required, as a preliminary measure to stop high volume infiltration. 2. Hydrophilic grouting (positive side waterproofing), where required, as follows: a. Hydrophilic foam -injected through wall of manhole to fill voids, and/or b. Hydrophilic gel -injected through wall of manhole to stop active leaks 3. Cementitious waterproofing with crystallization (negative side waterproofing) 4. Calcium aluminate cement lining, minimum of one-half inch (1/2") SECTION IV Page 35 of 106 Updated 2/11/2016 SECTION IV — Technical Specifications 5. Epoxy coating, minimum of thirty (30) dry mils 405-12.2. MATERIALS 405-12.2.1. REPAIRING CEMENT A quick setting hydraulic cement compound shall be used to plug all visible minor leaks and to instantly stop major leaks, so that further waterproofing processes may proceed unhindered. The repairing cement shall be nonshrinking, nonmetallic, and noncorrosive. The compound shall have the following properties: Set Time Tensile Strength ASTM C 307 Compressive Strength ASTM -C 109 Flexural Strength ASTM C 78 1-3 minutes 1 day 510 psi 3 days 745 psi 28 days 855 psi 1 day 3,125 psi 7 days 7,808 psi 28 days 9,543 psi 1 day 410 psi 3 days 855 psi 28 days 1,245 psi 405-12.2.2. HYDROPHILIC GROUTING Based on conditions found in and around the manhole, the applicator shall pressure inject either one or both of the following materials: 1. An expansive foam grout shall be used to stop major intrusion of water and fill cracks and voids behind the structure's surface. Physical properties are as follows: Tensile Strength 380 psi ASTM D 3574-86 Elongation 400% ASTM D 3574-86 Bonding Strength 250-300 psi 2. A hydrophilic gel grout shall be used for soil stabilization behind the manhole to prevent seepage, to provide a damming effect, and to place a hydrostatic barrier around exterior of manhole. Physical properties are as follows: Density 8.75-9.17 lbs/gal ASTM D-3574 Tensile Strength 150 psi ASTM D- 412 Elongation 250% ASTM D-3574 Shrinkage Less than 4% ASTM D-1042 Toxicity Non Toxic 405-12.2.3. WATERPROOFING A waterproofing component based on the crystallization process shall be applied. The system combines cementitious and silicate based materials that are applied to negative side surfaces to seal and stop leakage caused by hydrostatic pressure. A combination of five coats (using three components -two powders and a special liquid) react with moisture and the constituents of the SECTION IV Page 36 of 106 Updated 2/11/2016 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 SECTION IV — Technical Specifications substrate to form the crystalline structure. It becomes an integral part of the structure and blocks the passage of water. With moisture present, the crystallization process will continue for approximately six (6) months. Upon completion, the color will be light grey. Physical properties are as follows: Slant/Shear bond Strength ASTM C882 Modified Tensile Strength (7 day cure) ASTM C 190 Permeability (3 day cure) CRD 48 55 to Calcium Aluminate Cement 1,200 1,800 psi 380 psi (2.62 MPa) 325 psi (2.24 MPa) 8.1x10^-10 cm/sec to 7.6x10^-11 cm/sec at 100% RH at 50% RH 405-12.2.4. CEMENT LINING A self -bonding calcium aluminate cement shall be applied to restore structural integrity and provide corrosion resistance qualities. The cement (before adding fibers) shall have the following properties: Calcium Aluminate Cement 12 Hrs 24 Hrs 7 Days 28 Days Astm C 495 Compressive Strength, Psi 7000 11000 12000 13000 Astm C 293 Flexural Strength, Psi 1000 1500 1800 2000 Astm C 596 Shrinkage At 90% Humidity -- <0.04 <0.06 <0.08 Astm C 666 Freeze -Thaw Aft 300 Cycle No Damage Astm C 990 Pull - Out Strength 200 - 230 Psi Tensile Astm C 457 Air Void Content (7 Days) 3% Astm C 497 Porosity/Adsorption Test 4 - 5% Modules of Elasticity: 7.10 X 10 PSI after twenty-four (24) hours moist curing at 68 degrees Fahrenheit. The calcium aluminate cement shall be reinforced with inert fibers which comply with ASTM C 1116 and ASTM C 1018, added at the rate of one (1) pound per cubic yard of concrete. The mixture shall be applied to a thickness of at least one half inch (1/2"), but no greater than two inches (2"). It will have a dark grey color. 405-12.2.5. EPDXY COATING A high build, flexible waterproofing epoxy shall be applied to a minimum of thirty (30) dry mils. This epoxy will seal structure from moisture and provide protective qualities to the surface, including excellent resistance to chemical attack and abrasion. The epoxy shall be 100% solids, can be applied to damp surfaces, cures to a tile like finish, is easy to clean, and has no toxic fumes. Its uses include sewage treatment plants and other sewer structures. The epoxy shall have the following properties at 75 degrees Fahrenheit: SECTION IV Page 37 of 106 Updated 2/11/2016 SECTION IV —Technical Specifications Mixing Ratio (Parts A:B), by volume 1:1 Color (other colors available on request) Light Gray Pot Life, hrs 1 Tensile Strength, psi, min 2,000 Tensile Elongation, % 10 —20 Water Extractable Substances, mg./sq. in., max 5 Bond Strength to Cement (ASTM 882) psi 1,800 405-12.2.6. CHEMICAL RESISTANCE The sanitary sewer liner shall be resistant to: Alcohols, Trichloroethylene, Nitric Acid (3%), Jet Fuels, Water, Sulfuric Acid (3% 10%), MEK, Wine, Butyl Acetate, Beer, Lactic Acid (3%), Gasoline, Corn Oil, Aluminum Sulfate, Paraffin Oil, Vegetable Juice, Sodium Chloride, Motor Oil, Hydrochloric Acid (3%), and many others. 405-12.3. INSTALLATION AND EXECUTION 405-12.3.1. PROCEDURAL OVERVIEW Work shall proceed as follows: 1. Remove rungs (steps), if desired by client. 2. Clean manhole and remove debris. a. Plug lines and/or screen out displaced debris. b. Apply acid wash, if necessary, to clean and degrease. c. Hydroblast and/or sand blast structure. d. Remove debris from work area. 3. Repair minor defects in walls, benches, and inverts, as required, with repairing cement. (Note: Major structural repairs, such as rebuilding of benches, will also be made as required by client.) 4. Inject hydrophilic grout through all surfaces, as needed, to eliminate infiltration. 5. Apply cementitious/crystallization waterproofing agents to all surfaces, repeating steps as needed. 6. Spray and/or hand apply calcium aluminate cement lining to all surfaces. 7. Spray apply epoxy coating to all surfaces. NOTE: Steps 1-5 shall be executed consecutively with minimal delays; calcium aluminate (Step 6) shall require a cure time of at least twenty-four (24) hours for needed adhesion of epoxy (Step 7) to cement lining. 405-12.3.2. PREPARATION An acid wash shall be used (if needed) to clean and degrease. Then, if the client desires, the rungs shall be removed. Next, the entire structure is thoroughly water and/or sand blasted to remove any loose or deteriorated material. Care shall be taken to prevent any loose material from SECTION IV Page 38 of 106 Updated 2/11/2016 SECTION IV—Technical Specifications entering lines and other areas by either plugging the lines (where feasible) or inserting protective screens. 405-12.3.3. STRUCTURAL REPAIR Hand place or spray apply hydraulic cement material as necessary to prepared surface to fill cracks and voids in structure. Allow twenty (20) minutes before applying waterproofing/crystallization. 405-12.3.4. INFILTRATION CONTROL Pressure injection of hydrophilic gel and hydrophilic foam. 1. Drill five-eighths inch (5/8") holes through active leaking surface. 2. Install all zert fittings, as recommended by manufacturer. 3. Inject material until water flow stops. 4. Remove fittings (if necessary). 405-12.3.5. WATERPROOFING/CRYSTALLIZATION PROCESS 1. Apply a slurry coat of powder #1 to moist wall using a stiff brush, forming an undercoat. 2. Apply dry powder #2 to slurry coat by hand. 3. Brush or spray on sealing liquid during the application to penetrate and initiate the crystal forming process. 4. Repeat steps 2 and 3, until there are no visible leaks. 5. Apply powder #1 as an overcoat. 6. Allow one (1) hour to cure before applying cement lining. 405-12.3.6. CEMENT LINING 1. Dampen surface. 2. Mix material in mixer as recommended for spray or hand trowel application. 3. Apply cement until required build up of at least one half inch (1/2") (and no more than two inches (2")) has been achieved. 4. Trowel to smooth finish, restoring contours of manhole. 5. Texture brush surface to prepare for epoxy finish. 6. Allow for a twenty-four (24) hour cure time prior to epoxy coating. NOTE: If conditions of heavy humidity prevail, a dry air blower shall be used to facilitate curing times. SECTION IV Page 39 of 106 Updated 2/11/2016 SECTION IV — Technical Specifications 405-12.3.7. EPDXY COATING Spray apply epoxy coating using airless spraying equipment until surface is visibly covered and a thickness of at least thirty (30) mils has been achieved. Manhole may be safely entered after six (6) hours, as epoxy will be hardened. Full cure strength will be achieved at forty eight (48) hours. 405-12.3.8. CLEAN UP The work crew shall remove all debris and clean work area. 405-12.3.9. MANHOLE TESTING AND ACCEPTANCE Manhole may be vacuum tested from the top of manhole frame to the manhole base. All pipes entering the manhole shall be plugged, taking care to securely place the plug from being drawn into the manhole. The test head shall be placed and the seal inflated in accordance with the manufacturer's recommendations. A vacuum pump of ten inches (10") of mercury shall be drawn and the vacuum pump shut off. With the valves closed, the time shall be measured for the vacuum to drop to nine inches (9"). The manhole shall pass if the time is greater than sixty (60) seconds for a forty eight inch (48") diameter, seventy five (75) seconds for sixty (60) inches, and ninety (90) seconds for seventy-two inch (72") diameter manholes. If the manhole fails the initial test, necessary repairs shall be made. Retesting shall proceed until a satisfactory test is obtained. Tests shall be performed by the Contractor under the direction of the Project Engineer. 405-12.3.10. WARRANTY All materials and workmanship shall be warranted to the Owner for a period of five (5) years, provided that all the above mentioned repair steps are used. SECTION IV Page 40 of 106 Updated 2/11/2016 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 SECTION IV—Technical Specifications 500 SERIES: POTABLE AND RECLAIMED WATER MAINS, FIRE LINES AND APPURTENANCES 501. SCOPE The Contractor shall furnish all plant, labor, materials and equipment to perform all operations in connection with the construction of potable water mains, fire lines, reclaimed water mains and appurtenances including clearing, excavation, trenching, backfilling and clean up. 502. MATERIALS 502-1. GENERAL Materials, equipment and supplies furnished and permanently incorporated into the project shall be of first quality in every respect and shall be constructed and finished to high standards of workmanship. Materials shall be suitable for service intended, shall reflect modern design and engineering and shall be fabricated in a first class workmanlike manner. All materials, equipment and supplies shall be new and shall have not been in service at any time previous to installation, except as required in tests or incident to installation. Machined metal surfaces, exposed bearings and glands shall be protected against grit, dirt, chemical corrosion and other damaging effects during shipment and construction. 502-2. PIPE MATERIALS AND FITTINGS 502-2.1. DUCTILE IRON PIPE Ductile Iron Pipe shall be in accordance with ANSI/AWWA C151/A21.51 81 or latest revision. Pipe thickness class, wall thickness and working pressure shall conform to the following table: Size Class Thickness (In.) Rated Water Working Pressure (PSI) 4" 51 0.26 350 6" 50 0.25 350 8" 50 0.27 350 12" 50 0.31 350 The trench laying condition shall be Type 2, Flat bottom trench backfill lightly consolidated to centerline of pipe. Pipe shall be manufactured in accordance with ANSI/AWWA C151/A21.51 81 or latest revision. SECTION IV Page 41 of 106 Updated 2/11/2016 SECTION IV —Technical Specifications Pipe shall be asphalt coated on the outside and standard cement lined and sealed coated with approved bituminous seal coat in accordance with ANSI/AWWA C104/A21.4 80 or latest revision. Ductile iron pipe shall be used for all hydrant installations and for fire line installations from the main to the backflow preventer. 502-2.2. POLYVINYL CHLORIDE (PVC) PIPE Polyvinyl Chloride (PVC) Pipe four inch (4") through eight inch (8") shall be in accordance with ANSI/AWWA C900 or latest revision and the American Society for Testing Materials (ASTM) Standard D 2241 and PVC Resin Compound conforming to ASTM Specification D 1784. Polyvinyl Chloride Pipe shall have the same O.D. as Cast and Ductile Iron Pipe and be compatible for use without special adapters with Cast Iron Fittings. Pipe dimension ratio, working pressure and laying length shall conform to the following table: Size Dimension Ratio (OD/Thick.) Rated Water Working Pressure (PSI) Laying Length (Ft) 4 18 150 20 6 18 150 20 8 18 150 20 Pipe larger than eight inch (8") shall be ductile iron. The City Engineer reserves the right to require the use of ductile iron in sizes four inch (4") through eight inch (8") when needed due to laying conditions or usage. The bell of four inch (4") and larger PVC pipe shall consist of an integral wall section with a solid cross section elastomeric ring which meets the requirements of ASTM D 1869. Each length of pipe shall bear identification that will remain legible during normal handling, storage and installation and so designate the testing agency that verified the suitability of the pipe material for potable water service. All polyvinyl chloride pipe shall be laid with two (2) strands of insulated twelve (12) gauge A.W.G. solid strand copper wire taped to the top of each joint of pipe with about eighteen inches (18") between each piece of tape. It is to be installed at every valve box through a two inch (2") PVC pipe to twelve inches (12") minimum above the top of the concrete slab. The two inch (2") PVC pipe shall be the same length as the adjustable valve box, and the two inch (2") PVC pipe shall be plugged with a two inch (2") removable brass plug with recessed nut. This wire is to be continuous with splices made only by direct bury 3M brand splice kit approved by the Engineer. This wire is to be secured to all valves, tees and elbows. 502-2.3. FITTINGS AND JOINTS Fitting from four inch (4") through sixteen inch (16") in size will be compact ductile iron cast in accordance with ANSI/AWWA C153/A 21.53 with mechanical joint bells. Bolts, nuts and gaskets shall be in accordance with requirements of ANSI/AWWA C153/A 21.53. The working pressure rating shall be 350 P.S.I. Ductile iron fittings shall be coated and lined in accordance with SECTION IV Page 42 of 106 Updated 2/11/2016 SECTION IV — Technical Specifications requirements of ANSI/AWWA C104/A21.4. Mechanical joint glands shall be ductile iron in accordance with ANSI/AWWA C111/A 21.11. When reference is made to ANSI/AWWA Standards, the latest revisions apply. Only those fittings and accessories that are of domestic (USA) manufacture will be acceptable. 502-2.4. RESTRAINT Restraint of plugs, caps, tees, bends, etc., shall be accomplished by the use of approved mechanical restraining rings or glands installed per manufacturer's recommendations. Hydrants shall be restrained by the use of swivel connecting joints. Restraining mechanical joint glands on hydrants shall be used only where hydrant runout length precludes the use of swivel joint connectors. 502-2.5. PIPE WITHIN CASING All pipe placed within casings shall be slip joint ductile iron restrained by the use of restraining gaskets designed for use with the particular joint being installed and have properly sized casing spacers (Cascade Series) installed on the pipe so that the pipe will be centered within the casing. Each end of the casing shall be properly sealed to prevent the intrusion of soil, water, or debris within the casing itself. It shall be sealed by brick and mortar, cement or any approved method by the Engineer. 502-3. GATE VALVES Discs of valves shall be operated by methods which will allow operation in any position with respect to the vertical. Gate valves for interior piping or exposed above grade outside structures, shall be hand wheel operated with rising stems. Valves four inches (4") and larger, buried in earth shall be equipped with two inch (2") square operating nuts, valve boxes and covers. Valves shall be fitted with joints suitable for the pipe with which they are to be used. The direction of opening for all valves shall be to the left (counter clockwise). Unless otherwise shown or specified, valves for high pressure service shall be rated at not less than 150 psi cold water, non -shock. The manufacturer's name and pressure rating shall be cast in raised letters on the valve body. Installation shall be in accordance with good standard practice. Exposed pipelines shall be so supported that their weight is not carried through valves. Two Inch (2") diameter and smaller are not allowed. These should be approved ball valves. Three Inch (3") diameter are not allowed. Gate Valves, four inch (4") to sixteen inch (16") diameter, inclusive, shall be resilient seated gate valves encapsulated with EPDM Rubber in conformance with ANSI/A.W.W.A. Standard Specification C509-515 latest revision. These valves shall include the following features consistent with C509-515, full opening unobstructed waterway, zero leakage at 200 p.s.i. differential pressure, all internal parts removable from bonnet without removing body from pressure main, corrosion resistant bronze or stainless steel nonrising stem with 0 -ring bonnet seal with epoxy coated inside and outside cast iron or ductile iron valve body. SECTION IV Page 43 of 106 Updated 2/11/2016 SECTION IV—Technical Specifications Gate valves larger than sixteen inches (16") shall be suitable for the service intended and shall be resilient seated gate valves encapsulated with EPDM rubber in conformance with ANSI/AWWA. These valves shall include the following features consistent with C509-80, full opening unobstructed waterway, zero leakage at 200 psi differential pressure. All valves shall be equipped with steel cut bevel gears, extended type gear case and rollers, bronze or babbitt tracks and scrapers and valved by-pass. 502-4. VALVE BOXES Valve boxes shall be of standard extension design and manufacture and shall be made of cast iron. No PVC Risers or Derisers are allowed as part of a valve box assembly. They are to be three-piece valve box assemblies. The lower part of the assembly can be ordered in various heights to accommodate different depths. Suitable sizes of valve boxes and extension pieces shall be provided where shown. The valve box cover shall be of cast iron. Valve boxes and their installation shall be included in the bid price for valves. Refer to City Index No. 402; Sheet 1 of 5 & Sheet 2 of 5 for potable water valve pad detail, and City Index No. 502; Sheet 1 of 2 & Sheet 2 of 2 for reclaimed water valve boxes and pad detail. 502-5. HYDRANTS No other hydrants, other than those listed below, may be used in extension to or replacement of the City of Clearwater potable water system: • Kennedy Guardian #K 81D Fire Hydrant, • Mueller Super Centurion 25 Fire Hydrant • AVK Nostalgic 2780. • American Darling B -84-B. No substitutions shall be allowed without the approval of the City of Clearwater. Above hydrants shall be in accordance with the latest revision of the AWWA Specification C 502 and include the following modifications: 1. All shipments to be palletized and tailgate delivery. 2. Hydrants shall conform to A.W.W.A. Standard C-502 latest revision and must be UL/FM listed. 3. Hydrants shall be of the compression type, closing with line pressure. 4. The operating threads will be contained in an operating chamber sealed at the top and bottom with an 0 -ring seal. The chamber will contain a lubricating grease or oil. 5. Hydrants shall be of the traffic model breakaway type, with the barrel made in two sections with the break flange located approximately two inches (2") above the ground line. Breakaway bolts are not allowed. 6. Operating nut shall be of one-piece bronze or ductile iron construction. 7. A dirt shield shall be provided to protect the operating mechanism from grit buildup and corrosion due to moisture. SECTION IV Page 44 of 106 Updated 2/11/2016 SECTION IV — Technical Specifications 8. A thrust washer shall be supplied between the operating nut and stem lock nut to facilitate operation. 9. Operating nut shall be a #7 one and a half inch (1-1/2") pentagon nut. 10. Nozzles shall be of the tamper resistant, one quarter (1/4) turn type with 0 -ring seals or threaded into upper barrel. Nozzles shall be retained with a stainless steel locking device. 11. The main valve shall be of EPDM solid rubber. 12. The seat shall be of a bronze ring threaded to a bronze insert in the hydrant shoe, with 0 - rings to seal the barrel from leakage of water in the shoe. 13. The main valve stem will be 304 or higher grade stainless steel and made in two sections with a breakable coupling. 14. Hydrant shall have a six inch (6") Mechanical Joint epoxy lined elbow, less accessories. 15. Hydrant shall have a five and one quarter inch (5-1/4") valve opening, and shall be a left hand operation to open. 16. Hydrant shall be without drains. 17. Hydrant shall have two (2) two and one half inch (2-1/2") hose nozzles and one (1) four and one half inch (4-1/2") pumper nozzle. Threads shall be in accordance with the National Standard Hose Coupling Thread Specifications. 18. Hydrant body shall have a factory finish of yellow paint. All paints shall comply with AWWA standard C-502-85 or latest revision. All hydrants will be shop tested in accordance with the latest AWWA Specification C 502. Restrained joint assemblies shall be used which have bolted mechanical and swivel joints from the hydrant tee through to the hydrant. Restrained joints shall absorb all thrust and prevent movement of the hydrant. All hydrants shall be provided with an auxiliary gate valve so that the water to the hydrant may be shut off without the necessity of closing any other valve in the distribution system. No hydrants shall be installed on the reclaimed water system unless approved by the City of Clearwater's Engineering Department. 502-6. SERVICE SADDLES Service saddles shall be used on all service taps to four inch (4") P.V.C. water main. The largest service connection allowable on four inch (4") main shall be one and one half inch (1-1/2"). Service saddles shall be used on all two inch (2") service connections to six inch (6") and larger mains. Service saddles (JCM 406 series or Ford FC 202 series) shall be wide bodied ductile iron with epoxy or nylon coating and shall have stainless steel straps. 502-7. TESTS, INSPECTION AND REPAIRS 1. All materials shall be tested in accordance with the applicable Federal, ASTM or AWWA Specification and basis of rejection shall be as specified therein. Certified copies of the tests shall be submitted with each shipment of materials. SECTION IV Page 45 of 106 Updated 2/11/2016 SECTION IV — Technical Specifications 2. All materials will be subject to inspection and approved by the Engineer after delivery; and no broken, cracked, misshapen, imperfectly coated or otherwise damaged or unsatisfactory material shall be used. 3. All material found during the progress of the work to have cracks, flaws, or other defects shall be rejected and promptly removed from the site. 4. If damage occurs to any pipe, fittings, valves, hydrants or water main accessories in handling, the damage shall be immediately brought to the Engineer's attention. The Engineer shall prescribe corrective repairs or rejection of the damaged items. 502-8. BACKFLOW PREVENTERS The City of Clearwater owns and maintains all backflow prevention devices that are installed within their system. Therefore, any and all devices must be purchased from the City and installed by City work forces. Backflow prevention devices installed on customer's service lines at the point of delivery (service connection) shall be of a type in accordance with AWWA specification C506 or latest revision. Two (2) different types of backflow prevention devices are allowed. Type of device, and when required, is determined by the degree of hazard presented to the municipal water system from possible backflow of water within the customer's private system. The types of devices allowed are: 1. Double Check Valve Assembly - a device composed of two (2) single, independently acting, approved check valves, including tightly closing shutoff valves located at each end of the assembly and suitable connections for testing the water tightness of each check valve. 2. Reduced pressure principle backflow prevention device - a device containing a minimum of two (2) independently acting, approved check valves, together with an automatically operated pressure differential relief valve located between the two check valves. The unit must include tightly closing shutoff valves located at each end of the device, and each device shall be fitted with properly located test cocks. 502-9. TAPPING SLEEVES Steel body tapping sleeves shall be JCM Industries Inc., JCM 412 or Smith -Blair 622. All steel body tapping sleeves shall have heavy welded ASTM A 285, Grade C steel body, stainless steel bolts, manufacturer's epoxy coated body, and three-quarter inch (3/4") bronze test plug. 502-10. BLOW OFF HYDRANTS Blow offs are not allowed. SECTION IV Page 46 of 106 Updated 2/11/2016 SECTION IV—Technical Specifications 503. CONSTRUCTION 503-1. MATERIAL HANDLING 1. Pipe, fittings, valves, hydrants and accessories shall be loaded and unloaded by lifting with hoists or skidding so as to avoid shock or damage. Under no circumstances shall such materials be dropped. Pipe handled on skidways shall not be skidded or rolled against pipe already on the ground. 2. Pipe shall be so handled that the coating and lining will not be damaged. If, however, any part of the coating or lining is damaged, the repair shall be made by the Contractor at their expense in a manner satisfactory to the Engineer. 3. In distributing the material at the site of the work, each piece shall be unloaded opposite or near the place where it is to be laid in the trench. 503-2. PIPE LAYING 503-2.1. ALIGNMENT AND GRADE The pipe shall be laid and maintained to the required lines and grades with fittings, valves and hydrants at the required locations, spigots centered in bells; and all valves and hydrant stems plumb. All pipe installed shall be pigged and properly blown off before any pressure testing and sterilization of the pipe can be completed. The depth of cover over the water main shall be a minimum of thirty inches (30") and a maximum of forty-two inches (42") below finished grade, except where approved by the Engineer to avoid conflicts and obstructions. Whenever obstructions not shown on the plans are encountered during the progress of the work and interfere to such an extent that an alteration of the plans is required, the Engineer shall have the authority to change the plans and order a deviation from the line and grade or arrange with the Owners of the structures for the removal, relocation, or reconstruction of the obstructions. 503-2.2. INSTALLATION Proper implements, tools, and facilities satisfactory to the Engineer shall be provided and used by the Contractor for the safe and convenient performance of the work. All pipe, fittings, valves and hydrants shall be carefully lowered into the trench piece by piece by means of a derrick, ropes, or other suitable tools or equipment in such a manner as to prevent damage to materials and protective coatings and linings. Under no circumstances shall materials be dropped or dumped in the trench. If damage occurs to any pipe, fittings, valves, hydrants or accessories in handling, the damage shall be immediately brought to the Engineer's attention. The Engineer shall prescribe corrective repairs or rejection of the damaged items. All pipe and fittings shall be carefully examined for cracks and other defects while suspended above the trench immediately before installation in final position. Spigot ends shall be examined with particular care as this area is the most vulnerable to damage from handling. Defective pipe SECTION IV Page 47 of 106 Updated 2/11/2016 SECTION IV —Technical Specifications or fittings shall be laid aside for inspection by the Engineer who will prescribe corrective repairs or rejection. All lumps, blisters, and excess coating shall be removed from the bell and spigot end of each pipe, and the outside of the spigot and the inside of the bell shall be wire brushed and wiped clean and dry and free from oil and grease before the pipe is laid. Pipe joints shall be made up in accordance with the manufacturer's recommendations. Every precaution shall be taken to prevent foreign material from entering the pipe while it is being placed in the line. If the pipe laying crew cannot put the pipe into the trench and in place without getting earth into the pipe, the Engineer may require that, before lowering the pipe into the trench, a heavy, woven canvas bag of suitable size shall be placed over each end and left there until the connection is to be made to the adjacent pipe. During laying operation, no debris, tools, clothing or other materials shall be placed in the pipe. As each length of pipe is placed in the trench, the spigot end shall be centered in the bell and the pipe forced home and brought to correct line and grade. The pipe shall be secured in place with approved backfill material tamped under it except at the bells. Precautions shall be taken to prevent dirt from entering the joint space. At times when pipe laying is not in progress, the open ends of pipe shall be closed by a watertight plug or other means approved by the Engineer. The cutting of pipe for inserting valves, fittings, or closure pieces shall be done in a neat and workmanlike manner without damage to the pipe or cement lining and so as to leave a smooth end at right angles to the axis of the pipe. Pipe shall be laid with bell ends facing in the direction of laying unless directed otherwise by the Engineer. Where pipe is laid on the grade of ten percent (10%) or greater, the laying shall start at bottom and shall proceed upward with the bell ends of the pipe upgrade. Wherever it is necessary to deflect pipe from a straight line, either in the vertical or horizontal plane to avoid obstructions or to plumb stems, or where long radius curves are permitted, the amount of deflection allowed shall not exceed that allowed under the latest edition of ANSI/AWWA C600-82 and C900 81 or latest revisions. No pipe shall be laid when, in the opinion of the Engineer, trench conditions are unsuitable. 503-3. SETTING OF VALVES, HYDRANTS AND FITTINGS 503-3.1. GENERAL Valves, hydrants, fittings, plugs and caps shall be set and joined to pipe in the manner specified above for installation of pipe. 503-3.2. VALVES Valves in water mains shall, where possible, be located on the street property lines extended unless shown otherwise on the plans. All valves shall be installed at the tee in all cases, not to exceed eighteen inches (18") from the main line. SECTION IV Page 48 of 106 Updated 2/11/2016 1 1 1 1 1 1 1 1 1 SECTION IV —Technical Specifications The valve box shall not transmit any shock or stress to the valve and shall be centered and plumb over the wrench nut of the valve, with the box cover flush with the surface of the finished pavement or such other level as may be directed. Refer to City Index No. 402; Sheet 1 of 5 & Sheet 2 of 5 for potable water valve pad detail, and City Index No. 502; Sheet 1 of 2 & Sheet 2 of 2 for reclaimed water valve box and pad detail. 503-3.3. HYDRANTS Hydrants shall be located as shown or as directed so as to provide complete accessibility and minimize the possibility of damage from vehicles or injury to pedestrians. All hydrants located ten feet (10') of more from the main shall have a gate valve at the main and another gate valve at the hydrant location. No valve can be located anywhere in the hydrant run to circumvent the use of two valves. Refer to City Index No. 402; Sheet 5 of 5 for potable water hydrants. No hydrants shall be installed on the reclaimed water system unless approved by the City of Clearwater's Engineering Department. All hydrants shall stand plumb and shall have their nozzles parallel with, or at right angles to, the curb, with the pumper nozzle facing the curb. Hydrants shall be set to the established grade, with nozzles as shown or as directed by the Engineer. Each hydrant shall be connected to the main with a six inch (6") ductile iron branch controlled by an independent six inch (6") gate valve. If hydrant is placed greater than ten feet (10') from the main, an additional valve shall be installed at the hydrant and shall be included in the hydrant assembly cost. 111 503-3.4. ANCHORAGE 1 1 1 1 1 1 1 1 1 Movement of all plugs, caps, tees, bends, etc., unless otherwise specified shall be prevented by attaching approved mechanical restraining rings or glands and installed per manufacturer 's recommendations. Hydrants shall be held in place with restrained swivel joints. Restraining mechanical joint glands on hydrants may be used where hydrant run out length precludes the use of hydrant connecting swivel joints. Where special anchorage is required, such anchorage shall be in accordance with details shown on the plans. 503-4. CONNECTIONS TO EXISTING LINES Where shown on the plans or directed by the Engineer, the water lines constructed under this contract shall be connected to the existing lines now in place. No such connection shall be made until all requirements of the specifications as to tests, flushing, and sterilization have been met and the plan of the cut in to the existing line has been approved by the Engineer. Where connections are made between new work and existing work, the connections shall be made in a thorough and workmanlike manner using proper materials and fittings to suit the actual conditions. All fittings shall be properly sterilized and pipe will be properly swabbed before connections to existing facilities. All connections to existing facilities will be completed under the supervision of the City of Clearwater. SECTION IV Page 49 of 106 Updated 2/11/2016 SECTION IV — Technical Specifications 504. TESTS 504-1. HYDROSTATIC TESTS After installation of water mains, complete with all associated appurtenances including service taps, all sections of newly laid main shall be subject to a hydrostatic pressure test of 150 pounds per square inch for a period of two (2) hours and shall conform to AWWA C600 latest revision. All mains shall be pigged and flushed to remove all sand and other foreign matter before any hydrostatic test can or will be performed. The pressure test shall be applied by means of a pump connected to the pipe in a manner satisfactory to the Engineer. The pump, pipe connection and all necessary apparatus, together with operating personnel, shall be furnished by the Contractor at their expense. The Contractor shall make all necessary taps into the pipe line. The Owner will furnish the water for the test. Before applying the test pressure, all air shall be expelled from the pipe line. 504-2. NOTICE OF TEST The Contractor shall give the City of Clearwater's Owner Representative forty-eight (48) hours advance notice of the time when the installation is ready for hydrostatic testing. 505. STERILIZATION Before the system is put into operation, all water mains and appurtenances and any item of new construction with which the water comes in contact, shall be thoroughly sterilized in accordance with AWWA C651. 505-1. STERILIZING AGENT The sterilizing agent shall be liquid chlorine, sodium hypochlorite solution conforming to Federal Specification O -S -602B, Grade D, or dry hypochlorite, commonly known as "HTH" or "Perchloron". 505-2. FLUSHING SYSTEM Prior to the application of the sterilization agent, all mains shall be thoroughly flushed. Flushing shall continue until a clean, clear stream of water flows from the hydrants. Where hydrants are not available for flushing, such flushing shall be accomplished at the installed blow off devices generally at the ends of the lines. 505-3. STERILIZATION PROCEDURE All piping, valves, fittings and all other appurtenances shall be sterilized with water containing a minimum chlorine concentration of 75 ppm at any point in the system. This solution shall then remain in the distribution system for a minimum contact period of eight (8) hours and never more than twenty-four (24) hours before it is flushed out. All valves in the lines being sterilized shall be opened and closed several times during the contact period. SECTION IV Page 50 of 106 Updated 2/11/2016 SECTION IV —Technical Specifications 505-4. RESIDUAL CHLORINE TESTS After the sterilization outlined above has been accomplished, flushing shall continue until free residual chlorine tests not less than 0.2 ppm nor more than 3.0 ppm. Residual chlorine test shall be in accordance with standard methods using a standard DPD test set. 505-5. BACTERIAL TESTS After the water system has been sterilized and thoroughly flushed as specified herein, City of Clearwater Water Division or the Owner's Representative personnel shall take samples of water from remote points of the distribution system in suitable sterilized containers. The City shall forward the samples to a laboratory certified by the Florida State Board of Health for bacterial examination in accordance with AWWA C651. If tests of such samples indicate the presence of coliform organisms, the sterilization as outlined above shall be repeated until tests indicate the absence of such pollution. The bacterial tests shall be satisfactorily completed before the system is placed in operation and it shall be the Contractor's responsibility to perform the sterilization as outlined above. If methods of sterilization differ materially from those outlined above, such methods shall be in accordance with directives of the Florida State Board of Health and all methods employed shall have the approval of that agency. Definite instructions as to the collection and shipment of samples shall be secured from the laboratory prior to sterilization and shall be followed in all respects. The City of Clearwater shall secure clearance of the water main from the Florida Department of Environmental Protection before the water distribution system is put into operation. 506. MEASUREMENT AND PAYMENT 506-1. GENERAL Bids must include all sections and items as specified herein and as listed on the Bid Form. Payment for the work of constructing the project will be made at the unit price or lump sum payment for the items of work as set forth in the Bid, which payment will constitute full compensation for all labor, equipment, and materials required to complete the work. No separate payment will be made for the following items and the cost of such work shall be included in the applicable pay items of work: • Clearing and grubbing • Excavation, including necessary pavement removal • Shoring and/or dewatering • Structural fill • Backfill • Grading • Tracer wire • Refill materials • Joint materials • Tests and sterilization • Appurtenant work as required for a complete and operable system. SECTION IV Page 51 of 106 Updated 2/11/2016 SECTION IV — Technical Specifications 506-2. FURNISH AND INSTALL WATER MAINS 506-2.1. MEASUREMENT The quantity for payment shall be the actual number of feet of pipe of each size and type satisfactorily furnished and laid, as measured along the centerline of the completed pipe line, including the length of valves and fittings. 506-2.2. PAYMENT Payment of the applicable unit price shall be full compensation for furnishing all plant, labor, materials and equipment, and constructing the water mains completely and ready for operation. 506-3. FURNISH AND INSTALL FITTINGS 506-3.1. MEASUREMENT The quantity for payment will be the number of tons, or decimal part thereof, of ductile iron fittings satisfactorily furnished and installed. Fitting weights shall be based on weights stamped on the body of the fitting, provided such weights do not exceed the theoretical weights by more than the tolerances permitted in ANSI/AWWA C110/A 21.10 82, latest revision, in which case, the weight will be based upon the theoretical weight plus the maximum tolerance. 506-3.2. PAYMENT Payment of the applicable unit price shall be full compensation for furnishing all plant, labor, materials, and equipment required to furnish and install ductile iron fittings. 506-4. FURNISH AND INSTALL GATE VALVES COMPLETE WITH BOXES AND COVERS 506-4.1. MEASUREMENT The quantity for payment shall be the number of gate valves of each size satisfactorily furnished and installed. 506-4.2. PAYMENT Payment of the applicable unit price for each size shall be full compensation for furnishing all plant, labor, material and equipment and installing the valve complete with box and cover. 506-5. FURNISH AND INSTALL FIRE HYDRANTS 506-5.1. MEASUREMENT The quantity for payment shall be the number of fire hydrants satisfactorily furnished and installed. The only hydrants allowed to be installed in the City of Clearwater utilities system are listed in Article 501-2.5 of these Technical Specifications. No exceptions. SECTION IV Page 52 of 106 Updated 2/11/2016 SECTION IV —Technical Specifications 506-5.2. PAYMENT Payment of the applicable unit price shall be full compensation for furnishing all plant, labor, material and equipment and installing the fire hydrant completely including necessary thrust anchorage, six inch (6") pipe between the main and the hydrant and gate valve and valve box on the hydrant lead. SECTION IV Page 53 of 106 Updated 2/11/2016 SECTION IV — Technical Specifications 600 SERIES: STORMWATER 601. RAISING OR LOWERING OF STORM DRAINAGE STRUCTURES Storm Drainage Structures shall be raised or lowered as indicated on the plans or as indicated by the Engineer. 601-1. BASIS OF PAYMENT Payment, unless covered by a bid item, shall be included in the cost of the work. 602. UNDERDRAINS The Contractor shall construct sub -surface drainage pipe as directed in the Scope of Work and detail drawings contained in the Project construction plans. In general, underdrain pipe shall be embedded in a bed of #6 FDOT aggregate, located behind the back of curb and aggregate surface covered with a non -degradable fibrous type filter material. A #57 aggregate may be used in lieu of #6 if it is washed and screened to remove fines. The aggregate may be stone, slag or crushed gravel. Unless otherwise noted on the plans, underdrain pipe shall be eight inches (8") in diameter, polyvinyl chloride pipe, in conformance with ASTM F-758 "Standard Specification For Smooth Wall PVC Underdrain Systems for Highways" latest revision, minimum stiffness of 46 in conformance with ASTM D2412, perforations in conformance with AASHTO M-189 described in FDOT Section 948-1.5 or latest revision and in conformance with ASTM D3034 - SDR 35. Alternate acceptable underdrain pipe material is Contech A-2000 which is a rigid PVC pipe that exceeds ASTM Specifications D1784, minimum cell classification of 12454B or 12454C, manufactured per ASTM F949 -93a, minimum pipe stiffness of 50 psi, with no evidence of splitting, cracking or breaking when pipe is tested in accordance with ASTM D2412 at 60% flatting and with a double gasket joint. Underdrain pipe placed beneath existing driveways and roadways shall be non -perforated pipe with compacted backfill. All poly -chloride pipe which has become deteriorated due to exposure to ultra violet radiation shall be rejected. Where ductile iron pipe is specified, pipe material shall be the same as specified for potable water pipe in these technical specifications. All underdrain aggregate shall be fully encased in a polyester filter fabric "sock" (Mirafi 140-N or approved equal) per the construction detail drawings. Filter aggregate for underdrains shall be as specified in the FDOT Standard Specifications, Section 901 — Course Aggregate, and shall be either #6 or #57. If #57 is used, it must be washed and screened to remove fines. The aggregate may be stone, slag, or crushed gravel. 602-1. BASIS OF MEASUREMENT Measurement shall be the number of linear feet of eight inch (8") Sub -drain in place and accepted. SECTION IV Page 54 of 106 Updated 2/11/2016 SECTION IV — Technical Specifications 602-2. BASIS OF PAYMENT Payment shall be based upon the unit price per linear foot for underdrain as measured above, which shall be full compensation for all work described in this section of the specifications and shall include all materials, equipment, and labor necessary to construct the underdrain (specifically underdrain pipe, aggregate and filter fabric). Underdrain clean -outs, sod, driveway, road and sidewalk restoration shall be paid by a separate bid item. 603. STORM SEWERS All storm drain pipe installed within the City of Clearwater shall be steel reinforced concrete unless otherwise approved by the City Engineer. Said pipe shall comply with Section 430 of FDOT Standard Specifications. All reinforced concrete pipe joints shall be wrapped with Mirafi 140N filter fabric or equivalent (as approved by the City Engineer). The cost for all pipe joint wraps shall be included in the unit price for the pipe. All pipe, just before being lowered into a trench, is to be inspected and cleaned. If any difficulty is found in fitting the pieces together, this fitting is to be done on the surface of the street before laying the pipe, and the tops plainly marked in the order in which they are to be laid. No pipe is to be trimmed or chipped to fit. Each piece of pipe is to be solidly and evenly bedded, and not simply wedged up. Before finishing each joint, some suitable device is to be used to find that the inverts coincide and pipe is clear throughout. 603-1. TESTING AND INSPECTION The Contractor shall take all precautions to secure a watertight sewer under all conditions. The work under this Article shall include the internal video recording of new stormwater drainage pipes and drainage structures. The Contractor shall provide the City with a video of the completed stormwater drainage system, and a written report. The Contractor shall pump down and clean the pipes and drainage structures, to the satisfaction of the City, prior to video recording. The video shall be of the standard DVD format, in color, with all the pertinent data and observations recorded as audio on the DVD. The data should include: 1) An accurate recorded footage of the pipe lengths. 2) The drainage structure number and pipe size. 3) The run of the pipe and direction of flow (i.e. from S-1 to S-2). 4) Details of structural defects, broken pipes, sags, dips, misalignments, obstructions and infiltration. The written report shall include the four (4) items listed previously. All visual and video recording inspections shall be completed by the Contractor and be in accordance with Section 430-4.8 of FDOT Standard Specifications. Any deficient or damaged pipe discovered during the video recording process shall be the responsibility of the Contractor to repair or replace at their own expense within the contractual duration. SECTION IV Page 55 of 106 Updated 2/11/2016 SECTION IV — Technical Specifications As a complement to the video report, the Contractor shall also provide digital photos of areas of concern in electronic (computer CD/DVD) and hard copy form (in color). All known pipe breaks or those breaks discovered after the video inspection shall be repaired by the Contractor regardless of the test allowances. Faulty sections of drainage pipes or drainage structures rejected by the Engineer shall be removed and re-laid by the Contractor. Sections of pipe that are repaired, re-laid or replaced shall be accompanied with a corresponding post construction video inspection at the Contractor's expense. In all cases that a leak is found, re- inspection shall be required at the Contractor's expense, to confirm that the problem has been resolved. 603-2. BASIS OF PAYMENT Payment shall be the unit price per linear foot for storm sewer pipe in place and accepted, measured along the centerline of the storm sewer pipe to the inside face of exterior walls of storm manholes or drainage structures and to the outside face of endwalls. Said unit price includes all work required to install the pipe (i.e. all materials, equipment, filter fabric wrap, gravel bedding if needed for stabilization, labor and incidentals, etc.). 604. STORM MANHOLES, INLETS, CATCH BASINS OR OTHER STORM STRUCTURES For details on specific design of a type of storm structure refer to Index Numbers 201 to 231. When required, inlets, catch basins or other structures shall be constructed according to the plans and applicable parts of the specifications, Articles 301, 302, 303 and 202, and as approved by the Engineer. Said structures shall be protected from damage by the elements or other causes until acceptance of the work. 604-1. BUILT UP TYPE STRUCTURES Built up type manholes shall be constructed of brick with cast iron frames and covers as shown on Index Numbers 201. Invert channels shall be constructed smooth and semi circular in shape conforming to inside of adjacent sewer section. Changes in direction of flow shall be made in a smooth curve of as large a radius as possible. Changes in size and grade of channels shall be made gradually and evenly. Invert channels shall be built up with grout. The storm structure floor outside of channels shall be made smooth and sloped toward channels. Manhole steps shall not be provided. Joints shall be completely filled and the mortar shall be smoothed from inside of the manholes. The entire exterior of brick manholes shall be plastered with a skim coat of one half inch (1/2") of mortar. Brick shall be laid radially with every sixth course being a stretcher course. In cases where a storm pipe extends inside a structure, the excess pipe will be cut off with a concrete saw and shall not be removed with a sledge hammer. SECTION IV Page 56 of 106 Updated 2/11/2016 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 SECTION IV—Technical Specifications 604-2. PRECAST TYPE Precast manholes shall be constructed as shown on Index 202. The manhole base shall be set on a pad of dry native sand approximately five inches (5") thick to secure proper seating and bearing. Precast Manholes and Junction Boxes: The Contractor may substitute precast manholes and junction boxes in lieu of cast in place units unless otherwise shown on the plans. Precast Inlets will not be acceptable. When precast units are substituted, the construction of such units must be in accordance with ASTM C 478, or the standard specifications at the manufacturer's option. Precast structures must also meet the requirement that on the lateral faces, either inside or outside, the distance between precast openings for pipe or precast opening and top edge of precast structure be no less than wall thickness. A minimum of four courses of brick will be provided under manhole ring so that future adjustment of manhole lid can be accommodated. Manhole steps shall not be provided. 604-3. BASIS OF PAYMENT Payment for Junction Boxes, Manholes or other structures shall be on a unit basis. 605. GABIONS AND MATTRESSES 605-1. MATERIAL 605-1.1. PVC COATED WIRE MESH GABIONS & MATTRESSES 605-1.1.1. GABION & MATTRESS BASKETS Gabion and mattress baskets units shall conform to ASTM A975, be of non -raveling construction and fabricated from a double twist by twisting each pair of wires through three half turns developing the appearance of a triple twist. The galvanized wire core shall have a diameter of 0.106 inches. 605-1.1.2. PVC (POLYVINYL CHLORIDE) COATING The coating shall be gray in color and shall have a nominal thickness of 0.0216 inches but not less than 0.015 inches in thickness. The protective PVC plastic shall be suitable to resist deleterious effects from exposure to light, immersion in salt or polluted water and shall not show any material difference in its initial compound properties. The PVC compound is also resistant to attack from acids and resistant to abrasion. The PVC coating shall be extruded and adhere to the wire core prior to weaving. The PVC coated wire shall be woven into a double twisted hexagonal mesh having uniform openings of 3 1/4 inches by 4 'h inches. The overall diameter of the mesh wire (galvanized wire core plus PVC coating) shall be 0.146 inches. Selvedge and reinforcing wire shall be of heavily galvanized wire core, 0.134 inches in diameter, coated with PVC and having an overall diameter (galvanized wire core plus PVC coating) of 0.174 inches. Lacing and connecting wire shall be of soft tensile strength (75,000 PSI max), heavily galvanized wire core, 0.087 inches in diameter, coated with PVC and having an overall diameter (galvanized wire core plus PVC coating) of 0.127 inches. SECTION IV Page 57 of 106 Updated 2/11/2016 SECTION IV — Technical Specifications The use of alternate wire fasteners shall be permitted in lieu of tie wire providing the alternate fastener produces a four (4) wire selvedge joint with a strength of 1200 lbs. per linear foot while remaining in a locked and closed condition. Properly formed interlocking fasteners shall be spaced from 4 to 6 inches and have a minimum 3/4 square inch inside area to properly confine the required selvedge wires. 605-1.1.3. GABION AND MATTRESS FILLER MATERIAL: The filler stone shall be from a source approved by the Engineer before delivery is started. Representative preliminary samples of the stone shall be submitted by the contractor or supplier for examination and testing by the Engineer. The stone shall have a minimum specific gravity of 2.3 and be of a quality and durability sufficient to insure permanency in the structure. The individual stones shall be free of cracks, seams, and other defects that would tend to promote deterioration from natural causes, or which might reduce the stones to sizes that could not be retained in the gabion or mattress baskets. All filler material shall be uniformly graded between 4 inch and 8 inch (equivalent spherical diameter) and shall be angular in form. Rounded stones shall not exceed 10% of the stone, by weight and 70% of the stone, by weight, shall exceed the largest dimension of the mesh opening. Crushed concrete shall not be used for filler material. 605-1.1.4. GEOTEXTILE FABRIC Fabric shall conform to FDOT Standard Specifications, Section 985. 605-2. PERFORMANCE Gabions and Reno Mattresses shall be installed according to the manufacturer's recommendations and as shown on the Drawings. Fabrication of gabion baskets shall be in such a manner that the sides, ends, lid and diaphragms can be assembled at the construction site into rectangular baskets of the sizes specified and shown on the Drawings. Gabions and mattresses shall be of single unit construction; the base, lid ends and sides shall be either woven into a single unit or one edge of these members connected to the base section of the gabion in such a manner that the strength and flexibility at the connecting point is at least equal to that of the mesh. Where the length of the gabion and mattress exceeds one and one-half its horizontal width, they shall be equally divided by diaphragms of the same mesh and gauge as the mattresses shall be furnished with the necessary diaphragms secured in proper position on the base so that no additional tying is required at this juncture. The wire mesh is to be fabricated so that it will not ravel. This is defined as the ability to resist pulling apart at any of the twists or connections forming the mesh when a single wire strand in a section of mesh is cut. Each gabion or mattress shall be assembled by tying all untied edges with binding wire. The binding wire shall be tightly looped around every other mesh opening along seams so that single and double loops are alternated. A line of empty gabions shall be placed into position according to the contract drawings and binding wire shall be used to securely tie each unit to the adjoining one along the vertical SECTION IV Page 58 of 106 Updated 2/11/2016 SECTION IV —Technical Specifications reinforced edges and the top selvedges. The base of the empty gabions placed on top of a filled line of gabions shall be tightly wire to the latter at front and back. To achieve better alignment and finish in retaining walls, gabion stretching is recommended. Connecting wires shall be inserted during the filling operation in the following manner: Gabions shall be filled to one third full and one connecting wire in each direction shall be tightly tied to opposite faces of each cell at one third height. The gabion shall then be filled to two thirds full and one connecting wire in each direction shall be tightly tied to opposite face of each cell at one two third height. The cell shall then be filled to the top. Filler stone shall not be dropped more than twelve inches (12") into the gabions and mattresses. Geotextile fabric shall be installed at locations shown in the Drawings. The surface to receive the cloth shall be prepared to a relatively smooth condition free of obstructions which may tear or cut the cloth. The panel shall be overlapped a minimum of 30 inches and secured against movement. Cloth damaged or displaced during installation, gabion work, or backfill shall be replaced or repaired to the satisfaction of the Engineer at the contractor's expense. The work shall be scheduled so that the fabric is not exposed to ultraviolet light more than the manufacturer's recommendations or five days, whichever is less. In wet conditions, a base shall be established by spreading and compacting #57 stone prior to placement of geotextile fabric and gabions or mattresses. SECTION IV Page 59 of 106 Updated 2/11/2016 SECTION IV — Technical Specifications 700 SERIES: STREETS AND SIDEWALKS 701. RESTORATION OR REPLACEMENT OF DRIVEWAYS, CURBS, SIDEWALKS AND STREET PAVEMENT Driveways, sidewalks, and curbs destroyed or damaged during construction shall be replaced and shall be the same type of material as destroyed or damaged, or to existing City Standards, whichever provides the stronger repair. All street pavement destroyed or damaged shall be replaced with the same type of material, to existing City Standards, unless the existing base is unsuitable as determined by the Engineer, then the base shall be replaced with City approved material. All replaced base shall be a minimum eight inches (8") compacted thickness, or same thickness as base destroyed plus two inches (2"), if over six inches (6"), and compacted to 98% of maximum density per AASHTO T-180. Unless called for in the proposal as separate bid items, cost of the above work including labor, materials and equipment required shall be included in the bid price per linear foot of main or square yard of base. The bid price for street pavement, restoration or replacement when called for in the proposals, shall include all materials, labor and equipment required to complete the work, and shall be paid for on a square yard basis. When replacement is over a trench for utilities, the area of replacement shall be limited to twice the depth of the cut plus twice the inside diameter of the pipe. All necessary restoration exceeding this footprint will be at the Contractor's expense. The bid price for restoration or placement of driveways, curbs and sidewalks, when called for in the proposals, shall include all materials, labor and equipment required to complete the work and shall be paid for on the basis of the following units: Driveways, plant mix - per square yard: concrete - per square foot; curbs - per linear foot; sidewalk four inches (4") or six inches (6") thick - per square foot. Concrete walks at drives shall be a minimum of six inches (6") thick and be reinforced with 6/6 X 10/10 welded wire mesh (also see Articles 303 and 707). The Contractor shall notify the Project Inspector a minimum of twenty-four (24) hours in advance of all driveway, curb, sidewalk and street restoration and replacement work. 702. ROADWAY BASE AND SUBGRADE 702-1. BASE This specification describes the construction of roadway base and subgrade. The Contractor shall refer to Section IV, Article 101 "Scope of Work" of the City's Contract Specifications for additional roadway base and subgrade items. Roadway base shall be eight inches (8") compacted minimum thickness unless otherwise noted on the plans or directed by the Engineer. The subgrade shall be twelve inches (12") compacted minimum thickness with a minimum Limerock Bearing Ratio (LBR) of 40 unless otherwise noted on the plans or directed by the Engineer. The Contractor shall obtain from an independent testing laboratory a Proctor and an LBR for each type material. The Contractor shall also have an independent testing laboratory perform all required density testing. Where unsuitable material is SECTION IV Page 60 of 106 Updated 2/11/2016 SECTION IV — Technical Specifications found within the limits of the base, Section IV, Article 204 (Unsuitable Material Removal) of the City's Technical Specifications will apply. Once the roadway base is completed, it shall be primed that same day (unless otherwise directed by the Engineer) per Section 300 of FDOT's Standard Specifications. Repairs required to the base that result from a failure to place the prime in a timely manner shall be done to the City's satisfaction, and at the Contractor's expense. No paving of the exposed base can commence until the City approves the repaired base. The cost for placement of prime material shall be included in the bid item for base. The Contractor shall notify the Project Inspector a minimum of twenty-four (24) hours in advance of all base and subgrade placement or reworking. The following base materials are acceptable: 1. Shell Base: Shell base shall be constructed in accordance with Sections 200 and 913 of FDOT's Standard Specifications, and shall have a minimum compacted thickness as shown on the plans. The shell shall be FDOT approved. The cost of the prime coat shall be included in the bid item price for base. 2. Limerock Base: Limerock base shall be constructed in accordance with Sections 200 and 911 of FDOT's Standard Specifications, and shall have a minimum compacted thickness as shown on the plans. The limerock shall be from a FDOT approved certified pit. The cost of the prime coat shall be included in the bid item price for base. 3. Crushed Concrete Base: Crushed concrete base shall be constructed in accordance with Sections 204 and 901 of FDOT's Standard Specifications, and shall have a minimum compacted thickness as shown on the plans. The crushed concrete material shall be FDOT approved. The Contractor shall provide certified laboratory tests on gradation to confirm that the crushed concrete base material conforms to the above specifications. The LBR shall be a minimum of 100. LBR and gradation tests shall be provided to the City by the Contractor once a week for continuous operations, or every 1000 tons of material, unless requested more frequently by the City Engineer or designee. The cost of the prime coat shall be included in the bid item price for base. 4. Superpave Asphalt Base: Full depth asphalt base shall be constructed in accordance with Section 234 of FDOT's Standard Specifications, and shall have a minimum compacted thickness as shown on the plans. The cost for preparation, placement, and compaction shall be included in the per ton unit cost for asphalt unless otherwise noted in the project scope and plans. The cost of the tack coat shall be included in the bid item price for asphalt or base. 5. Reclaimed Asphalt Pavement Base: Reclaimed asphalt pavement base shall be constructed in accordance with Section 283 of FDOT's Standard Specifications, and shall have a minimum compacted thickness as shown on the plans. As per FDOT Section 283, RAP material shall be used as a base course only on non -limited access paved shoulders, shared use paths, or other non -traffic bearing applications. The cost for preparation, placement, and compaction shall be included in the per ton unit cost for asphalt unless otherwise noted in the project scope and plans. The cost of the tack coat shall be included in the bid item price for asphalt or base. SECTION IV Page 61 of 106 Updated 2/11/2016 SECTION IV — Technical Specifications 702-1.1. BASIS OF MEASUREMENT FOR BASE AND REWORKED BASE The basis of measurement shall be the number of square yards of base in place and accepted as called for on the plans. The maximum allowable deficiency shall be a half-inch (1/2"). Areas deficient in thickness shall either be fixed by the Contractor to within acceptable tolerance, or if so approved in writing by the City Engineer, may be left in place. No payment, however, will be made for such deficient areas that are left in place. 702-1.2. BASIS OF PAYMENT FOR BASE AND REWORKED BASE The unit price for base shall include: all materials, roadbed preparation, placement, spreading, compaction, finishing, prime, base, subgrade (unless the plans specify a separate pay item), stabilization, mixing, testing, equipment, tools, hauling, labor, and all incidentals necessary to complete the work. Payment for asphalt base shall be included in the per ton unit cost for asphalt unless otherwise noted in the project scope and plans. 702-2. SUBGRADE All subgrade shall be stabilized and constructed in accordance with Sections 160 and 914 of FDOT's Standard Specifications unless otherwise noted herein. All subgrade shall have a minimum compacted thickness of 12" unless otherwise shown on the plans or directed by the Engineer. If limerock is used, it shall also meet the requirements of Section 911 of FDOT's Standard Specifications. Where unsuitable material is found within the limits of the subgrade, Section IV, Article 204 (Unsuitable Material Removal) of the City's Contract Specifications will apply. The extent of said removal shall be determined by the Engineer in accordance with accepted construction practices. The Contractor is responsible for clearing, grading, filling, and removing any trees or vegetation in the roadbed below the subgrade to prepare it per the plans. The cost of this work shall be included in the unit price for base or subgrade. The Contractor shall obtain from an independent testing laboratory the bearing value of the subgrade after the materials are mixed for the stabilized subgrade. 702-2.1. BASIS OF MEASUREMENT The basis of measurement shall be the number of square yards of stabilized subgrade in place and accepted as called for on the plans. The maximum allowable deficiency for mixing depth shall be per Section 161-6.4 of FDOT's Standard Specifications. Acceptable bearing values shall be per Section 160-7.2 of FDOT's Standard Specifications. Areas deficient in thickness or bearing values shall either be corrected by the Contractor to within acceptable tolerance, or if so approved in writing by the City Engineer, may be left in place. No payment, however, will be made for such deficient areas that are left in place. 702-2.2. BASIS OF PAYMENT The unit price for subgrade shall include: roadbed preparation, placement, spreading, compaction, finishing, testing, stabilizing, mixing, materials, hauling, labor, equipment and all incidentals necessary to complete the work. If no pay item is given, subgrade shall be included in the bid item for base. SECTION IV Page 62 of 106 Updated 2/11/2016 SECTION IV —Technical Specifications 703. ASPHALTIC CONCRETE MATERIALS This specification is for the preparation and application of all asphaltic concrete materials on roadway surfaces unless otherwise noted. 703-1. ASPHALTIC CONCRETE 703-1.1. AGGREGATE All aggregates shall be obtained from an approved FDOT source and shall conform to Sections 901 through 915 of FDOT's Standard Specifications. 703-1.2. BITUMINOUS MATERIALS All bituminous materials shall conform to Section 916 of FDOT's Standard Specifications. 703-2. HOT BITUMINOUS MIXTURES - PLANT, METHODS, EQUIPMENT & QUALITY ASSURANCE The plant and methods of operation used to prepare all asphaltic concrete and bituminous materials shall conform to the requirements of Section 320 of FDOT's Standard Specifications. Unless otherwise noted, all acceptance procedures and quality controllassurance procedures shall conform to the requirements of Section 330 of FDOT's Standard Specifications. The City shall have the right to have an independent testing laboratory select, test, and analyze, at the expense of the City, test specimens of any or all materials to be used. The results of such tests and analyses shall be considered, along with the tests or analyses made by the Contractor, to determine compliance with the applicable specifications for the materials so tested or analyzed. The Contractor hereby understands and accepts that wherever any portion of the work is discovered, as a result of such independent testing or investigation by the City, which fails to meet the requirements of the Contract documents, all costs of such independent inspection and investigation as well as all costs of removal, correction, reconstruction, or repair of any such work shall be borne solely by the Contractor. Payment reductions for asphalt related items shall be determined by the following: 1. Density per FDOT's Standard Specifications. 2. Final surface or friction course tolerances per FDOT's Standard Specifications. 3. Thickness will be determined from core borings. Deficiencies of 1/4" or greater shall be corrected by the Contractor, without compensation, by either replacing the full thickness for a length extending at least twenty-five feet (25') from each end of the deficient area, or when the Engineer allows for an overlay per FDOT's Standard Specifications. In addition, for excesses of one-quarter inch (1/4") or greater, the Engineer will determine if the excess area shall be removed and replaced at no compensation, or if the pavement in question can remain with payment to be made based on the thickness specified in the contract. The Contractor shall notify the Project Inspector a minimum of twenty-four (24) hours in advance of the placement of all asphalt. SECTION IV Page 63 of 106 Updated 2/11/2016 SECTION IV —Technical Specifications 703-3. ASPHALT MIX DESIGNS AND TYPES All asphalt mix designs, acceptance procedures and quality control/assurance procedures shall conform to the requirements of Sections 330 and 334 of FDOT Standard Specifications. All asphalt mix designs shall be approved by the Engineer prior to the commencement of the paving operation. Reclaimed asphalt pavement (RAP) material may be substituted for aggregate in the asphaltic concrete mixes up to 25% by weight. 703-4. ASPHALT PAVEMENT DESIGNS AND LAYER THICKNESS All asphalt pavement designs shall conform to the following requirements: Type SP/Spec 334-1 Type FC/Spec 337-8 Type B/Spec 234-8 ATPB/287-8 703-5. GENERAL CONSTRUCTION REQUIREMENTS The general construction requirements for all hot bituminous pavements (including limitations of operations, preparation of mixture, preparation of surface, placement and compaction of mixture, surface requirements, correction of unacceptable pavement, Quality Control Testing, etc.) shall be in accordance with Section 330 of FDOT's Standard Specifications. 703-6. CRACKS AND POTHOLE PREPARATION 703-6.1. CRACKS Cracks in roadway pavement shall be repaired prior to the application of asphaltic concrete by the following steps: 1. All debris to be removed from cracks by compressed air or other suitable method. 2. Apply a multiple layered application of bituminous binder and fine aggregate, as appropriate to the depth of the crack until the void of the crack is completely filled to the level of the surrounding roadway surface. 3. If application of asphaltic concrete is not to begin immediately after crack repair, cracks are to be sanded to prevent vehicular tracking. 4. Payment for crack filling shall be included in the unit price for asphaltic concrete. 703-6.2. POTHOLES Potholes shall be repaired prior to the application of asphaltic concrete by the following steps: 1. All debris is to be removed from potholes by hand, sweeping, or other suitable method. 2. A tack coat is to be applied to the interior surface of the pothole. 3. The pothole is to be completely filled with asphaltic concrete, and thoroughly compacted. SECTION IV Page 64 of 106 Updated 2/11/2016 SECTION IV — Technical Specifications 4. Payment for pothole preparation shall be included in the unit price for asphaltic concrete. 703-7. ADJUSTMENT OF MANHOLES The necessary adjustments of sanitary sewer and storm drain manholes and appurtenances shall be accomplished by the Contractor. The Contractor shall be paid on a per unit basis for each item. The use of manhole adjustment risers is acceptable under the following conditions: The riser shall meet or exceed all FDOT material, weld, and construction requirements. The riser shall consist of an A-36 hot rolled steel meeting or exceeding the minimum requirements of A.S.T.M. A-36. The riser shall be a single piece with a stainless steel adjustment stud and shall have a rust resistant finish. The use of cast iron, plastic, or fiberglass risers is not permitted. In addition, the installation of each riser shall be per manufacturer's specifications. Each manhole shall be individually measured, and each riser shall be physically marked to ensure that the proper riser is used. Also, the ring section shall be cleaned, and a bead of chemically resistant epoxy applied to the original casting, prior to installation of the riser. It is the Contractor's responsibility to ensure that the manholes are measured, the risers are physically marked, the ring sections are thoroughly cleaned, and that the epoxy is properly applied prior to installation of each riser. If risers are not used, the adjustment of manholes shall be accomplished by the removal of pavement around manhole, grade adjustment of ring and cover, and acceptable replacement and compaction of roadway materials prior to paving. A full depth backfill using asphalt is acceptable. The use of Portland cement for backfill is not acceptable. All manhole and valve adjustments shall be accomplished prior to the application of final asphaltic concrete surface. Unless otherwise noted in the specs or on the plans, the paving operation shall occur within seven (7) calendar days from the completion of the adjustment. On arterial roadways, the manholes are to be ramped with asphalt during the time period between initial adjustment and final resurfacing. Water and gas valves, sewer cleanouts, valve boxes, tree aeration vents, etc., will be adjusted by the Contractor with the cost for this work to be included in the unit cost of the asphalt. Care must be taken around said appurtenances to ensure that they are not paved over. It is the Contractor's responsibility to inform the owners of all utilities of impending work and coordinate their adjustments so they are completed prior to the scheduled paving. 703-8. ADDITIONAL ASPHALT REQUIREMENTS 1. All impacted radius returns within project limits shall be paved unless otherwise directed by the Construction Inspector or Engineer, with payment to be included in the per ton bid item for asphalt. 2. All pavement markings impacted by placement of asphalt shall be replaced prior to the road being open to traffic unless otherwise noted in the contract scope and plans. 3. All project related debris shall be hauled off the job site by the Contractor in a timely manner and at their own expense in conformance with all regulatory requirements. SECTION IV Page 65 of 106 Updated 2/11/2016 SECTION IV — Technical Specifications 4. The Contractor shall pay particular attention to sweeping when paving. Prior to paving, all construction areas shall be swept with a Municipal type sweeper (either vacuum or mechanical type) that picks up and hauls off, dust and dirt. The sweeper must be equipped with its own water supply for pre -wetting to minimize dust. Moreover, the Contractor shall sweep debris off of sidewalks, driveways, curbs and roadways each day before leaving the job site. 5. The application of tack and prime coats (either required or placed at the Engineer's discretion) shall be placed per Section 300 of FDOT's Standard Specifications. Tack shall also be applied to the face of all curbs and driveways. The cost (including heating, hauling and applying) shall be included in the per ton bid item for asphalt, unless otherwise noted in the project scope and plans. 6. Leveling course and spot patching shall be applied to sections of the road as noted on the plans, or as directed by the Engineer, per Section 330 of FDOT's Standard Specifications. The cost shall be included in the per ton unit cost for asphalt, unless otherwise noted in the project scope and plans. 7. If an asphalt rubber binder is required, it shall conform to the requirements of Section 336 of FDOT's Standard Specifications. 8. On all streets with curb and gutter, the final compacted asphalt shall be one-quarter inch ('/4") above the lip or face of said curb per City Index 101. 703-9. BASIS OF MEASUREMENT Basis of measurement will be the number of tons of asphaltic concrete completed, in place and accepted. Truck scale weights will be required for all asphaltic concrete used. 703-10. BASIS OF PAYMENT Payment shall be made at the contract unit price for asphaltic concrete surface as specified and measured above. This price shall include all materials, preparation, hauling, placement, tack and/or prime coat either required or placed at Engineer's discretion, leveling, spot patching, filling of cracks, pothole repair, sweeping, debris removal, labor, equipment, tools, and incidentals necessary to complete the asphalt work in accordance with the plans and specifications. 704. ADJUSTMENT TO THE UNIT BID PRICE FOR ASPHALT When this Article applies to the contract, the unit bid price for asphalt will be adjusted in accordance with the following provisions: 1. Price adjustment for asphalt shall only be made when the current FDOT Asphalt Price Index varies more than ten percent (10%) from the bid price at the time of the bid opening. 2. The Bituminous Material Payment Adjustment Index published monthly by the FDOT shall be used for the adjustment of unit prices. This report is available on FDOT's internet site. The address is: http://www.dot.state.fl.us/construction/fuel&bit/fuel&bit.shtm. For additional information, call FDOT at (850) 414-4252. SECTION IV Page 66 of 106 Updated 2/11/2016 SECTION IV — Technical Specifications 3. The FDOT Payment Adjustment Index in effect at the time of the bid opening will be used for the initial determination of the asphalt price. 4. The FDOT Payment Adjustment Index in effect at the time of placement of the asphalt will be used for payment calculation. 5. The monthly billing period for contract payment will be the same as the monthly period for the FDOT Payment Adjustment Index. 6. No adjustment in bid prices will be made for either tack coat or prime coat. 7. No price adjustment reflecting any further increases in the cost of asphalt will be made for any month after the expiration of the allowable contract time. 8. The City reserves the right to make adjustments for decreases in the cost of asphalt. 705. ASPHALT DRIVEWAYS New driveways or existing asphalt driveways that must be altered for project construction shall be constructed or replaced in accordance with the specifications for paving the street with the exception that the base shall be six inches (6"). Remove only enough to allow adequate grade for access to the street. Use Article 703 Asphaltic Concrete, of these Technical Specifications, as specified for the street paving. When the finished surface of the existing drive is gravel, replacement shall be of like material. Payment shall be the same as Asphalt Driveways. 705-1. BASIS OF MEASUREMENT Measurement shall be the number of square yard of Asphalt Driveways in place and accepted. 705-2. BASIS OF PAYMENT Payment shall be the unit price per square yard for Asphalt Driveways as measured above, which price shall be full compensation for all work described in this section of the specifications and shall include all materials, equipment, tools, labor and incidentals necessary to complete the work. 706. CONCRETE CURBS Concrete Curbs shall be constructed to the line, grade and dimensions as shown on the plans. Unless otherwise noted, all concrete curbs shall have fiber mesh reinforcement and have a minimum strength of 3000 p.s.i. at 28 days. Expansion joints shall be placed at intervals not to exceed 100 feet, and scored joints shall be placed at intervals not to exceed ten feet (10'). In addition, all the requirements of City Articles 301, 302 and 303 shall also apply. The Contractor shall notify the Project Inspector a minimum of twenty-four (24) hours in advance of the placement of all concrete curbs. 706-1. BASIS OF MEASUREMENT The basis of measurement shall be linear feet of curb in place and accepted. SECTION IV Page 67 of 106 Updated 2/11/2016 SECTION IV — Technical Specifications 706-2. BASIS OF PAYMENT Payment shall be the unit price per linear foot of curb, which price shall be full compensation for all work described in this and other applicable parts of the specifications and shall include all materials, equipment, tools, labor and incidentals necessary to complete the work. 707. CONCRETE SIDEWALKS AND DRIVEWAYS 707-1. CONCRETE SIDEWALKS Concrete sidewalks shall be constructed to the line, grade and dimensions as shown on the plans or herein specified. Unless otherwise noted, all concrete sidewalks shall have fiber mesh reinforcement and have a minimum strength of 3000 p.s.i. at 28 days. Unless otherwise specified, all concrete sidewalks shall have a minimum width of four feet (4'). Concrete sidewalks shall have a minimum thickness of four inches (4"), except at driveway crossings where a minimum thickness of six inches (6") is required. Also, 6/6 X 10/10 welded wire mesh reinforcement is required for all sidewalk that crosses driveways. The welded wire mesh shall be positioned in the middle to upper third of the placement. No compensation shall be given if the welded wire mesh is not properly placed. Expansion joints shall be placed at intervals of not more than 100 hundred feet, and scoring marks shall be made every five feet (5'). Concrete shall be poured only on compacted subgrade. In addition, all the requirements of Articles 301, 302 and 303 of these Technical Specifications shall also apply. 707-2. CONCRETE DRIVEWAYS Concrete driveways, whether new construction or replacement, shall be a minimum of six inches (6') in thickness with 6/6 x 10/10 welded wire mesh reinforcement and a minimum horizontal distance between expansion joints of no less than four feet (4') measured in any direction. The welded wire mesh shall be positioned in the middle to upper third of the placement. No compensation shall be given if the welded wire mesh is not properly placed. Concrete shall be poured only on compacted subgrade. In addition, all the requirements of Articles 301, 302 and 303 of these Technical Specifications shall also apply. The Contractor shall notify the Project Inspector a minimum of twenty-four (24) hours in advance of the placement of all concrete sidewalks and driveways. 707-3. CONCRETE CURB RAMPS The contractor is responsible for constructing ADA compliant concrete, curb ramps per the plans and installing detectable warning surfaces on said ramps as called for in the plan set. Concrete curb ramps and detectable warning surfaces are to be constructed per FDOT Standards and Specifications. 707-4. BASIS OF MEASUREMENT The basis of measurement shall be the number of square feet of four inch (4") concrete sidewalk, six inch (6") concrete sidewalk, and six inch (6") concrete driveways in place and accepted. SECTION IV Page 68 of 106 Updated 2/11/2016 SECTION IV — Technical Specifications 707-5. BASIS OF PAYMENT Payment shall be the unit price per square foot for each item as measured above, which shall be full compensation for all work described in this section and other applicable parts of the specifications and shall include all materials, equipment, tools, welded wire mesh where required, labor and incidentals necessary to complete the work. 708. MILLING OPERATIONS 708-1. EQUIPMENT, CONSTRUCTION & MILLED SURFACE Unless otherwise noted in the specs, plans or this Article, the milling operation shall be performed in accordance with Section 327 of FDOT's Standard Specifications. The Contractor shall notify the City of Clearwater Project Representative a minimum of twenty-four (24) hours in advance of all milling. 708-2. ADDITIONAL MILLING REQUIREMENTS 1. If the milling machine is equipped with preheating devices, the Contractor is responsible to secure any necessary permits, and for complying with all local, state and federal environmental regulations governing operation of this type of equipment. 2. All milled surfaces must be repaved within seven (7) days from the time it was milled, unless otherwise noted in the contract documents. 3. Prior to paving, all milled areas shall be swept with a Municipal type sweeper either of the vacuum or the mechanical type that picks up and hauls off, dust and dirt. The sweeper must be equipped with its own water supply for pre -wetting to minimize dust. Moreover, the Contractor shall sweep debris off of sidewalks, driveways and curbs in addition to the roadways before leaving the job site. 4. In cases where concrete valley swales are present, the adjoining pavement shall be milled to allow for the new asphalt grade to be flush with the concrete surface. 5. The Contractor shall be responsible for removing any asphalt that remains in the curb line and/or median curbs after the milling operation of a street is complete. The cost of this removal shall be included in the bid item for milling. 6. All radius returns on streets to be milled shall also be milled unless otherwise directed by the Engineer, with payment to be included in the bid item for milling. 7. Any leveling or base replacement required after milling shall be applied to sections of the road as noted on the plans, or directed by the Engineer, per Section 330 of FDOT's Standard Specifications The cost shall be included in the per ton unit cost for asphalt, unless otherwise noted in the project scope and plans. 8. Any roadway base material exposed as a result of the milling operation shall be primed that same day (unless otherwise directed by the Engineer) per Section 300 of FDOT's Standard Specifications. Repairs required to said base that result from a failure to place the prime in a timely manner shall be done to the City's satisfaction, and at the Contractor's expense. No paving of the exposed base can commence until the City SECTION IV Page 69 of 106 Updated 2/11/2016 SECTION IV — Technical Specifications approves the repaired base. The cost of said prime shall be included in the bid item for milling. 9. Prior to the placement of asphalt, the face of all curbs and driveways shall be tacked after the milling operation is complete. 708-3. SALVAGEABLE MATERIALS Unless otherwise specified, all salvageable materials resulting from milling operations shall remain the property of the City. The transporting and stockpiling of salvageable materials shall be performed by the Contractor. The Contractor shall contact the City Project Representative to schedule delivery of material at least 48 hours prior to starting work. 708-4. DISPOSABLE MATERIALS All surplus materials not claimed by the City shall become the responsibility of the Contractor. The Contractor shall dispose of the material in a timely manner and in accordance with all regulatory requirements in areas provided by the Contractor at no additional expense to the City. 708-5. ADJUSTMENT AND LOCATION OF UNDERGROUND UTILITIES All private utilities and related structures requiring adjustment shall be located and adjusted by their owners at the owner's expense. City -owned utilities and structures shall be located by the Owner/City and adjusted by the contractor. The Contractor shall arrange their schedule to allow utility owners the time required for such adjustments (minimum 48 hours notice per State Statute). All utility adjustments shall be completed prior to the commencement of milling and resurfacing operations. 708-6. ADJUSTMENT OF UTILITY MANHOLES The necessary adjustments of sanitary sewer and stormwater utility manholes and appurtenances shall be accomplished by the Contractor in accordance with Section IV, Article 703-7 of the City's Technical Specifications. 708-7. TYPES OF MILLING There are two types of milling used by the City: A. Wedge — This will consist of milling a six foot (6') wide strip along the curb line of the pavement adjacent to the curb so the new asphalt will align with the original curb height and pavement cross section. B. Full Width — This will consist of milling the entire roadway (i.e. curb line/edge of pavement to curb line/edge of pavement). All existing horizontal and vertical geometry shall remain unless otherwise indicated or approved by the Engineer. 708-8. MILLING OF INTERSECTIONS Intersections, as well as other areas (including radius returns) are to be milled and repaved to restore and/or improve the original drainage characteristics. Said work should extend SECTION IV Page 70 of 106 Updated 2/11/2016 SECTION IV —Technical Specifications approximately fifty (50) to one hundred (100) feet in both directions from the low point of the existing swale. 708-9. BASIS OF MEASUREMENT The quantity to be paid for will be the area milled, in square yards, completed and accepted. 708-10. BASIS OF PAYMENT The unit price for milling shall include: all materials, preparation, hauling, transporting and stockpiling of salvageable materials, disposal of all surplus material, any required milling of radius returns and intersections, prime and/or tack coat either required or placed at Engineer 's discretion, removal of asphalt from curbs, sweeping, labor, equipment, and all incidentals necessary to complete the milling in accordance with the plans and specifications. SECTION IV Page 71 of 106 Updated 2/11/2016 SECTION IV — Technical Specifications 800 SERIES: TRAFFIC SIGNALS, SIGNS AND MARKINGS 801. TRAFFIC SIGNAL EQUIPMENT AND MATERIALS All traffic signal work shall be performed per FDOT's Standard Specifications (Sections 603 through 699), unless otherwise specified in the contract documents and plans. This specification includes, but is not limited to, the following items: all necessary equipment, materials, guaranties, acceptance procedures, signal timings, field tests, grounding, conduit, signal and interconnect cable, span wire assemblies, pull and junction boxes, electrical power service assemblies, poles, signal assemblies, pedestrian assemblies, inductive loop detectors, pedestrian detectors, traffic controller assemblies, controller cabinets and accessories, removal of existing traffic signal equipment, and internally illuminated signs. All traffic signal installations shall be mast arms and conform to the re.quirements of FDOT's Mast Arm Assembly standard, and shall be signed and sealed by a professional engineer registered in the State of Florida. All mast arm calculations, as well as the geotechnical report, shall also be signed and sealed by a professional engineer registered in the State of Florida. All mast arm colors shall be determined and approved by the City prior to ordering from the manufacturer. All traffic signal indicators for vehicles and pedestrians shall be LEDs and, approved by both the City and FDOT. In addition to this, all pedestrian signal indicators shall utilize countdown features. Contractor changes to the operation of an existing signal is prohibited unless directed by the City's Traffic Engineering Division. All damaged inductive loop detectors shall be restored by the contractor per FDOT Index 17781. 801-1. BASIS OF MEASUREMENT AND PAYMENT The basis of measurement and payment shall be specified in the contract documents and/or plans and shall include all equipment, preparation, materials, testing and incidentals required to complete the work per the plans. 802. SIGNING AND MARKING All signing and marking work shall be performed per FDOT's Standard Specifications, unless otherwise specified in the contract documents and plans. This specification includes the following work: RPM's (Section 706), painted traffic stripes and markings (Section 710), thermoplastic stripes and markings (Section 711) and tubular delineators/flex posts (Sections 705 and 972). The Contractor is responsible to ensure that striping is correctly placed. Errors in striping or markings shall be "blacked -out" with paint, unless otherwise directed by the Engineer. No payment will be made for these incorrect or "blacked -out" areas. Omissions in striping or markings shall be corrected to the City's satisfaction prior to any payment being made. SECTION IV Page 72 of 106 Updated 2/11/2016 SECTION IV — Technical Specifications The Contractor is responsible for restoring all striping in paint and reflective beading per the FDOT indices mentioned above. The City's Traffic Engineering department shall follow up with thermoplastic striping at a later date unless otherwise specified. 802-1. BASIS OF MEASUREMENT AND PAYMENT The basis of measurement and payment shall be specified in the contract documents and/or plans and shall include all equipment, preparation, materials and incidentals required to complete the work per the plans. 803. ROADWAY LIGHTING All roadway lighting shall be constructed per Sections 715 and 992 of FDOT's Standard Specifications, unless otherwise specified in the contract documents and plans. 803-1. BASIS OF MEASUREMENT AND PAYMENT The basis of measurement and payment shall be specified in the contract documents and/or plans and shall include all equipment, materials, testing and incidentals required to complete the work per the plans. SECTION IV Page 73 of 106 Updated 2/11/2016 SECTION IV —Technical Specifications 900 SERIES: LANDSCAPING/RESTORATION 901. WORK IN EASEMENTS OR PARKWAYS Restoration is an important phase of construction, particularly to residents affected by the construction progress. The Contractor will be expected to complete restoration activities within a reasonable time following primary construction activity. Failure by the Contractor to accomplish restoration within a reasonable time shall be justification for a temporary stop on primary construction activity or a delay in approval of partial payment requests. Reasonable care shall be taken for existing shrubbery. Contractor shall replace all shrubbery removed or disturbed during construction. No separate payment shall be made for this work. The Contractor shall make provision and be responsible for the supply of all water, if needed, on any and all phases of the contract work. The Contractor shall not obtain water from local residents or businesses except as the Contractor shall obtain written permission. Reuse water is available for the Contractor's use without charge from the City's Water Reclamation Facilities, provided the water is used on City of Clearwater contractual work. Details for Contractor to obtain and reuse water from the Water Reclamation Facilities will be coordinated at the pre -construction conference. The Contractor's use of reuse water must conform to all regulatory requirements. 902. GENERAL PLANTING SPECIFICATIONS 902-1. IRRIGATION 902-1.1. DESCRIPTION A. The work specified in this Section consists of the installation of an automatic underground irrigation system as shown or noted in the plans. Provide all labor, materials, equipment, services and facilities required to perform all work in connection with the underground sprinkler irrigation system, complete, as indicated on the drawings and/or specified. Work noted as "NIC", "existing", or "by others" is not included in this pay item. B. The irrigation plans are schematic in nature. Valves and pipes shall be located in the turf/landscape areas except at road/paving crossings. All piping under paving shall be sleeved. Changes in the irrigation system layout shall be modified with the approval of the Engineer. 902-1.1.1. QUALITY ASSURANCE A. The irrigation work shall be installed by qualified personnel or a qualified irrigation subcontracting company that has experience in irrigation systems of similar size, scope, mainline, system pressure, controls, etc. SECTION IV Page 74 of 106 Updated 2/11/2016 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 SECTION IV —Technical Specifications B. All applicable ANSI, ASTM, FED.SPEC. Standards and Specifications, and all applicable building codes and other public agencies having jurisdiction upon the work shall apply. C. Workmanship: All work shall be installed in a neat, orderly and responsible manner with the recognized standards of workmanship. The Engineer reserves the right to reject material or work which does not conform to the contract documents. Rejected work shall be removed or corrected at the earliest possible time at the Contractor's expense. D. Operation and Maintenance Manuals: The Contractor shall prepare and deliver to the Engineer within ten (10) calendar days prior to completion of construction a minimum of three (3) hard cover binders, with three rings, containing the following information: 1. Index sheet stating the Contractor's address and business telephone number, twenty- four (24) hour emergency phone number, person to contact, list of equipment with name(s) and address(es) of local manufacturer 's representative(s) and local supplier where replacement equipment can be purchased. 2. Catalog and part sheet on every material and equipment installed under this contract. 3. Complete operating and maintenance instructions on all major equipment. 4. Provide the Engineer and the City of Clearwater maintenance staff with written and "hands on" instructions for major equipment and show evidence in writing to the Engineer at the conclusion of the project that this service has been rendered. a. Four-hour instruction (minimum) for the Drip Emitter equipment operation and maintenance. b. Two-hour instruction (minimum) for automatic control valve operation and maintenance. 902-1.1.2. PROJECT CONDITIONS A. The Contractor shall coordinate the work with all other trades, all underground improvements, the location and planting of trees and all other planting. Verify planting requiring excavation of twenty-four inch (24") diameter and larger with the Engineer prior to installation of main lines. B. Provide temporary irrigation at all times to maintain plant materials. C. The Contractor is responsible to maintain the work area and equipment until final acceptance by the Engineer. Repairs and replacement of equipment broken, stolen, or missing as well as regular maintenance operations shall be the obligation of the Contractor. D. The Contractor shall submit a traffic control plan (per FDOT specifications) to the Engineer prior to initiating construction on the site. The Contractor shall be responsible for the maintenance of traffic signs, barriers, and any additional equipment to comply with the FDOT standards and to ensure the safety of its employees and the public. SECTION IV Page 75 of 106 Updated 2/11/2016 SECTION IV — Technical Specifications 902-1.1.3. WARRANTY A. The Manufacturer(s) shall warrant the irrigation system components to give satisfactory service for one (1) year period from the date of acceptance by the Engineer and the City of Clearwater. Should any problems develop within the warranty period due to inferior or faulty materials, they shall be corrected at no expense to the City of Clearwater. 902-1.2. PRODUCTS 902-1.2.1. GENERAL A. All materials throughout the system shall be new and in perfect condition. No deviations from the specifications shall be allowed except as noted. 902-1.2.2. PIPING A. The irrigation system pipe shall be as stated herein and shall be furnished, installed and tested in accordance with these specifications. B. All pipe is herein specified to be Polyvinyl Chloride (PVC) Pipe, 1120, Schedule 40, conforming to ASTM D2665 and D1785. C. All nipples, pipe connections, bushings, swing joints, connecting equipment to the mainline is required to be threaded Polyvinyl Chloride (PVC) Pipe, Schedule 80. 902-1.2.3. PIPE FITTINGS A. All pipe fittings for Schedule 40 PVC pipe shall be as follows: Fittings shall conform to the requirements of ASTM D2466, Standard Specification for Polyvinyl Chloride (PVC) Plastic Pipe Fittings, Schedule 80. All fittings shall bear the manufacturer's name or trademark, material designation, size, applicable IPS schedule and NSF seal of approval. The connection of mainline pipe to the automatic control valve shall be assembled with threaded Schedule 80 fittings and threaded Schedule 80 nipples. 902-1.2.4. PVC PIPE CEMENT AND PRIMER A. Provide solvent cement and primer for PVC solvent weld pipe and fittings as recommended by the manufacturer. Pipe joints for solvent weld pipe to be belled end. B. Purple primer shall be applied after the pipe and fittings has been cut and cleaned. The Primer shall be of contrasting color and be easily recognizable against PVC pipe. 902-1.2.5. THREADED CONNECTIONS A. Threaded PVC connections shall be made using Teflon tape or Teflon pipe sealant. 902-1.2.6. GATE VALVES 902-1.2.6.1. MANUAL GATE VALVES TWO INCHES (2") AND SMALLER A. Provide the following, unless otherwise noted on Drawings: 1. 200-250 psi Ball Valve SECTION IV Page 76 of 106 Updated 2/11/2016 SECTION IV — Technical Specifications 2. PVC body - with Teflon Ball Seals 3. Threaded -Dual end Union Connectors 4. Non -Shock Safe -T -Shear Stem 5. Safe -T -Shear True Union Ball Valve as manufactured by Spears Manufacturing Company, Sylmer, California, or approved equal. 902-1.2.6.2. GATE VALVES TWO AND A HALF INCHES (21/2") AND LARGER A. Provide the following, unless otherwise noted on Drawings: 1. AWWA-C-509 2. 200 lb. O.W.G. 3. Cast Iron body - ASTM A 126 Class B 4. Deep socket joints 5. Rising stem 6. Bolted bonnet 7. Double disc 8. Equipped with two inch (2") square operating key with tee handle B. Provide two (2) operating keys for gate valve three inches (3") and larger. The "street key" shall be five feet (5') long with a two inch (2") square operating nut. 902-1.2.7. SLEEVES A. Sleeves: (Existing by City of Clearwater) 902-1.2.8. REMOTE CONTROL VALVES A. The remote control valve shall be a solenoid actuated, balance -pressure across -the diaphragm type capable of having a flow rate of 25-30 gallons per minute (GPM) with a pressure loss not to exceed 6.1 pounds per square inch (PSI). The valve pressure rating shall not be less than 150 psi. B. The valve body and bonnet shall be constructed of high impact weather resistant plastic, stainless steel and other chemical/UV resistant materials. The valve's one-piece diaphragm shall be of durable santoprene material with a clog resistant metering orifice. C. The valve body shall have a one inch (1") (FNPT) inlet and outlet or a one inch (1") slip by slip inlet and outlet for solvent weld pipe connections. D. The valve construction shall be as such to provide for all internal parts to be removable from the top of the valve without disturbing the valve installation. E. The valve shall be as manufactured by Rain Bird Sprinkler Mfg. Corp., Glendora, California, or approved equal. F. Identify all control valves using metal I.D. tags numbered to match drawings. SECTION IV Page 77 of 106 Updated 2/11/2016 SECTION IV — Technical Specifications 902-1.2.9. VALVE BOXES A. For remote control drip valve assembly and UNIK control timer use a Brooks #36 concrete value box with #36-T cast iron traffic bearing cover, or approved equal. B. For flush valve assembly use an Ametek #181014 ten inch (10") circular valve box with #181015 cover comparable to Brooks, or approved equal. C. For air relief assembly use an Ametek #182001 (6") economy turf box with #182002 cover comparable to Brooks, or approved equal. 902-1.2.10. DRIP IRRIGATION 902-1.2.10.1. CONSTRUCTION A. Techline shall consist of nominal sized one-half inch (1/2") low-density linear polyethylene tubing with internal pressure compensating, continuously self-cleaning, integral drippers at a specified spacing (12", 18", or 24" centers). The tubing shall be brown in color and conform to an outside diameter (O.D.) of 0.67 inches and an inside diameter (I.D.) of 0.57 inches. Individual pressure compensating drippers shall be welded to the inside wall of the tubing as an integral part of the tubing assembly. These drippers shall be constructed of plastic with a hard plastic diaphragm retainer and a self- flushing/cleaning elastomer diaphragm extending the full length of the dripper. 902-1.2.10.2.OPERATION A. The drippers shall have the ability to independently regulate discharge rates, with an inlet pressure of seven to seventy (7-70) pounds per square inch (PSI), at a constant flow and with a manufacturer's coefficient of variability (Cv) of 0.03. Recommended operating pressure shall be between 15-45 PSI. The dripper discharge rate shall be 0.4, 0.6, or 0.9 gallons per hour (GPH) utilizing a combination turbulent flow/reduced pressure compensation cell mechanism and a diaphragm to maintain uniform discharge rates. The drippers shall continuously clean themselves while in operation. The dripperline shall be available in 12", 18" and 24" spacing between drippers unless otherwise specified. Techline pipe depth shall be under mulch unless otherwise specified on Plans. Maximum system pressure shall be 45 PSC. Filtration shall be 120 mesh or finer. Bending radius shall be seven inch (7"). B. For on -surface or under mulch installations, six inch (6") metal wire staples (TLS6) shall be installed three feet (3') to five feet (5') on center, and two staples installed at every change of direction. 902-1.2.10.3. LINE FLUSHING VALVES A. The sub -surface system shall utilize Automatic Line Flush Valves at the end of each independent zone area. This valve shall be capable of flushing one gallon at the beginning of each irrigation cycle. The valves shall match the dripline manufacturer and connect directly to the dripline. 902-1.2.10.4.AIRNACUUM RELIEF VALVE SECTION IV Page 78 of 106 Updated 2/11/2016 SECTION IV — Technical Specifications A. Each independent irrigation zone shall utilize an Air/Vacuum Relief Valve at its high point(s). The air and vacuum relief valve shall seal effectively from 2 to 110 psi. 902-1.2.10.5. PRESSURE REGULATORS A. The pressure regulator shall be designed to handle steady inlet pressures over 150 pounds per square inch (psi) and maintain a constant outlet pressure of 25 psi. Regulating accuracy shall be within +/-6%. The pressure regulator shall be manufactured from high - impact engineering grade thermoplastics. Regulation shall be accomplished by a fixed stainless steel compression spring which shall be enclosed in a chamber separate from the water passage. 902-1.2.10.6. FILTERS A. The filter shall be a multiple disc type filter with notation indicating the minimum partial size to travel through or the mesh size of the element being used. The discs shall be constructed of chemical resistant thermoplastic for corrosion resistance. 902-1.2.10.7. FITTINGS A. All connections shall be made with barb or compression type fitting connections. Fittings and dripline shall be as manufactured by the manufacturer of the dripline to ensure the integrity of the subsurface irrigation system. 902-1.2.11. AUTOMATIC CONTROL TIMER A. The irrigation controller (control module) shall be programmable by a separate transmitter device only. The program shall be communicated to the Control Module from the Field Transmitter via an infrared connection. The controller shall be of a module type which may be installed in a valve box underground. The controller shall function normally if submerged in water and the communication from the transmitter shall function if submerged in water. B. The control module shall be housed in an ABS plastic cabinet and shall be potted to insure waterproof operation. The control module shall have two mounting slots for screws allowing the module to be securely mounted inside a valve box. C. The controller shall operate on one nine volt (9V) alkaline battery for one full year regardless of the number of stations utilized. The controller shall operate 1, 2, or 4 stations either sequentially or independently. D. The controller shall have three (3) independent programs with eight (8) start times each, station run time capability from one (1) minute to twelve (12) hours in one (1) minute increments, and a seven (7) day calendar. The controller shall turn on stations via latching solenoids installed on the valves. Manual operations shall be initiated by attaching the Field Transmitter to the Control Module and programming a manual start. The controller shall be capable of manual single station or manual program operation. E. The controller shall be as manufactured by Rain Bird Sprinkler Mfg. Corp., Glendora, California USA. SECTION IV Page 79 of 106 Updated 2/11/2016 SECTION IV—Technical Specifications 902-1.2.12. FIELD TRANSMITTER A. The irrigation controller shall be programmable by a separate transmitter device (Field Transmitter) only. The Field Transmitter shall communicate to the Control Module via an infrared connection. The Field Transmitter shall be water resistant and housed in ABS plastic and have a removable, reversible protective sheath. The Field Transmitter shall operate on one nine volt (9V) alkaline battery. B. The Field Transmitter shall have a large LCD screen and a seven -key programming pad. A beep sound shall confirm every key stroke. The screen shall automatically turn off after one minute when not in use. C. The Field Transmitter shall be capable of programming an unlimited number of UNIK Control Modules. D. The Field Transmitter shall be as manufactured by Rain Bird Sprinkler Mfg. Corp., Glendora, California USA. 902-1.2.13. LATCHING SOLENOID A. The Latching Solenoid shall be supplied with an installed, filtered adapter allowing installation of the solenoid onto any Rain Bird DV, PGA, PEB, PES -B, GB, of EFB series valve. B. The Latching Solenoid shall be as manufactured by Rain Bird Sprinkler Mfg. Corp., Glendora, California USA. 902-1.3. EXECUTION 902-1.3.1. GENERAL INSTALLATION REQUIREMENTS A. Before work is commenced, hold a conference with the Engineer to discuss general details of the work. B. Verify dimensions and grades at job site before work is commenced. C. During the progress of the work, a competent superintendent and any assistants necessary shall be on site, all satisfactory to the Engineer. This superintendent shall not be changed, except with the consent of the Engineer. The superintendent shall represent the Contractor in Contractor's absence and all directions given to the superintendent shall be as binding as if given to the Contractor. D. Obtain and pay for all irrigation and plumbing permits and all inspections required by outside authorities. E. All work indicated or notes on the Drawings shall be provided whether or not specifically mentioned in these Technical Specifications. F. If there are ambiguities between the Drawings and Specifications, and specific interpretation or clarification is not issued prior to bidding, the interpretation or clarification will be made only by the Engineer, and the Contractor shall comply with the decisions. In the event the installation contradicts the directions given, the installation shall be corrected by the Contractor at no additional cost. SECTION IV Page 80 of 106 Updated 2/11/2016 SECTION IV —Technical Specifications G. Layout of sprinkler lines shown on the Drawing is diagrammatic only. Location of sprinkler equipment is contingent upon and subject to integration with all other underground utilities. Contractor shall employ all data contained in the contract Documents and shall verify this information at the construction site to confirm the manner by which it relates to the installation. H. Do not proceed with the installation of the sprinkler system when it is apparent that obstructions or grade differences exist or if conflicts in construction details, legend, or specific notes are discovered. All such obstructions, conflicts, or discrepancies shall be brought to the attention of the Engineer. I. The disturbance of existing paving will not be permitted. Install all required sleeving prior to roadway base. 902-1.3.2. EXCAVATING AND BACKFILLING 902-1.3.2.1. TRENCHING - GENERAL A. Dig sides of trenches straight. Provide continuous support for pipe on bottom of trenches. Lay pipe to uniform grade. Trenching excavation shall follow layout indicated on Drawings. B. Maintain six inch (6") horizontal and minimum clearance between sprinkler lines and between all lines of other trades. C. Do not install sprinkler lines directly above another line of any kind. D. Maintain six inch (6") vertical minimum between sprinkler lines which cross at angles of 45 degrees to 90 degrees. E. Exercise care when excavating, trenching and working near existing utilities. 902-1.3.2.2. BACKFILLING A. All pressure supply lines (mainline) shall have eighteen inches (18") of fill placed over the pipe. B. Initial backfill on all lines shall be of a fine granular material with no foreign matter larger than one half inch ('/2"). C. Compact backfill according to Section 125 of FDOT Standard Specifications. D. Do not, under any circumstances, use equipment or vehicle wheels for compacting soil. E. Restore grades and repair damages where settling occurs. F. Compact each layer of fill with approved equipment to achieve a maximum density per AASHTO T 180. Under landscaped area, compaction shall not exceed 95% of maximum density. G. Compaction shall be obtained by the use of mechanical tampers or approved hand tampers. When hand tampers are used, the materials shall be deposited in layers not more than six inches (6") thick. The hand tampers shall be suitable for this purpose and shall have a face area of not more than 100 square inches. Special precautions shall be taken to prevent damage to the irrigation system piping and adjacent utilities. SECTION IV Page 81 of 106 Updated 2/11/2016 SECTION IV — Technical Specifications 902-1.3.2.3. ROUTING OF PIPING: A. Routing of pressure and non -pressure piping lines are indicated diagrammatically on Drawings. B. Coordinate specimen trees and shrubs with routing of lines. 1. Planting locations shall take precedence over sprinkler and piping locations. 2. Report to Owner any major deviation from routing indicated. C. Conform to Drawings layout without offsetting the various assemblies from the pressure supply line. D. Layout drip tube and make any minor adjustments required due to differences between site and Drawings. Any such deviations in layout shall be within the intent of the original Drawings, and without additional cost. E. Layout all systems using an approved staking method, and maintain the staking of approved layout. 902-1.3.3. INSTALLATION 902-1.3.3.1. WATER SUPPLY A. Connections to the water sources shall be at the approximate locations indicated on the Drawings. Make minor changes caused by actual site conditions without additional cost to the Owner. 902-1.3.3.2. ASSEMBLIES A. Routing or pressure supply lines as indicated on Drawings is diagrammatic only. Install lines and required assemblies in accordance with details on Drawings. B. Do not install multiple assemblies on plastic lines. Provide each assembly with its own outlet. When used, the pressure relief valve shall be the last assembly. C. Install all assemblies in accord with the respective detail Drawings and these Technical Specifications. D. Plastic pipe and threaded fittings shall be assembled using Teflon tape, applied to the male threads only. 902-1.3.3.3. SLEEVES: (EXISTING BY CITY OF CLEARWATER) A. The Contractor shall verify the location of all existing sleeves as shown on the roadway, utility and/or irrigation plans and notify the Engineer of any discrepancies. 902-1.3.3.4. PLASTIC PIPE A. Install plastic pipe in accord with manufacturer's recommendations. B. Prepare all welded joints with manufacturer's cleaner prior to applying solvent. 1. Allow welded joints as least fifteen (15) minutes setup/curing time before moving or handling. SECTION IV Page 82 of 106 Updated 2/11/2016 SECTION IV — Technical Specifications 2. Partially center load pipe in trenches to prevent arching and shifting when water pressure is on. 3. Do not permit water in pipe until a period of at least four (4) hours has elapsed for solvent weld setting and curing, unless recommended otherwise by solvent manufacturer. C. Curing 1. When the temperature is above 80 degrees F., allow soluble weld joints at least twenty-four (24) hours curing time before water is introduced under pressure. D. Flushing the system: 1. After all sprinkler pipe lines and risers are in place and connected, open the control valves and flush out the system with a full head of water. E. Installing piping under existing pavement: 1. Piping under existing pavement may be installed by jacking & boring. 2. Secure permission from the Engineer before cutting or breaking any existing pavement. All repairs and replacements shall be approved by Engineer and shall be accomplished at no additional cost. 902-1.3.3.5. CONTROLLERS A. Install all automatic controllers as shown in the plans. 1. The location of all controllers shall be approved by the Engineer's representative prior to installation. 902-1.3.3.6. REMOTE CONTROL VALVES A. Install at sufficient depth to provide not more than six inches (6"), nor less than four inches (4") cover from the top of the valve to finish grade. B. Install valves in a plumb position with twenty-four inch (24") minimum maintenance clearance from other equipment, three feet (3') minimum from edges of sidewalks, buildings, and walls, and no closer than seven feet (7') from the back of curb or edge of pavement along roadways. C. Contractor shall adjust the valve to provide the proper flow rate or operating pressure for each sprinkler zone. 902-1.3.3.7. GATE VALVES A. Install where indicated and with sufficient clearance from other materials for proper maintenance. B. Check and tighten valve bonnet packing before backfill. SECTION IV Page 83 of 106 Updated 2/11/2016 SECTION IV — Technical Specifications 902-2. LANDSCAPE 902-2.1. GENERAL 902-2.1.1. REQUIREMENTS OF REGULATORY AGENCIES A. Comply with Federal, State, Local, and other duly constituted authorities and regulatory agencies, without additional cost to the Owner in matters pertaining to codes, safety, and environmental matters. B. Any permits for the installation or construction of any of the work included under the contract, which are required by any of the legally constituted authorities having jurisdiction, shall be arranged for by the Contractor and paid for directly by the Contractor, unless otherwise agreed upon in writing. 902-2.1.2. SCOPE OF WORK A. All provisions of Contract, including General and Special Provisions and Plans, apply to the work specified in this Article. The Scope of Work includes everything for and incidental to executing and completing all landscape work shown on the Plans, Schedules, Notes and as specified herein. B. Furnish and provide all labor, plants and materials tools and equipment necessary to prepare the soil for plantings, to install and care for all plant materials (including finish grading if necessary); to remove and/or transplant existing plants if indicated; to furnish, plant, fertilize, guy and brace, water, mulch and prune all new plant materials; and to execute all other Work as described herein or indicated on the Plans. C. Work under this Article shall include labor and materials for final grading and raking to prepare the site for sodding, sprigging, or seeding, so finished lawn or playing field will appear even and uniform, will drain adequately, and will comply with the intent of the landscape drawings. D. Initial maintenance of landscape materials as specified in this document. 902-2.1.3. QUALITY ASSURANCE A. Landscape work shall be contracted to a single firm specializing in landscape work, who shall in turn subcontract no more than 40% of the work specified. All subcontractors under the control of the Contractor involved in the completion of the landscape work, shall be made known to the Owner and the Landscape Architect prior to their commencement of work on the project. B. All work of this Article shall conform to the highest standard of landscape practices. C. The Plant Material Schedule included with these Plans is provided only for the Contractor's convenience; it shall not be construed as to conflict or predominate over the Plans. If conflict between the Plans and Specifications exists, the Plans shall predominate and be considered the controlling document. D. During this work, the Contractor shall be responsible for maintaining safety among persons in their employ in accordance with the standards set by The Occupational Safety SECTION IV Page 84 of 106 Updated 2/11/2016 SECTION IV — Technical Specifications and Health Act of 1970 (and all subsequent amendments). Owner and Landscape Architect shall be held harmless from any accident, injury or any other incident resulting from compliance or non-compliance with these standards. E. The Contractor shall cooperate with and coordinate with all other trades whose work is built into or affects the work in this Article. F. All appropriate utility companies and agencies shall be contacted 72 hours prior to excavation. Call "One Call"/"Sunshine 811" at 8-1-1; "Sunshine 811" administrative offices may be reached at (800) 638-4097. G. The Contractor shall carefully examine the site and all existing conditions affecting the work, such as: soil, obstructions, existing trees, utilities, etc. Report any conditions in conflict with the work to the Landscape Architect. 902-2.1.4. SUBMITTALS A. The Contractor is required to submit prior to the expiration of the required maintenance period, two (2) copies of typewritten instructions recommending procedures to be established by the Owner for maintenance of landscape work for a period of one (1) year. B. Furnish unit prices for all plant materials and inert materials, including labor for all specified work. 902-2.1.5. ALTERNATES, ADDITIONS, DELETIONS, SUBSTITUTIONS A. If there are additions/alternates included in these Plans and Specifications, the Contractor must propose prices to accomplish the work stated as additions/alternates at the time of bidding. B. The Owner, through their Project Representative, reserves the right to add or deduct any of the work stated herein without rendering the Contract void. C. The Contractor must have written approval by the Project Representative for any substitutions not previously agreed to in the purchase agreement: installation without approval is entirely at the Contractor's risk. D. All material acquired through additions or substitutions shall be subject to all conditions and warranties stated herein. 902-2.1.6. ABBREVIATIONS/DEFINITIONS O.A. or HT: The over-all height of the plant measured from the ground to the natural, untied state of the majority of the foliage, not including extreme leaves, branches or fronds. C. T: Clear trunk is measured from the ground to the bottom of the first leaf or frond stem with no foliage from ground to specified height. For example, on Canary Island Date Palms or similar, the clear trunk measurement includes the "nut" at the base of the fronds. C. W: Clear wood is measured from the ground to the bottom of the base of the lowest leaf sheath or boot, trimmed in a natural manner. For example, on Canary Island Date Palms or similar, the clear wood measurement does not include the "nut" at the base of the fronds. SECTION IV Page 85 of 106 Updated 2/11/2016 SECTION IV —Technical Specifications SPR.: Spread, branches measured in natural untied position to the average crown diameter, not including extreme leaves, branches or fronds. ST. TR.: Straight trunk. MIN.: Minimum. GAL.: Gallon container size, i.e., 1 gallon, 3 gallon, 7 gallon, etc. 0.C.: On center, distance between plant centers. DIA.: Diameter. LVS.: Leaves. D.B.H. Diameter or caliper of main trunk of tree as measured at breast height at 4-1/2 feet above grade. CAL.: Caliper, the outside diameter of up to a four inch tree is measured six inches above grade, larger trees are measured at 12 inches above grade. B&B: Balled and burlapped in accordance with horticultural standards of the American Association of Nurserymen. PPP.• Plants per pot. FG: Field grown. STD.: Standard, single, straight trunk. Owner: To be known as that entity which holds title or control to the premises on which the work is performed. Owner's Representative: Owner's on-site representative shall be responsible for approval of quantity and quality of materials specified and execution of installation. Contractor: Shall refer to that person or enterprise commonly known as the Landscape Contractor. Landscape Architect: This person or firm is the responsible representative of the Owner who produces the landscape Plans and Specifications. 902-2.1.7. PRODUCT DELIVERY, STORAGE, AND HANDLING 902-2.1.7.1. PLANT MATERIALS A. Provide container -grown or, if appropriate, freshly dug trees and shrubs. Do not prune prior to delivery. Do not bend or bind trees or shrubs in such a manner as to damage bark, break branches or destroy natural shape. Provide protective covering during delivery. If plant delivery is made in open vehicles, the entire load shall be suitably covered. B. All plants are to be handled at all times so that roots or root balls are adequately protected from sun, cold, or drying winds. No root balls for trees and container plants that have been cracked or broken shall be planted except upon special approval. Plants shall not be pulled by the tops or stems, nor handled in a rough or careless manner at any time. SECTION IV Page 86 of 106 Updated 2/11/2016 SECTION IV —Technical Specifications C. Balled and burlapped ("B & B") plants shall be moved with firm, natural, balls of soil, not less than one foot (1') diameter of ball to every one inch (1") caliper of trunk; root ball depth shall not be less than two-thirds (2/3) of root ball diameter. B & B plants which cannot be planted upon delivery shall have their root balls covered with moist soil or mulch. D. Trees shall be dug with adequate balls, burlapped, and wire bound if needed. Root pruning to be done a minimum of four (4) weeks before removal from the field and planting at the site. Root balls may not be encased in "grow bags" or other synthetic material, except plastic shrink wrap for transport only. E. Remove all fronds form sabal palms prior to planting, but leave a minimum of twelve inches (12") of new frond growth above the bud. Do not damage bud. On all other palms, only a minimum of palm fronds shall be removed from crown to facilitate moving and handling. Clear trunk shall be determined after minimum fronds have been removed. Boots shall be removed from trunk unless otherwise specified. Palms shall be planted within twenty-four (24) hours of delivery. F. Deliver trees and shrubs after preparations for planting have been completed and plant immediately. If planting is delayed more than 6 hours after delivery, set trees and shrubs in shade, protect from weather and mechanical damage, and cover to keep the roots moist. G. Label at least one tree and one shrub of each variety with a securely attached waterproof tag bearing legible designation of botanical and common name. H. Time delivery so that sod will be placed within twenty-four (24) hours after stripping. Protect sod against drying and breaking by covering palettes of sod or placing in a shaded area. 902-2.1.8. JOB CONDITIONS 902-2.1.8.1. ACCEPTANCE OF JOB CONDITIONS. A. The Contractor shall examine the sub -grade, verify elevations, observe the conditions under which work is to be performed and notify the Landscape Architect or Project Representative in writing of unsatisfactory conditions prior to beginning work. Do not proceed with the work until unsatisfactory conditions have been corrected in a manner acceptable to the Landscape Architect. Start of work shall indicate acceptance of conditions and full responsibility for the completed work. B. Proceed with and complete the landscape work as rapidly as portions of the site become available, working within the seasonal limitations for each kind of landscape work and following the approved schedule. If seasonal limitations apply, notify the Landscape Architect for adjustments to the Schedule. C. Determine locations of all underground utilities and review for conflicts with planting procedures. D. When adverse conditions to plant growth are encountered, such as rubble fill, drainage conditions or obstruction, the Contractor shall notify the Landscape Architect in writing prior to planting. SECTION IV Page 87 of 106 Updated 2/11/2016 SECTION IV — Technical Specifications E. Plant trees and shrubs after final grades are established and prior to sod installation or seeding lawns. Protect existing lawn, trees, and promptly repair damages from planting operations. 902-2.1.8.2. SCHEDULING OF WORK A. The work shall be carried out to completion with the utmost speed Immediately upon award of contract, the Contractor shall prepare a construction schedule and furnish a copy to the Owner's Representative and/or the Landscape Architect for approval. The Contractor shall carry out the work in accordance with the approved schedule. B. If the Contractor incurs unforeseen costs, such as overtime hours, holidays, etc., in order to complete the work within the time stated in the Contract, and/or to maintain the progress schedule, all said costs shall be borne by the Contractor at no additional cost to the Owner. C. The Owner's Representatives may request work stoppage in writing. Upon written request from the Owner's Representative, the Landscape Contractor shall suspend delivery of material and stop all work for such a period as deemed necessary by the Owner, the Owner's Representative, or the General Contractor, with respect to any additional costs which may result from work stoppage. 902-2.1.8.3. UTILITIES A. The Contractor shall perform work in a manner which will avoid conflicts with utilities. Hand excavate, as required, to minimize possibility of damage to underground utilities. Maintain grade stakes set by others until removal is mutually agreed upon by all parties concerned. 902-2.2. PRODUCTS 902-2.2.1. MATERIALS 902-2.2.1.1. PLANT MATERIALS: NOMENCLATURE A. Plant species, sizes, etc., shall be per Plans and Specifications on Plant Material Schedule. Nomenclature is per Manual of Cultivated Plant, Standard Encyclopedia of Horticulture, L.H. Bailey, or Standardized Plant Names Dictionary, American Joint Committee on Horticultural Nomenclature (latest editions), or conforms with names accepted in the nursery trade. 902-2.2.1.2. PLANT MATERIALS: QUALITY ASSURANCE A. Provide healthy, vigorous stock grown under climatic conditions similar to conditions in the locality of the project. Plants shall have a habit of growth that is normal for the species and be sound, healthy, vigorous and free from insects, pests or their eggs, plant diseases, defects and injuries. Plants shall be well branched and densely foliated when in leaf and shall have healthy, well-developed root systems. B. Trees shall be heavily branched or, in the case of palms, be heavily leafed. Some plant materials may be collected stock with the approval of the Landscape Architect. Provided SECTION IV Page 88 of 106 Updated 2/11/2016 SECTION IV — Technical Specifications tree species that have a single main trunk (central leader), unless otherwise stated. Trees that have the main trunk forming a "Y" shape or parallel branching are not acceptable. C. Plant materials shall be specified and shall be Florida #1 or better as to shape and quality for the species as outlined in Grades and Standards for Nursery Plants Part I and II, Florida Department of Agriculture and Consumer Services (latest edition). D. The Owner or Landscape Architect reserves the right to inspect plant materials either at the place of growth or at the project site prior to planting for compliance with requirements for name, variety, size, quality, or designated area. E. Landscape materials shall be shipped with certificates of inspection as required by governmental authorities. The Contractor shall comply with all governing regulations that are applicable to landscape materials. F. Do not make substitutions. If specified landscape material is not available, submit to the Landscape Architect proof of it being non -available. In such event, if the Landscape Architect designates an available source, such shall be acquired from designated source. When authorized, a written change order for substitute material will be made by adjustment to Contract amount. G. Height and/or width of trees shall be measured from ground up; width measurement shall be normal crown spread of branches with plants in the normal position. This measurement shall not include immediate terminal growth. All measurements shall be taken after pruning for specified sizes. All trees and shrubs shall conform to measurements specified in the plant material schedule, except that plant material larger than specified may be used with the approval of the Owner or Landscape Architect, with no increase to the Contract price. Plant materials shall not be pruned prior to delivery. H. Plant Material shall be symmetrical, typical for variety and species. Plants used where symmetry is required shall be matched as nearly as possible. I. Balled and burlapped plants shall have firm, natural balls of earth of sufficient diameter and depth to encompass the feeding root system necessary for full development of the plant and to conform with the standards of the American Association of Nurserymen. Root balls and tree trunks shall not be damaged by improper binding and B & B procedures. J. Container -grown plants may be substituted for balled and burlapped plants or vice -versa provided the quality is equal or better than specified and the Landscape Architect approves the substitution. K. Container -grown stock shall have been grown in containers for at least four months, but not over two years. If requested, samples must be shown to prove no root bound condition exists. 902-2.2.1.3. GRASSES: SOD OR SEED A. Sod or seed (as/if specified) shall be a species as stated on the Plan. Solid sod shall be of even thickness and with a good root structure, 95% free of noxious weed, freshly mowed before cutting, and in healthy condition when laid. It must not be stacked more than SECTION IV Page 89 of 106 Updated 2/11/2016 SECTION IV —Technical Specifications twenty-four (24) hours before laying and it must be grown in soil compatible to that in which it will be installed. Sod must be kept moist prior to and after installation. B. Seed shall be delivered to the site in unopened bags with certification tags in place. Purity, germination and weed content shall be as certification requirements. 902-2.2.1.4. MULCH A. Mulch shall be as specified in the plans or by the project manager. B. Install mulch to an even depth of three inches (3") before compaction, as shown in the PLANTING DETAILS in the plans. 902-2.2.1.5. FERTILIZER A. Granular fertilizer shall be uniform in composition; free flowing and suitable for application with approved equipment; received at the site in full, labeled, unopened bags bearing the name, trade name or trademark and warranty of the producer; fully conforming to State of Florida fertilizer laws. B. All fertilizer shall bear the manufacturer's statement of analysis and shall contain the appropriate minimum amounts of elements for the type of use specified herein. C. Agriform 20-10-5 fertilizer tablets or approved equal, shall be placed in planting pit for all plant materials at time of installation and prior to completion of pit backfilling. D. Ground cover and annual areas shall receive fertilization with Osmocote Time Release Fertilizer according to product instructions and rate. E. For sod and seeded areas, fertilize with a complete granular fertilizer on Bahia and St. Augustine grasses at the rate of one pound (1 Ib.) of nitrogen per one thousand square feet (1000 sq ft). Fertilizer shall be commercial grade, mixed granules, with 30% to 50% of the nitrogen being in slow or controlled release form. The ratio of nitrogen to potash will be 1:1 or 2:1 for complete fertilizer formulations. Phosphorus shall be no more than one-fourth (1/4) the nitrogen level. They shall also contain magnesium and micronutrients (i.e. manganese, iron, zinc, copper, etc.). 902-2.2.1.6. STAKES AND GUYS A. For trees, approved plastic or rubber guys shall be used between the stakes and the tree trunk. Galvanized steel guy wire shall not be used. B. Stakes shall be cut from 2" x 4" pressure treated (p.t.) stock for trees over two inch (2") caliper. Stakes shall be 2" x 2" pressure treated (p.t.) stock for trees two inch (2") caliper and under. A minimum of two (2) stakes per tree or an optional three (3) stakes per tree shall be used. C. For single trunk palms, stakes shall be cut from 2" x 4" pressure treated (p.t.) stock, with a minimum of three (3) stakes per palm. Batten consisting of 5 layers of burlap and 5 - 2" x 4" by 16" wood connected with two — three-quarter inch (3/4") steel bands shall be used around the palm trunk. D. Other tree staking systems may be acceptable if approved. SECTION IV Page 90 of 106 Updated 2/11/2016 SECTION IV — Technical Specifications 902-2.2.1.7. PLANTING SOIL A. Unless stated on the plans or in the specifications, install plant material in tilled and loosened native soil backfill. It is the responsibility of the Landscape Contractor to test, prior to planting and at no additional cost to the City, any soils which may be unsuitable for the vigorous growth of plants. Unsuitable conditions shall be reported to the Landscape Architect immediately in writing. B. When required, planting soil media shall be provided by the Contractor and shall consist of one-third (1/3) peat and two-thirds (2/3) sandy loam, with no lumps over one inch (1"). C. Backfill and clean fill dirt provided by the Contractor shall be in a loose, friable soil. There must be slight acid reaction to the soil (about 6.0 — 6.5 pH) with no excess of calcium or carbonate, and it shall be free from excess weeds, clay lumps, stones, stumps, roots and toxic substances or any other materials that might be harmful to plant growth or a hindrance to grading, planting, and maintenance procedures and operations. No heavily organic soil, such as muck or peat shall be used as fill dirt. D. Bed preparation for annual beds under one (1) gallon container size shall consist of three inches (3") of Florida peat or other approved organic soil amendment spread over full length and width of planting area. Rototil organic layer six inches (6") to eight inches (8") into native soil. 902-2.2.1.8. SOIL AMENDMENTS A. Terra -Sorb AG or approved equal, soil amendment shall be mixed with native or planting soil for all trees, shrubs, ground cover, and annuals according to manufacturer's recommended application rates and methods, if specified on the Plans. 902-2.2.1.9. TREE PROTECTION A. Wood fencing shall be 2" x 4" pressure treated (p.t.) stock with flagging on horizontal members. Space vertical members six feet (6') to eight feet (8') on center. The barricade shall be placed so as to protect the critical protection zone area, which is the area surrounding a tree within a circle described by a radius of one foot (1') for each inch of the tree's diameter at breast height DBH (four and one half feet)') above grade. 902-2.2.1.10. ROOT BARRIER SYSTEM A. Root barrier fabric shall be installed when specified in the plans and/or specifications for protection of adjacent paved surfaces according to specific product name or equal. Install as directed by the manufacturer. 902-2.2.1.11. PACKAGED MATERIALS A. Deliver packaged materials in containers showing weight, analysis and name of manufacturer. Protect materials from deterioration during delivery and while stored at the site. 902-2.2.1.12. PESTICIDES SECTION IV Page 91 of 106 Updated 2/11/2016 SECTION IV —Technical Specifications A. Pesticides shall be only approved, safe brands applied according to manufacturer's directions. 902-2.3. EXECUTION 902-2.3.1. PREPARATION 902-2.3.1.1. OBSTRUCTIONS BELOW GROUND A. It shall be the responsibility of the Contractor to locate and mark all underground utilities, irrigation lines and wiring prior to commencement of the work. B. If underground construction, utilities or other obstructions are encountered in excavation of planting areas or pits, the Landscape Architect shall be immediately notified to select a relocated position for any materials necessary. 902-2.3.1.2. GRADING AND PREPARATION FOR PLANT MATERIALS A. All proposed landscape areas containing existing turf grass or weeds shall be treated with Monsanto's "Round -Up" per manufacturer's specifications. All proposed landscape areas adjacent to water bodies shall be treated with "Rodeo" per the manufacturer's specifications. B. New plant materials will not be installed until a 98% weed/turf eradication has been achieved. More than one application may be required to produce an acceptable planting bed. C. Pre -emergent herbicides are not a substitute for spray treatment of "Round -Up" or "Rodeo", and may be used only with the written approval of the Landscape Architect. D. Should any plant material in the same or adjacent beds be damaged by these chemicals, the same size, quantity and quality of plants shall be immediately replaced by the Contractor at no cost to the Owner. E. Any necessary corrections or repairs to the finish grades shall be accomplished by the Contractor. All planting areas shall be carefully graded and raked to smooth, even finish grade, free from depressions, lumps, stones, sticks or other debris and such that they will conform to the required finish grades and provide uniform and satisfactory surface drainage without puddling. F. The Contractor shall remove debris (sticks, stones, rubbish) over one and one half inches (1'/2") in any dimension from individual tree, shrub and hedge pits and dispose of the excavated material off the site. 902-23.1.3. PREPARATION FOR ANNUAL BED PLANTING A. Prepare native subgrade by rototilling or loosening by hand methods. Spread three inches (3") of one-third (1/3) Florida peat and two-thirds (2/3) sandy, or other approved organic soil amendment over the full length and width of planting area for annuals. Rototill organic layer six inches (6") to eight inches (8") into the native soil. Grade the planting bed by "crowning' to insure that surface drainage, percolation, and aeration occur at rapid rates. Add Osmocote time release fertilizer according to product instructions and rate. SECTION IV Page 92 of 106 Updated 2/11/2016 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 SECTION IV —Technical Specifications 902-2.3.1.4. PREPARATION FOR SEEDING AND SOD AREAS A. All proposed sod areas containing existing turf grass or weeds shall be treated with Monsanto's "Round -Up" per manufacturer's specifications. All proposed sod areas adjacent to water bodies shall be treated with "Rodeo" per the Manufacturer's Specifications. B. Limit preparation to areas which will be planted promptly after preparation. Loosen sub - grade of seed and sod areas to a minimum depth of four inches (4"). C Immediately prior to any turf work, the Contractor shall finish grade the soil to a smooth, even surface assuring positive drainage away from buildings and the subsequent turf flush to the tops of adjacent curbs and sidewalks. The surface shall be sloped to existing yard drains. D. A complete fertilizer shall be applied to St. Augustine or Bahia grass at a rate of one pound (1 lb.) of nitrogen per one thousand square feet (1000 sq ft). Fertilizer shall be commercial grade, mixed granules, with 30% to 50% of the nitrogen being in slow or controlled release form. Thoroughly work fertilizer into the top four inches (4") of soil. E. Moisten prepared seed and sod areas before planting if soil is dry. Water thoroughly and allow surface moisture to dry before planting lawns. Do not create a muddy soil condition. 902-2.3.2. INSTALLATION 902-2.3.2.1. BERM CONSTRUCTION (IF SPECIFIED) A. Install berms at location and design shown on Plans and at the height and slope indicated. Height stated is for finished berm with soil at natural compaction. B. Exact location and configuration of berms may require modification to allow proper drainage; such changes will be coordinated with the Landscape Architect. C. If shown on the Plan, construct berms using clean sandy loam fill dirt which is well - drained, free of rocks, roots, or other debris, with a soil pH of an acid Nature (about 6.0 - 6.5). No heavily organic soil, such as muck or peat shall be used in berm construction. 902-2.3.2.2. LAYOUT OF PLANT MATERIALS A. Unless otherwise stipulated, plant materials shall be approximately located per the plans by scale measurements using established building, columns, curbs, screen walls, etc., as the measuring reference point. Slight shifting may be required to clear wires, prevent blockage of signage, etc. B. Shrubs and ground covers shall be located and spaced as noted on the plant material schedule (if provided), otherwise plants will be placed in the planting beds at the normally accepted spacing for each species. C. Leave an eighteen inch (18") (450 millimeters) border of mulched space between outer leaves of installed plant material and the bed line, curb, or building foundation wall for all plant sizes. SECTION IV Page 93 of 106 Updated 2/11/2016 SECTION IV — Technical Specifications D. Any necessary "minor" adjustments in the layout of planting shall be made by the Contractor with the approval of the Landscape Architect in order to conform as nearly as possible to the intent of the Plans. 902-2.3.2.3. PLANTING PROCEDURES A. All shrubs, trees and ground covers or vines shall be planted in pits having vertical sides and being circular in outline. Planting pit shall be three (3) to five (5) times the width of the root ball. B. Plants shall be set straight or plumb, in the locations shown, at such level that after settlement normal or natural relationship of the top of the root ball with the ground surface will be established. With regards to proper nursery practices, plants under certain conditions (i.e. low and wet areas) will benefit from being planted "high" with the root ball about one inch (1") higher than the surrounding grade. C. All plant materials shall be fertilized with Agriform 20-10-5 planting tablets, or approved equal, at time of installation and prior to completion of pit backfilling. Agriform planting tablets shall be placed uniformly around the root mass at a depth that is between the middle and the bottom of the root mass. Application rate: 1 gallon 1 - 21 gram tablet 3 gallon 2 - 21 gram tablet 5 gallon 3 - 21 gram tablet 7 gallon 4 - 21 gram tablet Trees 3 tablets each '/z" (12 millimeters) caliper Palms 7 - 21 gram tablets D. Native soil shall be used in back -filling plant pits or as specified. The Contractor shall be responsible for providing additional soil for building tree saucers. E. When balled and burlapped plants are set, undisturbed native soil shall be left under the base of the root ball to prevent voids. Backfill tilled and loosened native soil around the sides of the root ball. Remove the top 4 four inches (4") (100 millimeters) of burlap wire, and all tie -down material from the root ball. Do not remove these materials from the bottom of the root ball. Thoroughly water -in before bringing the back -fill up to the proper grade. Roots of bare plants shall be properly spread out, and planting soil carefully worked in among them. Failure to comply is cause for rejection. F. Containerized plants shall be installed with undisturbed native soil left under the base of the root ball to prevent voids. Planting pit shall be three (3) to five (5) times the width of the root ball. Backfill tilled and loosened native soil around the sides of the root ball. Thoroughly water -in before bringing the backfill up to the proper grade. G. Plant spacing shall be "on center" and varies with the different plant species. Space each variety of plant equally in the planting areas. Shrubs and ground covers adjacent to straight or curved edges shall be triangular - spaced in rows parallel to those edges. Plant a minimum of eighteen inches (18") from the back of the curb to the outside edge of the plant. SECTION IV Page 94 of 106 Updated 2/11/2016 SECTION IV —Technical Specifications H. All azaleas shall be placed into a prepared bed of amended soil containing 50% weed -free Florida peat or approved equivalent. Root balls shall be scarified vertically at 120 degree angles in a triangular pattern. I. Sabal palms may be planted deeper than normal if conditions warrant and if approved. 902-2.3.2.4. SODDING A. During periods of drought, sod shall be watered sufficiently at its origin to moisten the soil adequately to the depth to which it is to be cut. B. An application of 6-6-6, 40% organic, slow or controlled release fertilizer shall be made to all lawn areas just prior to the laying of the sod at a rate of one pound (1 lb.) of nitrogen per one thousand square feet (1000 sq ft). The ground shall be moistened before the sod is laid in place. C. Solid sod shall be laid tightly with closely abutting staggered joints with an even surface edge and sod edge, in a neat and clean manner to the edge of all the paving and shrub areas. Cut down soil level to one inch (1") to one and one half inches (1-1/2") below top of walks prior to laying sod. D. Within two (2) hours after installing sod and prior to rolling, irrigate the sod. Sufficient water shall be applied to wet the sod thoroughly and to wet the sod to a depth of two inches (2") (50 millimeters). Watering shall be done in a manner that will avoid erosion due to the application of excessive quantities, and the watering equipment shall be a type that will prevent damage to the finished sod surface. Watering shall be repeated as necessary to keep sod moist until rooted to subgrade. E. The sod shall be pressed firmly into contact with the sod bed using a turf roller or other approved equipment so as to eliminate air pockets, provide a true and even surface and insure knitting without any displacement of the sod or deformation of the surfaces of sodded areas. After the sodding operation has been completed, the edges of the area shall be smooth and shall conform to the grades indicated. F. If, in the opinion of the Landscape Architect, top dressing is necessary after rolling, clean silica sand shall be used to fill voids. Evenly apply sand over the entire surface to be leveled, filling-in dips and voids and thoroughly washing into the sod areas. G. On slopes 3:1 or steeper, and as required, a geotextile fabric shall be installed per manufacturer's specifications prior to placing sod. The sod shall be fastened in place with suitable wooden pins or by other approved method. 902-2.3.2.5. SEEDING A. Seed shall be installed per the specifications of the State of Florida Department of Transportation. See plan for type of seed. 902-2.3.2.6. TREE GUYING, BRACING AND STAKING A. Tree guying, staking and bracing shall be the responsibility of the Contractor per sound nursery practices, and shall be done per details shown on the Plans. For trees, a minimum of two (2) stakes per tree or an optional three (3) stakes per tree at 120 degree spacing shall be used. Stakes shall be driven in at an angle, then tightened to vertical supported by SECTION IV Page 95 of 106 Updated 2/11/2016 SECTION IV — Technical Specifications approved plastic or rubber guys. Trees shall be staked with a minimum of four feet (4') height of stake above grade and a minimum of thirty inches (30") of stake below grade. B. For single trunk palms, a minimum of three (3) stakes per palm at 120 degree spacing shall be used. Toenail the stakes to batten consisting of five (5) layers of burlap and five (5) - 2 inch x 4 inch x 16 inch wood connected with two (2) three-quarter inch (3/4") steel bands. Palms shall be staked with a minimum of five feet (5') of stake above grade. C. Contractor shall remove all tree guying, staking, and bracing from trees six (6) months after the date of final acceptance of the landscape work. D. Stake only trees that require support to maintain a plumb position or are in potentially hazardous areas. 902-2.3.2.7. MULCHING A. All planting beds shall be weed -free prior to mulching. B. All curb, roadway, and bed line edges will be "trenched" to help contain the applied mulch. Mulch should be below top of curb and resistant to washout from stormwater run- off. C. All plant beds and tree rings shall be mulched evenly with a three inch (3") layer (before compaction) of 100% Grade B recycled cypress bark mulch, or other mulch as specified on the Plans or General Notes. D. Mulch shall not be placed against the trunks of plant materials or foundations of buildings. Maintain a minimum three inch (3") clearance for trees and shrub trunks and a minimum six inch (6") clearance for the walls of buildings. E. For beds of annual flowers, a 12 inch wide x 3 inch deep band of mulch shall be installed in front of the first row of annuals. Maintain a minimum six inches (6") of non -mulched clearance from the outside edge of annuals. 902-2.3.2.8. PRUNING A. Pruning shall be done by an experienced certified Arborist to maintain the natural shape and form of the plant. B. Upon acceptance by the Owner, prune any broken branches, remove crossed branches, and branches hanging below the clear trunk of the tree. 902-2.3.2.9. CLEAN-UP A. During landscape work, store materials and equipment where directed by the Owner. B. The Contractor shall promptly remove any materials and equipment used on the job, keeping the area neat at all times. Upon completion of all planting, dispose of all excess soil and debris leaving pavements and work areas in safe and orderly condition. C. The clean-up of the site shall include the removal and proper disposal of the tree guying, staking, and bracing materials as described in specifications. 902-2.3.2.10. PROTECTION SECTION IV Page 96 of 106 Updated 2/11/2016 SECTION IV —Technical Specifications A. The Contractor shall provide safeguards for the protection of workmen and others on, about, or adjacent to the work, as required under the parameters of the Occupational Safety and Health Administration (O.S.H.A.) standards. B. The Contractor shall protect the Owner's and adjacent property from damage. C. The Contractor shall protect the landscape work and materials from damage due to landscape operations. Maintain protection during installation and maintenance periods. D. The Contractor shall provide protection (tree barricades) for all existing trees and palms as specified. 902-2.3.2.11. REPAIR OF DAMAGES E. The Contractor shall repair all damage caused by their operations to other materials, property, or trades to a level equal in quality to the existing condition prior to damage. F. The Contractor shall be held responsible for all damage done by their work or employees to other materials or trades' work. Patching and replacement of damaged work may be done by others, at the Owner's direction, but the cost of same shall be paid by the Contractor who is responsible for the damage. 902-2.3.3. MAINTENANCE A. The Contractor shall maintain all plant materials in a first class condition from the beginning of landscape construction until Final Acceptance. B. Operations: 1. Maintenance shall include, but not be limited to, watering of turf and planting beds, mowing, fertilizing, cultivation, weeding, pruning, disease and pest control, replacement of dead materials, straightening, turf or planter settlement corrections, replacement of rejected materials, staking and guying repair and tightening, wash-out repairs and regrading, and any other procedures consistent with the good horticultural practice necessary to insure normal, vigorous and healthy growth of all work under the Contract. Mowing shall be consistent with the recommended height per the University of Florida Cooperative Extension Service. 2. Within the warranty period, the Contractor shall notify the Owner of any maintenance practices being followed or omitted which would be detrimental to the healthy, vigorous growth of the landscape. 3. The Contractor shall be responsible for the final watering of not less than one inch (1") of water for all planted materials before leaving the site. 902-2.3.4. INSPECTION, REJECTION, AND ACCEPTANCE 902-2.3.4.1. INSPECTION A. Upon completion of the installation, the Contractor will notify the Owner or the Owner's Representative that the job is ready for inspection. Within fifteen (15) days of notifications, the installation will be inspected by the Landscape Architect. A written and/or graphic inspection report will be sent to the Owner and/or Landscape Contractor. SECTION IV Page 97 of 106 Updated 2/11/2016 SECTION IV — Technical Specifications 902-2.3.4.2. REJECTION AND REPLACEMENT A. The Landscape Architect shall be final judge as to the suitability and acceptability of any part of the work. Plant material will be rejected if it does not meet the requirements set forth in the Plans and Specifications. B. Replace any rejected materials immediately or within fifteen (15) days and notify the Landscape Architect that the correction has been made. 902-2.3.4.3. ACCEPTANCE A. After replacement of rejected plant material, if any, have been made, and completion of all other correction items, the Owner or Project Representative will accept the project in writing. B. Upon Final Acceptance, the Owner assumes responsibility for maintenance within the terms of the Contract. Acceptance will in no way invalidate the Contractor's warranty period. C. The Contractor's warranty period will begin after final acceptance of the project by the Owner. 1. If evidence exists of any lien or claim arising out of or in connection with default in performance of this Contract, the Owner shall have the right to retain any payment sufficient to discharge such claim and all costs in connection with discharging such claim. 2. Where the Specifications call for any stipulated item or an "approved equivalent", or in words to that effect, the Contractor shall indicate the price of the type and species specified in the proposal, giving the price to be added or deducted from their Contract price. The final selection rests with the Owner or their representative. 3. Where plants installed do not meet specifications, the Owner reserves the right to request plant replacement or an appropriate deduction from the Contract amount to compensate for the value not received from the under -specified plant materials. No additional compensation will be made to the Contractor for plants installed that exceed specifications. 902-2.3.5. WARRANTY A. The Contractor shall warranty all palms and trees furnished under this contract for a period of one (1) year and all shrubs for a period of six (6) months. Material which is either dead or in poor health during this period or at completion will be replaced at no charge to the Owner. Should any of the plant materials show 50% or more defoliation during the warranty period, due to the Contractor's use of poor quality or improper materials or workmanship, the Contractor upon notice, shall replace without delay same with no additional cost to the Owner. Should any plant require replacing, the new plant shall be given the equal amount of warranty. SECTION IV Page 98 of 106 Updated 2/11/2016 SECTION IV—Technical Specifications 903. SODDING Unless otherwise noted herein, the Contractor shall place all sod, either shown on the plans or at the direction of the Engineer, in conformance with Sections 575, 981, 982 and 983 of FDOT's Standard Specifications. The area for sod application shall be loosened and excavated to a suitable depth and finished to a grade compatible with existing grass and structures. Sod shall be placed with edges in close contact and shall be compacted to uniform finished grade with a sod roller immediately after placement. In sloped areas, the sod shall be graded and placed so as to prohibit erosion and undermining of the adjacent sidewalk. No sod that has been cut for more than seventy-two (72) hours can be used unless authorized by the Engineer in advance. The sod shall be thoroughly watered immediately after placement. The Contractor shall continue to water sod as needed and/or directed by the Engineer as indicated by sun exposure, soil, heat and rain conditions, to establish and assure growth, until termination of the contract. Dead sod, or sod not acceptable to the Engineer, shall be removed and replaced by the Contractor at no additional compensation. Any questions concerning the type of existing sod shall be determined by the Engineer. Unless otherwise noted on the plans, payment for sod (including labor, equipment, materials, placement, rolling, watering, etc.) shall be included in other bid items. Payment for these associated bid items may be withheld until the Contractor provides the City a healthy, properly placed stand of grass. When this work is given as a separate bid item, it shall cover all labor, equipment and materials, (including water) required for this work and shall be paid for on the basis of each square foot in place and accepted. No payment for sod shall be made until the Contractor provides the City a healthy, properly placed stand of grass. 904. SEEDING Seed, or seed and mulch, shall only be used when specified for certain demolition projects. The seed and/or mulch shall be placed as called for on the plans in the following manner. The area to be seeded shall be brought to the required line and grade, fertilized and seeded in basic conformance with FDOT's Standard Specifications Sections 570, 981, 982 and 983. However, no wildflower seed shall be used, and Argentine Bahia Seed shall be used instead of Pensacola Bahia. No sprigging will be required. Also, the addition of 20 lb. of Rye Seed (to total 60 lb. of seed per acre) will be required during the stated periods. It is also required that the Contractor maintain said seed until growth is assured. When this work is given as a bid item, the item shall cover all labor, material, equipment (including water), required for this work, and shall be paid for on the basis of each square yard in place and accepted. If called for on the plans, but not shown as a bid item, then the cost of such work as stated above shall be included in the cost of other work. 905. LAWN MAINTENANCE SPECIFICATIONS 905-1. SCOPE To remove trash and debris from landscape and paved area; maintenance and fertilization of plant beds and landscape materials; maintenance, repair, and operation of irrigation systems; ornamental pest control; palm pruning; maintenance of traffic; and the cleaning of hard surfaces SECTION IV Page 99 of 106 Updated 2/11/2016 SECTION IV — Technical Specifications at designated areas. The Contractor is to work with the City in coordinating maintenance activities and reporting irregularities in the work zone. The Contractor(s) will provide the labor and materials required to maintain the specified landscaped street areas including: • Traffic safety and Maintenance of Traffic; • Trash and debris removal from the job site; • Removal of weeds in landscaped areas and hard surfaces; • Proper trimming and pruning of landscape plants and palms; • Proper fertilization and pest control of landscape and palms (may be subcontracted); • Irrigation service and repair; • Mulch replacement; • Cleaning of hard surfaces; and the • Reporting of irregularities at the job site. 905-2. SCHEDULING OF WORK The Contractor(s) shall accomplish all landscape maintenance required under the contract between the hours of 7:00 a.m. and 6:00 p.m. Monday through Saturday, excluding observed holidays. The City may grant, on an individual basis, permission to perform contract maintenance at other hours. All work shall be completed in a continuous manner, such as cleanup, weeding, trimming, etc., be completed before leaving the job site. 905-3. WORK METHODS 905-3.1. MAINTENANCE SCHEDULING The Contractor(s) will adhere to a work schedule provided by the City (see Level of Service). Any variations to that schedule, requested by either party, must be approved, either verbally or in writing by an authorized representative of the other party. 905-3.2. DUTIES PER SERVICE VISIT The Contractor(s) shall provide the following service at each scheduled visit to the designated location: 905-3.2.1. LITTER AND DEBRIS Remove trash and debris from the project site. Proper disposal of collected trash and debris is the Contractor's responsibility. Extraordinary amounts of debris caused by hurricanes, tornadoes, vandalism, etc., would be the responsibility of the City to clean up. The Contractor should report such accumulations of debris when they are encountered. Bids for the extraordinary cleanup from the Contractor would be considered. Work sites should be left in a clean and neat appearance upon completion. All debris from pruning process is to be removed from the job site and disposed of by the Contractor. SECTION IV Page 100 of 106 Updated 2/11/2016 SECTION IV —Technical Specifications 905-3.2.2. VISUAL CHECK The site should be checked for irregularities, such as irrigation leaks, vehicle damage, dead or damaged plant material, vandalism, etc., which should be reported to the City within twenty-four (24) hours after providing the service. 905-3.2.3. PLANT TRIMMING AND PALM PRUNING All plant material should be trimmed in a manner that promotes the natural shape and mature size of the particular species. Trimming should be performed at intervals that will maintain plants in a neat appearance. Trimming should be performed to promote fullness of the plants, while maintaining height restrictions in Clear Sight Zones as established on the landscape plans. Plants shall be kept trimmed to the back of curb. Brown foliage shall be removed from Liriope. Palm pruning to be performed at least once per year, preferably in late June or July following flower formation, consistent with the following specification: 905-3.2.3.1. PHOENIX SPECIES (CANARY DATE, INDIA DATE, PYGMY DATE, ETC.) Remove all descending fronds, to the base of the frond; all parallel and ascending fronds are to remain in order to leave a full, rounded head; seed heads may remain, but remove old faded heads that are encountered in the pruning process; and remove loose frond boots; remove vegetation, such as strangler figs, Brazilian Pepper, Asparagus fern, etc., growing in the frond boots or on the trunk. Provide the rounded, classic cut on all Medjool palm boots. No climbing spikes allowed on palms. 905-3.2.3.2. TRAFFIC CONTROL Proper and safe work zones in vehicular traffic areas are to be set up and maintained by the Contractor, according to the approved Maintenance of Traffic specifications. 905-3.2.3.3. PEDESTRIAN SAFETY Contractor is responsible for maintaining safe work zones in areas where pedestrian and park users are present. The City reserves the right to limit the hours of operation in certain high pedestrian use areas. 905-3.2.4. PLANT FERTILIZATION All tree and plant material should be fertilized with the appropriate amount of 20-6-12 sulfur coated, slow release, ornamental fertilizer, three times per year. Applications should be made in mid-February, early June, and mid-September, for the first two years. Fertilizer types and amounts will change with requirements of maturing landscape materials. 905-3.2.5. WEED REMOVAL IN LANDSCAPED AREA Weeds should be removed on a regular basis in order to keep them from being visibly noticeable. Weed control with the use of appropriate herbicides is allowable, given they are properly applied by a certified applicator. Herbicide damage to landscape material will be remedied by Contractor at their expense. SECTION IV Page 101 of 106 Updated 2/11/2016 SECTION IV —Technical Specifications 905-3.2.6. MULCH CONDITION Should be maintained at a thickness that will discourage weed growth as well as help retain soil moisture, usually three inches (3"). 905-3.2.7. IRRIGATION SERVICE AND REPAIR Should be performed at each visit to assure the system's proper operation and timing. Drip tubing should be kept covered with mulch. Timer should be checked for proper time of day and operating schedule. Leaks or breaks in the system should be repaired before the next scheduled system running time. 905-3.2.8. LAWN AND ORNAMENTAL PEST CONTROL Should be performed by a properly licensed and certified applicator to keep pest populations at a less than damaging level. Landscape materials lost to or extensively damaged by pests will be replaced by the Contractor at the Contractor's expense. Diazinon products are not to be used on City properties. 905-3.2.9. PALM FERTILIZATION Apply three (3) pounds of Magnesium sulfate and one pound of Potassium evenly, per tree, across the root zone (typically within the dripline), annually in early February. 905-3.2.10. FREEZE PROTECTION The City will provide a freeze/frost protection fabric for the Contractor to install over freeze/frost sensitive plants (Lantana and Pentas). The covering material will be stored at a City facility. Contractor will remove the covering material from storage and install over the sensitive plants, securely fastening edges of the material to the ground per manufacturer's directions. The City will furnish metal pins needed for securing fabric to the ground. The City will notify the Contractor one (1) day or twenty-four (24) hours minimum prior to the need to protect plant material. After uses, the Contractor will prepare the fabric for storage and return it to the designated City facility. Protective covering shall be removed the following afternoon or remain in place as directed by the City. The City shall notify the Contractor by 11:00 a.m. about removing the cover or keeping it in place due to continued freezing temperatures. The City may cancel the freeze protection event at any time prior to the end of the scheduled installation day (5:00 p.m.) The Contractor will be compensated for the number of hours mobilization or on-site work at the contracted rate per man-hour unit price. The Contractor shall provide a unit price for the installation and removal of the covering fabric on a per event basis, as well as an hourly rate per employee required. The City and Contractor will coordinate appropriate irrigation operations with weather conditions. Should freeze/frost damage occur, the Contractor shall perform remedial work as per unit basis, as directed by the City. 906. LEVEL OF SERVICE The Project Site is to be serviced weekly. Repairs to damage or vandalism to be made within seven (7) working days of reported irregularity. Weekly visits should occur no closer than six (6) and no further than ten (10) calendar days apart. SECTION IV Page 102 of 106 Updated 2/11/2016 SECTION IV — Technical Specifications 907. COMPLETION OF WORK Within twenty-four (24) hours of completing work the City either in person or by phone of said completion. It is acceptable to leave a phone message. 908. INSPECTION AND APPROVAL Upon receiving notification from the Contractor, the City shall inspect the serviced location the following business day. If, upon inspection, the work specified has not been completed, the City shall contact the Contractor to indicate the necessary corrective measures. The Contractor will be given forty-eight (48) hours from this notification to make appropriate corrections. If the work has been completed successfully then the City will pay for services billed. 909. SPECIAL CONDITIONS 1. This location will be newly installed and under warranty by the installer for a twelve (12) month period on plants, trees and palms. Landscape installer will coordinate irrigation operation with the Maintenance contractor to assure adequate irrigation to the landscape materials. Installer will also be responsible for the untying of palm heads/fronds as they feel appropriate. 2. All listed acreage or square footage figures are estimates. 3. All work shall be performed in a good and workmanlike manner, consistent with trade practices and standards which prevail in the industry. 4. The Contractor shall be responsible for damage to any plant material or site feature caused by the Contractor or their employees. The Contractor shall be notified in writing of the specific nature of the damage and cost of repair. The City shall, at its option, invoice the Contractor for the payment, or reduce by the amount of the repairs on the next regular payment to the Contractor. 5. Occasionally circumstances (standing water, prolonged inclement weather, parked vehicles, etc.) may make all or portions of a location unserviceable during the regular schedule. The Contractor shall notify the City Supervisor of such occurrences, and shall schedule to perform the required work to the location as soon as the pertaining circumstances are relieved. 910. TREE PROTECTION 910-1. TREE BARRICADES A. A protective barrier shall be placed around all protected trees and palms prior to land preparation or construction activities within or adjacent to the work zone, including all staging and/or lay down areas. Protective barriers shall be installed as follows: 1. At or greater than the full dripline of all species of Mangroves and Cabbage Palms. 2. At or greater than the full dripline or all protected native pine trees and other conifer species. 3. At or greater than two-thirds (2/3) of the dripline of all other protected species SECTION IV Page 103 of 106 Updated 2/11/2016 SECTION IV — Technical Specifications 4. At or greater than the full dripline of trees within a specimen tree stand. B. Protective barriers are to be constructed using no less than two inch (2") lumber for upright posts. Upright posts are to be at least four feet (4') in length with a minimum of one foot (1') anchored in the ground. Upright posts are to be placed at a maximum distance of eight feet (8') apart. Horizontal rails are to be constructed using no less than one inch (1") by four -inch (4") lumber and shall be securely attached to the top of the upright post. The City's representative must approve any variation from the above requirements. C. Whenever a protective barrier is required, it shall be in place until all construction activity is terminated. The area within the barrier limits shall remain undisturbed by any activity during construction. Native ground cover and understory vegetation existing within the barriers shall remain throughout construction. Exotic plant species may only be removed by manual labor utilizing hand tools or by other means if authorized in writing by the City's representative. D. Prior to the erection of any required protective barrier, all surface foreign material, trash or debris shall be removed from the area enclosed by the barrier, and after erection of the barrier no such material or litter shall be permitted to remain within the protected area. No equipment, chemicals, soil deposits or construction materials shall be placed within such protective barriers. E. No signs, building permits, wires, or other attachments of any kind shall be attached to any protected tree or palm. F. At all times, due care shall be taken to protect the critical root zone of trees protected by this section, and root pruning requirements shall apply to such trees. 910-2. ROOT PRUNING A. Where proposed construction improvements involve excavation and/or impacts to the critical root zone of protected trees, the Contractor shall be required to have an International Society of Arboriculture (ISA) certified arborist perform, or directly supervise root pruning to reduce the impacts of construction. The critical root zone is equivalent to the tree's dripline. Prior to any clearing, grubbing or excavation activities, the affected roots must be severed by clean pruning cuts at the point where grubbing or excavation impacts the root system. Roots can be pruned utilizing specified root pruning equipment designed for that purpose or by hand digging a trench and pruning roots with a pruning saw, chain saw or other equipment designed for tree pruning. Root pruning by trenching equipment or excavation equipment is strictly prohibited. Roots located in the critical root zone that will be impacted by construction activities shall be pruned to a minimum depth of eighteen inches (18") below existing grade or to the depth of the proposed impact if less than eighteen inches (18") from existing grade. The City's Representative on Engineering Department projects for Root Pruning issues is the Senior Landscape Architect and can be reached at (727) 562-4747, or through the construction inspector assigned to the project. B. Root pruning shall only be performed by or under the direct supervision of an International Society of Arboriculture (ISA) certified arborist. C. Any proposed root pruning trenches shall be identified on site (i.e. staked or painted) inspected and approved by the City's representative prior to actual root pruning. SECTION IV Page 104 of 106 Updated 2/11/2016 SECTION IV — Technical Specifications D. Root pruning shall be performed as far in advance of other construction activities as is feasible, but at a minimum shall be performed prior to ANY impacts to the soil. Associated tree protection measures should be implemented upon completion of said root pruning. E. If there is a likelihood of excessive wind and/or rain exceptional care shall be taken on any root pruning activities. F. Root pruning shall be limited to a minimum of ten inches (10") per one inch (1") of the trunk diameter from the tree base. Any exception must be approved by the City's representative prior to said root pruning. G. Roots shall be cut cleanly, as far from the trunk of the tree as possible. Root pruning shall be done to a minimum depth of eighteen inches (18") from existing grade, or to the depth of the disturbance if less than eighteen inches (18"). H. Root pruning shall be performed using a root cutting machine specifically designed for this purpose. Alternate equipment or techniques must be approved by the City's representative, prior to any work adjacent to trees to be preserved. I. Root pruning shall be completed, inspected and accepted prior to the commencement of any excavation or other impacts to the critical root zones of trees to be protected. J. Excavations in an area where root are present shall not cause the tearing or ripping of tree roots. Roots must first be cleanly severed prior to continuing with the excavation, or tunneled around to prevent damage to the root. K. Tree roots shall not be exposed to drying out. Root ends shall be covered with native soil or burlap and kept moist until final backfill or final grades has been established. L. When deemed appropriate (e.g., during periods of drought) the City representative may require a temporary irrigation system be utilized in the remaining critical root zones of root pruned trees. M. When underground utility lines are to be installed within the critical root zone, the root pruning requirement may be waived if the lines are installed via tunneling or directional boring as opposed to open trenching. 910-3. PROPER TREE PRUNING A. All tree pruning and/or root pruning on existing trees to remain shall only be performed by or under the direct supervision of an International Society of Arboriculture (ISA) certified arborist. Furthermore, all tree work shall conform to the American National Standards Institute (ANSI) 2001, American National Standard for tree care operations — Tree, Shrub and other Woody Plant Maintenance — Standard practices (pruning) ANSI A-300. B. Proper pruning techniques for all lateral branches of protected trees are required. Flush cuts (pruning cuts that remove the branch collar) and stub cuts (cuts that leave a stub on the tree) are improper techniques. Any protected tree that has been improperly pruned will not be recognized as a tree left on the project in a healthy growing condition, and will require replacement consistent with the current City Code of Ordinances and Community Development Code. C. No protected tree shall have more than thirty percent (30%) of its foliage removed. SECTION IV Page 105 of 106 Updated 2/11/2016 SECTION IV — Technical Specifications D. No protected tree shall be topped, hat racked or lion -tailed. Any protected tree that has been improperly pruned will not be recognized as a tree left on the project in a healthy growing condition, and will require replacement consistent with the current City Code of Ordinances and Community Development Code. E. Tree Trunks and limbs shall be protected. The use of tree spikes or other devices that damage trunk and bark tissue on protected trees shall be prohibited. Any protected tree that has been damaged in such a manner will not be recognized as a tree left on the project in a healthy growing condition, and will require replacement consistent with the current City Code of Ordinances and Community Development Code. SECTION IV Page 106 of 106 Updated 2/11/2016 CLEARWATER MEMORIAL CAUSEWAY SUBAQUEOUS PIPELINES (Project No. 14 -0041 -UT) SECTION IVa Supplemental Technical Specifications Prepared for: BRIGHT AND BEAUTIFUL • BAY TO BEACH Prepared by: Kin 11 ENGINEERING ASSOCIATES, INC KING ENGINEERING ASSOCIATES, INC. 4921 MEMORIAL HIGHWAY ONE MEMORIAL CENTER, SUITE 300 TAMPA, FL 33634 September 2017 THIS PAGE INTENTIONALLY LEFT BLANK TABLE OF CONTENTS DIVISION 01 GENERAL REQUIREMENTS 01005 GENERAL REQUIREMENTS 01014 SUMMARY OF WORK 01015 CONTROL OF WORK 01030 SPECIAL PROJECT PROCEDURES 01040 COORDINATION 01050 FIELD ENGINEERING AND SURVEYING 01070 ABBREVATIONS AND SYMBOLS 01090 REFERENCE STANDARDS 01120 CONSTRUCTION SEQUENCE 01150 MEASUREMENT AND PAYMENT 01152 APPLICATIONS FOR PAYMENT 01153 CHANGE ORDER PROCEDURES 01200 MEETINGS AND CONFERENCES 01300 SUBMITTALS 01310 CONSTRUCTION SCHEDULES 01340 SHOP DRAWINGS, PRODUCT DATA, WORKING DRAWINGS AND SAMPLES 01370 SCHEDULE OF VALUES 01385 COLOR AUDIO -VIDEO CONSTRUCTION RECORDS 01410 TESTING AND TESTING LABORATORY SERVICES 01500 TEMPORARY FACILITIES 01505 MOBILIZATION 01510 TEMPORARY UTILITIES 01530 PROTECTION OF EXISTING FACILITIES 01540 SECURITY 01570 TRAFFIC REGULATION 01580 PROJECT IDENTIFICATION AND SIGNS 01600 MATERIAL AND EQUIPMENT 01640 QUALITY CONTROL 01670 SUBSTITUTIONS AND PRODUCT OPTIONS 01700 CONTRACT CLOSEOUT 01710 PROJECT CLEANING 01720 PROJECT RECORD DOCUMENTS 01730 OPERATING AND MAINTENANCE DATA 01740 WARRANTIES AND BONDS DIVISION 02 SITEWORK 02071 DIRECTIONAL BORING 02140 TEMPORARY DEWATERING 02221 EARTH EXCAVATION, BACKFILL AND GRADING FOR PIPES 02276 TEMPORARY EROSION AND SEDIMENTATION CONTROL 02335 FLOWABLE FILL 02485 SURFACE RESTORATION - iv - 02730 PRECAST CONCRETE STRUCTURES DIVISION 15 MECHANICAL 15066 HIGH DENSITY POLYETHYLENE (HPDE) PIPE 15100 VALVES AND APPURTENANCES -v- THIS PAGE INTENTIONALLY LEFT BLANK - vi - 1 SECTION 01005 2 3 GENERAL REQUIREMENTS 4 5 PART 1 — GENERAL 6 7 1.01 SCOPE OF WORK 8 9 A. Description 10 11 The Work to be completed consists of the furnishing of all labor, materials 12 and equipment, and the performance of all Work included in this Contract. 13 14 B. Work Included 15 16 The Contractor shall furnish all labor, superintendence, materials, plant, 17 power, light, heat, fuel, water, tools, appliances, equipment, supplies and 18 other means of construction necessary or proper for performing and 19 completing the Work. The Contractor shall perform and complete the Work 20 in the manner best calculated to promote rapid construction consistent with 21 safety of life and property and to the satisfaction of the Engineer, and in strict 22 accordance with the Contract Documents. The Contractor shall clean up the 23 Work and maintain it during and after construction, until accepted, and shall 24 do all Work and pay all costs incidental thereto. The Contractor shall repair 25 or restore all structures and property that may be damaged or disturbed 26 during performance of the Work. 27 28 The cost of incidental Work described in these General Requirements, for 29 which there are no specific Contract Items, shall be considered as part of the 30 general cost of doing the Work and shall be included in the prices for the 31 various Contract Items. No additional payment will be made therefore. 32 33 The Contractor shall provide and maintain such modern plant, tools, and 34 equipment as may be necessary, in the opinion of the Engineer, to perform in 35 a satisfactory and acceptable manner all the Work required by this Contract. 36 Only equipment of established reputation and proven efficiency shall be 37 used. The Contractor shall be solely responsible for the adequacy of his 38 workmanship, materials and equipment, prior approval of the Engineer 39 notwithstanding. 40 41 C. Public Utility Installation and Structures 42 43 Public utility installations and structures shall be understood to include all 44 poles, tracks, pipes, wires, conduits, house service connections, vaults, 45 manholes and all other appurtenances and facilities pertaining thereto 46 whether owned or controlled by the Owner, other governmental bodies or 47 privately owned by individuals, firms or corporations, used to serve the public GENERAL REQUIREMENTS 01005-1 01/22/16 1 with transportation, traffic control, gas, electricity, telephone, sewerage, 2 drainage, water or other public or private property which may be affected by 3 the Work shall be deemed included hereunder. 4 5 The Contractor shall protect all public utility installations and structures from 6 damage during the Work. Access across any buried public utility installation, 7 or structure, shall be made only in such locations and by means approved by 8 the Engineer. The Contractor shall so arrange his operations as to avoid any 9 damage to these facilities. All required protective devices and construction 10 shall be provided by the Contractor at his expense. All existing public utilities 11 damaged by the Contractor, which are shown on the Plans or have been 12 located in the field by the utility, shall be repaired by the Contractor, at his 13 expense, as directed by the Engineer. No separate payment shall be made 14 for such protection or repairs to public utility installations or structures. 15 16 Public utility installations or structures owned or controlled by the Owner or 17 other governmental body, which are shown on the Plans to be removed, 18 relocated, replaced or rebuilt by the Contractor, shall be considered as a part 19 of the general cost of doing the Work and shall be included in the prices bid 20 for the various contract items. No separate payment shall be made 21 therefore. 22 23 Where public utility installations or structures owned or controlled by the 24 Owner or other governmental body are encountered during the course of the 25 Work, and are not indicated on the Plans or in the Specifications, and when, 26 in the opinion of the Engineer, removal, relocation, replacement or rebuilding 27 is necessary to complete the Work under this Contract, such Work shall be 28 accomplished by the utility having jurisdiction, or such Work may be ordered, 29 in writing by the Engineer, for the Contractor to accomplish. If such Work is 30 accomplished by the utility having jurisdiction it will be carried out 31 expeditiously and the Contractor shall give full cooperation to permit the utility 32 to complete the removal, relocation, replacement or rebuilding as required. If 33 such Work is accomplished by the Contractor, it will be in accordance with 34 the General and Supplemental General Conditions. 35 36 All owners, governmental utility departments, and owners of public utilities 37 that may be affected by the Work will be informed in writing by the Engineer 38 within two weeks after the execution of the Contract or Contract covering the 39 Work. Such notice will set out, in general, and direct attention to, the 40 responsibilities of the Owner and other governmental utility departments and 41 other owners of public utilities for such installations and structures as may be 42 affected by the Work and will be accompanied by one set of Plans and 43 Specifications covering the Work under such Contract or Contracts. 44 45 In addition to the general notice given by the Engineer, the Contractor shall 46 give written notice to Owner and other governmental utility departments and 47 other owners of public utilities of the locations of proposed construction GENERAL REQUIREMENTS 01005-2 01/22/16 1 operations, at least forty-eight hours in advance of breaking ground in any 2 area or on any unit of the Work. 3 4 The maintenance, repair, removal, relocation or rebuilding of public utility 5 installations and structures, when accomplished by the Contractor as herein 6 provided, shall be done by methods approved by the Engineer. 7 8 The construction of underground utility lines and other structures shall be 9 done in accordance with the following standards: 10 11 1. No more than 400 lineal feet of trench shall be open at any one time; 12 13 2. Wherever consistent with safety and space consideration, excavated 14 material shall be cast to the uphill side of trenches. Trench material 15 shall not be cast into or onto the slope of any stream, channel, road 16 ditch or waterway. 17 18 1.02 DRAWINGS AND SPECIFICATIONS 19 20 A. Drawings 21 22 When obtaining data and information from the Construction Drawings, figures 23 shall be used in preference to scaled dimensions, and large scale drawings 24 in preference to small scale drawings. 25 26 B. Copies Furnished to Contractor 27 28 After the Agreement has been executed, the Contractor will be furnished 29 copies of Contract Documents in accordance with the General Conditions. 30 31 The Contractor shall furnish each of the subcontractors, manufacturers, and 32 suppliers such copies of the Contract Documents as may be required for their 33 Work. Additional copies of the Drawings and Specifications, when 34 requested, may be furnished to the Contractor at cost of reproduction. 35 36 C. Supplementary Drawings 37 38 When, in the opinion of the Engineer, it becomes necessary to explain more 39 fully the Work to be done or to illustrate the Work further or to show any 40 changes which may be required, Drawings known as Supplementary 41 Drawings, with Specifications pertaining thereto, will be prepared by the 42 Engineer and up to five paper prints thereof will be given to the Contractor 43 and two copies to the Owner. 44 45 D. Contractor to Check Drawings and Data 46 GENERAL REQUIREMENTS 01005-3 01/22/16 1 The Contractor shall verify all dimensions, quantities and details shown on 2 the Shop Drawings, Construction Drawings, Supplementary Drawings, 3 Schedules, Specifications or other data received from the Engineer and shall 4 notify the Engineer of any errors, omissions, conflicts and discrepancies 5 found therein. The Contractor shall submit to the Engineer a Request for 6 Information (RFI), consecutively numbered, detailing all errors, omissions, 7 conflicts and discrepancies. Engineer will promptly provide a response to all 8 RFIs submitted by the Contractor. Contractor shall not take advantage of 9 any errors or omissions, as full instructions will be furnished by the Engineer, 10 should such errors or omissions be discovered. 11 12 E. Technical Specifications 13 14 The Technical Specifications consist of three parts: General, Products and 15 Execution. The General Section contains General Requirements that govern 16 the Work. Products and Execution modify and supplement these by detailed 17 requirements for the Work and shall always govern whenever there appears 18 to be an inconsistency. 19 20 F. Intent 21 22 All Work called for in the Specifications applicable to this Contract, but not 23 shown on the Construction Drawings in their present form, or vice verse, 24 shall be of like effect as if shown or mentioned in both. Work not specified in 25 either the Construction Drawings or in the Specifications, but involved in 26 carrying out their intent or in the complete and proper execution of the Work, 27 is required and shall be performed by the Contractor as though it were 28 specifically delineated or described. 29 30 The apparent silence of the Specifications as to any detail, or the apparent 31 omission from them of a detailed description concerning any Work to be done 32 and materials to be furnished, shall be regarded as meaning that only the 33 best general practice is to prevail and that only material and workmanship of 34 the best quality is to be used, and interpretation of these Specifications shall 35 be made upon that basis. 36 37 The inclusion of the Related Requirements (or Work specified elsewhere) in 38 the General part of the specifications is only for the convenience of the 39 Contractor, and shall not be interpreted as a complete list of related 40 Specification Sections. 41 42 1.03 MATERIALS AND EQUIPMENT 43 44 A. Manufacturer (Suppliers) 45 46 The names of proposed manufacturers, suppliers and dealers who are to 47 furnish materials, fixtures, equipment, appliances or other fittings shall be GENERAL REQUIREMENTS 01005-4 01/22/16 1 1 1 1 submitted to the Engineer for approval. Such approval must be obtained 2 before shop drawings will be checked. No manufacturer will be approved for 3 any materials to be furnished under this Contract unless the Contractor shall 4 be of good reputation and have a plant of ample capacity. The Contractor 5 shall, upon the request of the Engineer, be required to submit evidence that 6 The Contractor has manufactured a similar product to the one specified and 7 that it has been previously used for a like purpose for a sufficient length of 8 time to demonstrate its satisfactory performance. All transactions with the 9 manufacturers or subcontractors shall be through the Contractor, unless the 10 Contractor shall request in writing to the Engineer, that the manufacturer or 11 subcontractor deal directly with the Engineer. Any such transactions shall 12 not in any way release the Contractor from his full responsibility under this 13 Contract. 1 15 Any two or more pieces of material or equipment of the same kind, type or 16 classification, and being used for identical types of service, shall be made by 17 the same manufacturer. 18 19 B. Delivery 20 21 The Contractor shall coordinate delivery of materials in ample quantities to 22 prevent delays. The Contractor shall insure the most speedy and 23 uninterrupted progress of the Work so as to complete the Work within the 24 allotted Contract Time. The Contractor shall also coordinate deliveries in 25 order to avoid delay in, or impediment of, the progress of the Work of any 26 related Contractor. 27 28 C. Tools and Accessories 29 30 The Contractor shall, unless otherwise stated in the Contract Documents, 31 furnish with each type, kind or size of equipment, one complete set of 32 suitably marked, high grade, special tools and/or appliances needed to 33 adjust, operate, maintain or repair the equipment. Such tools and appliances 34 shall be furnished in approved painted steel cases, properly labeled and 35 equipped with cylinder locks and duplicate keys. 36 37 Spare parts shall be furnished as specified herein and shall comply with one 38 of the following requirements: ' 3 40 Each piece of equipment shall be provided with a substantial nameplate, 41 securely fastened in place and clearly inscribed with the manufacturer's 42 name, year of manufacture, serial number, weight and principal rating data. 43 44 1. Those spare parts not available to the Owner within 24 -hours. 45 46 2. Those spare parts identified by the supplier as critical. 47 GENERAL REQUIREMENTS 01005-5 01/22/16 1 3. Those spare parts so specified. 2 3 D. Installation of Equipment 4 5 1. The Contractor shall have on hand sufficient proper equipment and 6 machinery of ample capacity to facilitate the Work and to handle all 7 emergencies normally encountered in Work of this character. 8 9 2. Equipment shall be erected in a neat and workmanlike manner on the 10 foundations at the locations and elevations shown on the Construction 11 Drawings, unless directed otherwise by the Engineer during 12 installation. All equipment shall be correctly aligned, leveled and 13 adjusted for satisfactory operation and shall be installed so that proper 14 and necessary connections can be made readily between the various 15 units. 16 17 3. The Contractor shall furnish, install and protect all necessary anchor 18 and attachment bolts and all other appurtenances needed for the 19 installation of the devices included in the equipment specified. Anchor 20 bolts shall be as approved by the Engineer and made of ample size 21 and strength for the purpose intended. Substantial templates and 22 working drawings for installation shall be furnished by the Contractor. 23 24 4. The Contractor shall, at his own expense, furnish all materials and 25 labor for, and shall properly bed in non -shrink grout, each piece of 26 equipment on its supporting base that rests on masonry foundations. 27 Grout shall completely fill the space between the equipment base and 28 the foundation. All metal surfaces coming in contact with concrete or 29 grout shall receive a coat of coal tar epoxy equal to Kop-Coat 300M, 30 or material/paint as directed by the Engineer. 31 32 E. Services of Manufacturer's Representative 33 34 1. The prices for equipment shall include the cost of furnishing a 35 competent and experienced, factory -trained engineer or 36 superintendent who shall represent the manufacturer and shall assist 37 the Contractor, when required, to install, adjust, test and place in 38 operation the equipment in conformity with the Contract Documents. 39 After the equipment is placed in permanent operation by the Owner, 40 such engineer or superintendent shall make all adjustments and tests 41 required by the Engineer to prove that such equipment is proper and 42 in satisfactory operating condition, and shall instruct such personnel 43 as may be designated by the Owner in the proper operation and 44 maintenance of such equipment. 45 46 2. In addition, the Contractor shall have the manufacturer's 47 representative execute a written Certification of Proper Installation 1 1 GENERAL REQUIREMENTS 01005-6 01/22/16 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 indicating that the Contractor has installed the equipment in 2 accordance with the manufacturer's recommendations. No equipment 3 will be accepted without this Certification of Proper Installation. 4 5 1.04 INSPECTION AND TESTING 6 7 A. General 8 9 For tests specified to be made by the Contractor, the testing personnel shall 10 make the necessary inspections and tests and the reports thereof shall be in 11 such form as will facilitate checking to determine compliance with the 12 Contract Documents. Five copies of the reports shall be submitted and 13 certification thereof must be furnished to the Engineer as a prerequisite for 14 the acceptance of any material or equipment. 15 16 If, in the making of any test of any material or equipment, it is ascertained by 17 the Engineer that the material or equipment does not comply with the 18 Contract, the Contractor will be notified thereof and The Contractor will be 19 directed to refrain from delivering said material or equipment, or to remove it 20 promptly from the site or from the Work and replace it with acceptable 21 material, without cost to the Owner. 22 23 Tests of electrical and mechanical equipment and appliances shall be 24 conducted in accordance with recognized test codes of the ANSI, ASME, or 25 the IEEE, except as may otherwise be stated herein. 26 27 The Contractor shall be fully responsible for the proper operation of 28 equipment during tests and instruction periods and shall neither have nor 29 make any claim for damage that may occur to equipment prior to the time 30 when the Owner formally takes over the operation thereof. 31 32 B. Costs 33 34 All testing furnished under this Contract shall be performed by the Contractor 35 or inspection bureaus without cost to the Owner, unless otherwise expressly 36 specified. 37 38 The cost of shop and field tests of equipment and of certain other tests 39 specifically called for in the Contract Documents shall be borne by the 40 Contractor and such costs shall be deemed to be included in the Contract 41 price. 42 43 Materials and equipment submitted by the Contractor as equivalent to those 44 specified may be tested by the Owner for compliance with the specifications. 45 The Contractor shall reimburse the Owner for the expenditures incurred in 46 making such tests on materials and equipment that are rejected for non - 47 compliance. ' GENERAL REQUIREMENTS 01005-7 01/22/16 1 1 2 C. Inspection of Materials 3 4 The Contractor shall give notice in writing to the Engineer sufficiently in 5 advance of his intention to commence the manufacture or preparation of 6 materials especially manufactured or prepared for use in or as part of the 7 permanent construction. Such notice shall contain a request for inspection, 8 the date of commencement and the expected date of completion of the 9 manufacture or preparation of materials. Upon receipt of such notice, the 10 Engineer will arrange to have a representative present at such times during 11 the manufacture as maybe necessary to inspect the materials or he will notify 12 the Contractor that the inspection will be made at a point other than the point 13 of manufacture, or he will notify the Contractor that inspection will be waived. 14 The Contractor must comply with these provisions before shipping any 15 material. Such inspection shall not release the Contractor from the 16 responsibility for furnishing materials meeting the requirements of the 17 Contract Documents. 18 19 D. Certificate of Manufacture 20 21 When inspection is waived or when the Engineer so requires, the Contractor 22 shall furnish to him authoritative evidence in the form of Certificates of 23 Manufacture that the materials to be used in the Work have been 24 manufactured and tested in conformity with the Contract Documents. These 25 certificates shall be notarized and shall include copies of the results of 26 physical tests and chemical analyses, where necessary, that have been 27 made directly on the product or on similar products of the manufacturer. 28 29 E. Shop Tests of Operating Equipment 30 31 Each piece of equipment for which pressure, duty, capacity, rating, efficiency, 32 performance, function or special requirements are specified shall be tested in 33 the shop of the maker in a manner that shall conclusively prove that its 34 characteristics comply fully with the requirements of the Contract Documents. 35 No such equipment shall be shipped to the Work until the Engineer notifies 36 the Contractor, in writing, that the results of such tests are acceptable. 37 38 Five copies of the manufacturers' actual test data and interpreted results 39 thereof, accompanied by a certificate of authenticity sworn to by a 40 responsible official of the manufacturing company, will be forwarded to the 41 Engineer for approval. 42 43 The cost of shop tests and of furnishing manufacturer's preliminary and shop 44 test data of operating equipment shall be borne by the Contractor. 45 46 GENERAL REQUIREMENTS 01005-8 01/22/16 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 F. Preliminary Field Tests 2 3 As soon as conditions permit, the Contractor shall furnish all labor, materials, 4 and instruments and shall make preliminary field tests of equipment. If the 5 preliminary field tests indicate that any equipment furnished under this 6 Contract does not comply with the requirements of the Contract Documents, 7 the Contractor shall, prior to the acceptance tests, make all changes, 8 adjustments and replacement required. The Contractor shall assist in the 9 preliminary field tests as applicable. 10 11 G. Final Field Tests 12 13 Upon completion of the Work and prior to final payment, all equipment and 14 piping installed under this Contract shall be subjected to acceptance tests as 15 specified or required to prove compliance with the Contract Documents. 16 17 The Contractor shall furnish labor, fuel, energy, water and all other materials, 18 equipment and instruments necessary for all acceptance tests, at no 19 additional cost to the Owner. The Supplier shall assist in the final field tests 20 as applicable. 21 22 H. Failure of Tests 23 24 Any defects in the materials and equipment or their failure to meet the tests, 25 guarantee or requirements of the Contract Documents shall be promptly 26 corrected by the Contractor, by replacement or otherwise as directed by the 27 Engineer. The decision of the Engineer as to whether or not the Contractor 28 has fulfilled his obligations under the Contract will be final and conclusive. If 29 the Contractor fails to make these corrections, or if the improved materials 30 and equipment, when tested, shall again fail to meet the guarantees or 31 specified requirements, the Owner, notwithstanding its partial payment for 32 Work, and materials and equipment, may reject the materials and equipment 33 and may order the Contractor to remove them from the site at his own 34 expense. 35 36 I. Final lnspection 37 38 During such final inspections, the Work shall be clean and free from water. 39 In no case will the final estimate be prepared until the Contractor has 40 complied with all requirements set forth and the Engineer has made his final 41 inspection of the entire Work and is satisfied that the entire Work is properly 42 and satisfactorily constructed in accordance with the requirements of the 43 Contract Documents. 44 45 GENERAL REQUIREMENTS 01005-9 01/22/16 1 1.05 TEMPORARY STRUCTURES 2 3 A. Temporary Fences 4 5 If, during the course of the Work, it is necessary to remove or disturb any 6 fence or part thereof, or for the protection of livestock, the Contractor shall, at 7 his own expense, if so ordered by the Engineer, provide a suitable temporary 8 fence, which shall be maintained until the permanent fence is replaced or the 9 fence is not needed. The Engineer will be solely responsible for the 10 determination of the necessity for providing a temporary fence and the type 11 of temporary fence to be used. 12 13 B. Temporary Driveways 14 15 The Contractor shall furnish, install and maintain at its own expense all 16 temporary driveways and access roads required to provide access to the 17 Work and through the site of the Work, to maintain existing operations, and to 18 allow construction of other projects in the area. The Contractor shall fully 19 cooperate with the Engineer in providing this access. 20 21 1.06 TEMPORARY SERVICES 22 23 A. First Aid 24 25 The Contractor shall keep upon the site, at each location where Work is in 26 progress, a completely equipped first aid kit and shall provide ready access 27 thereto at all times when people are employed on the Work. 28 29 1.07 LINES AND GRADE 30 31 A. Grade 32 33 All Work under this Contract shall be constructed in accordance with the lines 34 and grades shown on the Construction Drawings, or as given by the 35 Engineer. The full responsibility for keeping alignment and grade rests upon 36 the Contractor. 37 38 The Contractor, prior to commencing construction, shall establish bench 39 marks and base line controlling points. The Contractor shall so place 40 excavation and other materials as to cause no inconvenience in the use of 41 the reference marks provided. The Contractor shall remove any obstructions 42 placed by him contrary to this provision. 43 44 GENERAL REQUIREMENTS 01005-10 01/22/16 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 B. Surveys 2 3 The Contractor shall furnish and maintain, at his own expense, stakes and 4 other such materials to establish all working or construction lines and grades, 5 as required, and shall be solely responsible for the accuracy thereof. 6 7 All surveying shall be performed in accordance with Specification 01050. 8 9 C. Safeguarding Marks 10 11 The Contractor shall safeguard all points, stakes, grade marks, monuments 12 and bench marks made or established on the Work, bear the cost of re - 13 establishing them if disturbed, and bear the entire expense of rectifying Work 14 improperly installed due to not maintaining or protecting or to removing 15 without authorization such established points, stakes and marks. 16 17 The Contractor shall safeguard all existing and known property corners, 18 monuments and marks adjacent to but not related to the Work and, if 19 required, shall bear the cost of re-establishing them if disturbed or destroyed. 20 21 1.08 ADJACENT STRUCTURES AND LANDSCAPING 22 23 A. The Contractor shall be entirely responsible and liable for all damage or 24 injury as a result of his operations to all other adjacent public and private 25 property, structures of any kind and appurtenances thereto met with during 26 the progress of the Work. The cost of protection, replacement in their original 27 locations and conditions or payment of damages for injuries to such adjacent 28 public and private property and structures affected by the Work, whether or 29 not shown on the Construction Drawings or specified shall be included in the 30 various Contract Items and no separate payments will be made therefore. 31 Where such public and private property structures of any kind and 32 appurtenances thereto are not shown on the Construction Drawings and in 33 the opinion of the Engineer are damaged and required to be removed in 34 order to avoid interference with the Work, payment therefore will be made as 35 provided for in the General Conditions. 36 37 Contractor is expressly advised that the protection of buildings, structures, 38 tunnels, tanks, pipelines, etc., adjacent to and in the vicinity of his operations, 39 wherever they may be, is solely his responsibility. Conditional inspection of 40 buildings or structures in the immediate vicinity of the project, which may 41 reasonably be expected to be affected by the Work, shall be performed by, 42 and be the responsibility of, the Contractor. 43 44 Contractor shall, before starting operations, make an examination of the 45 interior and exterior of the adjacent structures, buildings, pipelines, facilities, 46 etc., and record by noting, measurements, photographs, etc., any conditions 47 that might be aggravated by open excavation and construction. Repairs or ' GENERAL REQUIREMENTS 01005-11 01/22/16 1 1 replacement of all conditions disturbed by the construction shall be made to 2 the satisfaction of the Owner and to the satisfaction of the Engineer. This 3 does not preclude conforming to the requirements of the insurance 4 underwriters. Copies of surveys, photographs, reports, etc., shall be given to 5 the Engineer. 6 7 B. Protection of Trees 8 9 1. Unless indicated to be removed, the Contractor shall adequately 10 protect all trees and shrubs with boxes or otherwise in accordance 11 with ordinances governing the protection of trees. No excavated 12 materials shall be placed so as to injure such trees or shrubs. Trees 13 or shrubs destroyed through negligence of the Contractor or his 14 employees shall be replaced with new stock of similar size and age, in 15 the proper season and at the sole expense of the Contractor. 16 17 2. Beneath trees or other surface structures, where possible, pipelines 18 may be built in short tunnels, backfilled with excavated materials, 19 except as otherwise specified, or the trees or structures carefully 20 supported and protected from damage. 21 22 3. The Owner may order the Contractor, for the convenience of the 23 Owner, to remove trees along the line or trench excavation. If so 24 ordered, the Owner will obtain any permits required for removal of 25 trees. 26 27 4. Requirements for Root Pruning shall be as described in the City 28 Standard Technical Specification Section IV — 62. 29 30 C. Lawn Areas 31 32 Lawn areas shall be left in as good condition as before the starting of the 33 Work. Where sod is to be removed, it shall be restored with new sod. The 34 specific attention of the Contractor is directed to the requirements of those 35 right-of-way use permits that require sod to be installed in lieu of grassing. 36 37 The cost of all labor, materials and equipment required for the replacement or 38 repair of any lawn area shall be included in the appropriate bid items and no 39 additional payment will be made therefore. 40 41 D. Restoration of Fences 42 43 Any fence, or part thereof, that is damaged or removed during the course of 44 the Work shall be replaced or repaired by the Contractor and shall be left in 45 as good a condition as before the starting of the Work. The manner in which 46 the fence is repaired or replaced, and the materials used in such Work, shall 47 be subject to the approval of the Engineer. The cost of all labor, materials GENERAL REQUIREMENTS 01005-12 01/22/16 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 and equipment required for the replacement or repair of any fence shall be 2 included in the appropriate Contract Item or items and no additional payment 3 will be made therefore. 4 5 6 1.09 PROTECTION OF WORK AND PUBLIC 7 8 A. Fire Conditions 9 10 The Contractor shall notify the City of Clearwater Fire Marshall of all 11 "Maintenance of Traffic" (MOT) changes. All road/lane closures, road/lane 12 narrowing and/or detours must be forwarded to the Fire Marshall 24 hours in 13 advance, and must include specific detour instructions and the duration of 14 closure. 15 16 B. Barriers and Lights 17 18 During the prosecution of the Work, the Contractor shall put up and maintain 19 at all times such barriers and lights as will effectively prevent accidents. The 20 Contractor shall provide suitable barricades, red lights, "danger" or "caution" 21 or "street closed" signs and watchmen at all places where the Work causes 22 obstructions to the normal traffic or constitutes in any way a hazard to the 23 public. 24 25 C. Smoke Prevention 26 27 The Contractor shall use hard coal, coke, oil or gas as fuel for equipment 28 generating steam. A strict compliance with ordinances regulating the 29 production of emission of smoke will be required. No open fires will be 30 permitted. 31 32 D. Noise 33 34 The Contractor shall at all times minimize noise to the greatest extent 35 practicable. Air compressing plants shall be equipped with silencers and the 36 exhaust of all gasoline motors or other power equipment shall be provided 37 with mufflers. In the vicinity of hospitals and schools, special care shall be 38 used to avoid noise or other nuisances. The Contractor shall strictly observe 39 all local regulations and ordinances covering noise control. 40 41 Except in the event of an emergency, no Work shall be done between the 42 hours of 7:00 P.M. and 7:00 A.M., holidays, or on Sundays. If the proper and 43 efficient prosecution of the Work requires operations during the night, the 44 written permission of the Engineer will be obtained before starting such items 45 of the Work. 46 47 GENERAL REQUIREMENTS 01005-13 01/22/16 1 E. Access to Public Services 2 3 Neither the materials excavated nor the materials or plant used in the 4 construction of the Work shall be so placed as to prevent free access to all 5 fire hydrants, valves or manholes. 6 7 F. Dust Prevention 8 9 The Contractor shall prevent dust nuisance from his operations or from traffic 10 by keeping the roads and/or construction areas sprinkled with water at all 11 times. The Contractor shall be solely responsible for securing a source of 12 reclaimed, potable or other source of water for dust prevention and control. 13 14 1.10 CUTTING AND PATCHING 15 16 A. The Contractor shall do all cutting, fitting or patching of the Work that may be 17 required to make the several parts thereof join and coordinate in a manner 18 satisfactory to the Engineer and in accordance with the Construction 19 Drawings and Specifications. The Work shall be performed by competent 20 workmen skilled in the trade required by the restoration. 21 22 1.11 CLEANING 23 24 A. At all times during the construction of the Work, the Contractor shall keep the 25 site of the Work and adjacent premises as free from material, debris and 26 rubbish as is practicable and shall remove the same from any portion of the 27 site if, in the opinion of the Engineer, such material, debris, or rubbish 28 constitutes a nuisance or is objectionable. 29 30 The Contractor shall remove from the site all of his surplus materials and 31 temporary structures when no further need therefore develops. 32 33 B. Final Clearing 34 35 At the conclusion of the Work, all erection plant, tools, temporary structures 36 and materials belonging to the Contractor shall be promptly taken away, and 37 the Contractor shall remove and promptly dispose of all water, dirt, rubbish or 38 any other foreign substances. 39 40 The Contractor shall thoroughly clean all equipment and materials installed 41 by him and shall deliver such materials and equipment undamaged in a 42 bright, clean, polished and new operating condition. 43 44 1.12 MISCELLANEOUS 45 46 A. Protection Against Siltation and Bank Erosion 47 GENERAL REQUIREMENTS 01005-14 01/22/16 1 1 1 1 1 1 1 1 1 1 1 1 1 1. The Contractor shall arrange his operations to minimize siltation and 2 bank erosion on construction sites and on existing or proposed water 3 courses, drainage ditches, wetlands and other areas of concern. 4 5 2. The Contractor, at his own expense, shall remove any siltation 6 deposits and correct any erosion problems as directed by the 7 Engineer that results from his construction operations. 8 9 3. The Contractor shall be solely responsible for any fines resulting from 10 sedimentation in any environmentally protected areas. 11 12 B. Protection of Wetland Areas 13 14 The Contractor shall properly dispose of all surplus material, including soil, in 15 accordance with Local, State and Federal regulations and the permits issued 16 for this project. Under no circumstances shall surplus material be disposed 17 of in wetland areas as defined by the Florida Department of Environmental 18 Protection, Southwest Florida Water Management District, U.S. Army Corps 19 of Engineers, etc. 20 21 C. Existing Facilities 22 23 The Work shall be so conducted to maintain existing facilities in operation 24 insofar as is possible. Requirements and schedules of operations for 25 maintaining existing facilities in service during construction shall be as 26 described in these Specifications. 27 28 D. _ Use of Chemicals 29 30 All chemicals used during project construction or furnished for project 31 operation, whether herbicide, pesticide, disinfectant, polymer, reactant, or of 32 other classification, must show approval of either EPA or USDA. Use of all 33 such chemicals and disposal of residues shall be in strict conformance with 34 manufacturers' instructions. 35 36 E. Tree Removal 37 38 The Contractor shall be required to notify the Engineer forty-eight (48) hours 39 in advance of any removal of trees on the project. No clearing shall occur 40 and no earth moving equipment shall be placed on-site until after the notice 41 has been issued. The Contractor shall provide maintenance of the tree 42 barricades and other preventive measures to protect the trees that are to 43 remain. The Contractor shall conform to all local ordinances, rules and 44 regulations in the removal of any trees from the site of the Work. 45 46 GENERAL REQUIREMENTS 01005-15 01/22/16 1 F. Storm Sewer Systems 2 3 The Contractor shall be entirely responsible for the satisfactory installation of 4 storm sewer systems in conformance to the approved Construction and Shop 5 Drawings. It is strongly recommended that no roadway base or paving be 6 constructed until the Contractor has performed Tamping of these lines to the 7 Engineer's satisfaction, and all storm sewer invert grades are verified in the 8 field. The tamping of lines and verification of elevations in no way absolves 9 the Contractor from any contractual obligations. 10 11 G. Related Permits 12 13 The Contractor recognizes that the Engineer has applied for, and may have 14 received, certain permits pertaining to the Work. At the sole discretion of the 15 Engineer, the Engineer may assign said permits to the Contractor and the 16 Contractor shall accept said assignments upon such request from the 17 Engineer. 18 19 H. All Work in the vicinity of open waters, wetlands or any jurisdictional area is 20 to be performed in strict accordance with the environmental permits and their 21 conditions. Erosion barriers, when shown on the construction Drawings, are 22 the minimum required. If the Contractor's construction methods require that 23 additional erosion control is necessary to satisfy these permits, such controls 24 shall be supplied, installed and maintained throughout the construction 25 process by the Contractor at no additional cost to the Owner. 26 27 It is the sole responsibility of the Contractor to submit, in a timely manner, 28 any information, data, etc. which is required as a condition of a permit. 29 Required information, data, etc. shall be submitted directly to the permitting 30 agency by the Contractor with copies to the Permittee (or Owner) and the 31 Engineer. The Contractor shall be responsible for any fine(s) or other 32 action(s) resulting from his violation of permit conditions. 33 34 1.13 RESTORATION OF PROPERTY 35 36 A. Responsibility. All damage resulting from construction on existing structures, 37 wetland areas, roadway pavement, driveways, other paved areas, fences, 38 utilities, traffic control devices and any other obstruction not specifically 39 named herein, shall be repaired, restored or replaced by the Contractor 40 unless otherwise specified. 41 42 B. Temporary Repairs. At a minimum, all damage described in Paragraph A 43 above shall be temporarily repaired, restored or replaced immediately 44 following damage thereto. Temporary restoration shall mean putting the 45 affected area back into a safe, usable condition. In no case shall trenches 46 remain open over night within a street right-of-way unless the municipality's 47 traffic control division grants specific approval. GENERAL REQUIREMENTS 01005-16 01/22/16 1 2 C. Permanent Repairs. All damage shall be permanently repaired, restored, or 3 replaced not later than the 30th calendar day following the completion of 4 construction at that location unless otherwise stipulated. Permanent repairs 5 shall be accomplished in a professional workmanship -like manner in 6 accordance with Specifications contained herein, or contract documents, if 7 addressed. The Contractor may be relieved of the 30 -day time limit above 8 only by specific written agreement with the Engineer. 9 10 D. Owner Retribution. In the event that the Contractor fails to make permanent 11 repairs within the time specified, the Owner, at its option, will cause the 12 repair, restoration, or replacement of the affected area to be accomplished 13 using its own resources or by contract with others. The costs of such Work 14 will be deducted from any other monies owed the Contractor. 15 16 PART 2 — PRODUCTS 17 (Not Used) 18 19 PART 3 — EXECUTION 20 (Not Used) 21 22 23 END OF SECTION 24 GENERAL REQUIREMENTS 01005-17 01/22/16 1 THIS PAGE INTENTIONALLY LEFT BLANK GENERAL REQUIREMENTS 01005-18 01/22/16 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 SECTION 01014 2 3 SUMMARY OF WORK 4 5 PART 1 — GENERAL 6 7 1.01 LOCATION OF WORK 8 9 A. All Work of this Contract is located in rights-of-way, easements, or on 10 property owned by the Owner, local governments or regulatory agencies. 11 12 1.02 SCOPE OF WORK 13 14 A. The Contractor shall furnish all labor, materials, equipment, tools, services 15 and incidentals to complete all work required by Contract Documents. 16 17 B. The Contractor shall perform all work complete, in place and ready for 18 continuous service, and shall include repairs, testing, permits, clean up, 19 replacements and restoration required as a result of damages caused during 20 construction. 21 22 C. All materials, equipment, skills, tools and labor which is reasonably and 23 properly inferable and necessary for the proper completion of the work in a 24 substantial manner and in compliance with the requirements stated or implied 25 by the Contract Documents shall be furnished and installed by the Contractor 26 without additional compensation, whether specifically indicated in the 27 Contract Documents or not. 28 29 D. The Contractor shall comply with all local, State, Federal, and other codes 30 that are applicable to the proposed construction work. 31 32 1.03 GENERAL DESCRIPTION OF WORK TO BE PERFORMED 33 34 A. The scope of work for the installation of the replacement force main includes 35 in general the following: 36 37 1. Installation of the new force main 38 2. Connection to the existing force mains; 39 3. Abandonment of the existing force main; 40 4. Keep existing force mains and service lines in operation during 41 construction; 42 5. Maintaining existing pedestrian traffic during construction; 43 6. Pressure testing of force mains; 44 7. Obtaining FDEP clearance for the new force main; SUMMARY OF WORK 01014-1 01/22/16 1 8. Restoration of private and public property including landscape, 2 driveways and other miscellaneous restoration; 3 9. Milling and resurfacing of asphalt; 4 10. Restoration of concrete curbs, sidewalks, and miscellaneous site 5 restoration. 6 7 B. The scope of work for the installation of the water main includes in general 8 the following: 9 10 1. Installation of new water main; 11 2. Connection to the existing water main; 12 3. Keep existing water mains and service lines in operation during 13 construction; 14 4. Maintaining existing pedestrian traffic during construction; 15 5. Pressure testing of water mains; 16 6. Chlorination and Bacteriological testing of the water mains; 17 7. Obtaining FDEP clearance for the new water main; 18 8. Restoration of public property including landscape, driveways and 19 other miscellaneous restoration; 20 21 1.04 CONSTRUCTION ACTIVITIES 22 23 A. General 24 25 1. The Contractor shall obtain from the Owner all water required for 26 flushing, cleaning and testing purposes. The Contractor shall pay the 27 Owner for all water used during construction for flushing, testing and 28 cleaning purposes. 29 30 2. Upon successful completion of construction of each new component 31 and pre -operational testing of these facilities, the Contractor shall 32 conduct testing as required by the Contract Documents. 33 34 3. Contractor shall provide Engineer a minimum of 14 -calendar days 35 advance written notice of any requested change in utilities operations, 36 bypass requirements or connections to existing facilities, and shall 37 obtain the Engineer's written approval before scheduling this work. 38 39 4. All connections to existing force mains or water mains shall be 40 scheduled with the Owner and Engineer a minimum of (14) days in 41 advance of actual construction activities. , 42 43 5. All work within local governments', FDOT, and Pinellas County rights - 44 of -way shall comply with all applicable State and local requirements SUMMARY OF WORK 01014-2 01/22/16 1 and regulations. These include, but are not limited to traffic control, 2 drainage and runoff control, signage, flagging, restoration, etc. 3 4 6. No overtime costs shall be incurred by the Owner due to scheduled 5 nighttime construction activities. The Contractor shall incorporate 6 these activities into its normal operating schedule. 7 8 PART 2 — PRODUCTS 9 (NOT USED) 10 11 PART 3 — EXECUTION 12 (NOT USED) 13 14 15 END OF SECTION 16 SUMMARY OF WORK 01014-3 01/22/16 1 THIS PAGE INTENTIONALLY LEFT BLANK SUMMARY OF WORK 01014-4 01/22/16 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 SECTION 01015 2 3 CONTROL OF WORK 4 5 PART 1 — GENERAL 6 7 1.01 WORK PROGRESS 8 9 The Contractor shall provide equipment that is efficient, appropriate and large 10 enough to secure a satisfactory quality of work at a rate of progress that insures the 11 completion of the Work within the Contract Times established in the Contract. If, at 12 any time, such facilities appear to the Engineer to be inefficient, inappropriate, or 13 insufficient for securing the quality of work required or for producing the rate of 14 progress aforesaid, Engineer may order the Contractor to increase the facilities 15 equipment, and the Contractor shall conform to such order. Failure of the Engineer 16 to give such order shall in no way relieve the Contractor of his obligations to secure 17 the quality of the work and rate of progress required. Such direction provided to the 18 Contractor shall not be construed as accelerating the Work. 19 20 1.02 PRIVATE LAND 21 22 The Contractor shall not enter or occupy private land outside of designated 23 easements, except by written permission of the land Owner. 24 25 1.03 WORK LOCATIONS 26 27 Work shall be located as indicated on the Drawings, but the Engineer reserves the 28 right to make such modifications in locations as may be found desirable to avoid 29 interference with existing structures or for other reasons. Where fittings are noted 30 on the Drawings, such notation is for the Contractor's convenience and does not 31 relieve him from laying and jointing different or additional items where required. 32 33 1.04 OPEN EXCAVATIONS 34 35 A. All open excavations shall be adequately safeguarded by providing temporary 36 barricades, caution signs, lights and other means to prevent accidents to 37 persons and/or damage to property. The Contractor shall, at his own expense, 38 provide suitable and safe bridges and other crossings for accommodating travel 39 for Owner's personnel, pedestrians and workmen. Bridges provided for access 40 to private property during construction shall be provided, and then removed 41 when no longer required. The length of open trench will be controlled by the 42 particular surrounding conditions, but shall always be confined to limits that 43 minimize interference with plant operating personnel and does not endanger 44 existing facilities. If prosecution of the Work becomes hazardous, or if it 45 excessively restricts traffic, construction procedures shall be modified or 46 alternative construction procedures shall be implemented, such as limiting the CONTROL OF WORK 01015-1 01/17/17 1 length of open trench, prohibiting stacking excavated material in the street, 2 and/or requiring that the trench not remain open overnight. 3 4 B. The contractor's methods of work will be consistent with the standard practices 5 and requirements of all appropriate Safety Regulatory Agencies, particularly the 6 Occupational Safety and Health Administration (OSHA) requirements for 7 excavation. Unless otherwise specifically stated in these plans and 8 specifications, the methods of safety control and compliance with regulatory 9 agency safety requirements are the full and complete responsibility of the 10 Contractor. 11 12 C. The Contractor shall take precautions to prevent injury to the public due to open 13 trenches. All trenches, excavated material, equipment, of other obstacles that 14 could be dangerous to the public shall be well -lighted at night. 15 16 D. No more than 400 lineal feet of trench shall be open at any one time and no 17 open trenches overnight or during weekends, holidays, etc.... 18 19 1.05 TEST PITS 20 21 A. The Contractor shall excavate test pits for the purpose of locating underground 22 pipeline or structures in advance of construction. Such pits shall be excavated, 23 protected and backfilled by the Contractor so as not to create a hazardous area. 24 Test pits shall be backfilled immediately after their purpose has been satisfied 25 and the surface restored and maintained in a manner satisfactory to the 26 Engineer. 27 28 1.06 MAINTENANCE OF TRAFFIC 29 30 A. All work in rights -of way shall be performed in accordance with the approved 31 Right -of -Way Use Permit from the governing Local Authority or, in the absence 32 of such Permit(s), in accordance with FDOT Standard Section 102. Unless 33 permission to close a street is received in writing from the proper authority, all 34 excavated material shall be placed so that vehicular and pedestrian traffic may 35 be maintained at all times. If the Contractor's operations cause traffic hazards, 36 he shall repair the road surface, provide temporary ways, erect wheel guards or 37 fences, or take other measures for safety satisfactory to the Engineer. 38 39 B. Detours around construction will be subject to the approval of the Owner and the 40 Engineer. Where detours are permitted, the Contractor shall provide all 41 necessary barricades and signs as required to divert the flow of traffic. While 42 traffic is detoured the Contractor shall expedite construction operations and 43 those periods when traffic is being detoured will be strictly controlled by the 44 Owner. 45 46 C. The road shall be kept open to two-way traffic for the duration of the construction 47 period, except that, DURING NON -PEAK TRAFFIC PERIODS, one lane of CONTROL OF WORK 01015-2 01/17/17 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 traffic will be permitted provided that flagmen are used and prior approval is 2 obtained from the FDOT/City. The Contractor will not be permitted to isolate 3 residences or places of business. Access shall be provided to all residences and 4 all places of business whenever construction interferes with the existing means 5 of access. 6 7 D. Temporary Curb (Asphaltic or Concrete) shall not be used, with the following 8 exception: Portable Temporary Low Profile Barrier for Roadside Safety, in 9 accordance with FDOT Index 412, can be used in lieu of barrier walls for design 10 speeds of 45 mph or less, where a low profile is desired to maintain sight 11 distance at intersections and driveways. Portable Temporary Low Profile Barrier 12 for Roadside Safety shall be paid for under the contract unit value for Barrier 13 Wall (Temporary) Low Profile Concrete (Linear Foot), and will be full 14 compensation for furnishing, installing, maintaining, relocating and removing the 15 barrier wall. The contractor shall not receive additional compensation for 16 relocating the barrier wall (i.e., from one construction phase to another). The 17 approved "Portable Temporary Low Profile Barrier for Roadside Safety" is a 18 proprietary design by the University of Florida. Only those barrier units cast by 19 producers licensed by the University of Florida will be allowed for installation. 20 21 1.07 CARE AND PROTECTION OF PROPERTY 22 23 A. The Contractor shall be responsible for the preservation of all public and private 24 property, and shall use every precaution necessary to prevent damage thereto. 25 If any direct or indirect damage is done to public or private property by or on 26 account of any act, omission, neglect, or misconduct in the execution of the work 27 on the part of the Contractor, such property shall be restored by the Contractor, 28 at his expense, to a condition similar or equal to that existing before the damage 29 was done, or he shall make good the damage in other manner acceptable to the 30 Engineer. 31 32 B. All sidewalks that are disturbed by the Contractor's operations shall be restored 33 to their original condition with the use of similar or comparable materials. All 34 curbing shall be restored in a condition equal to the original construction and in 35 accordance with the best modern practice. 36 • 37 C. Along the location of the work all fences, walks, bushes, trees, shrubbery, and 38 other physical features shall be protected and restored in a thoroughly 39 workmanlike manner. Fences and other features removed by the Contractor 40 shall be replaced in the location indicated by the Engineer as soon as conditions 41 permit. All lawn areas beyond the limits of construction that have been 42 damaged by the Contractor shall be restored to original conditions using sod. 43 44 D. Trees close to the work shall be boxed or otherwise protected against injury in 45 accordance with local regulations. The Contractor shall trim all branches that 46 are susceptible to damage due of his operations, but in no case shall any tree 47 be cut or removed without prior notification of the appropriate authority and the CONTROL OF WORK 01015-3 01/17/17 1 Engineer. All injuries to bark, trunk, limbs, and roots of trees shall be repaired 2 by dressing, cutting, and painting in accordance with approved methods, using 3 only approved tools and materials. 4 5 E. The protection, removal, and replacement of existing facilities shall be 6 considered part of the Work under the Contract and all costs in connection 7 therewith shall be included in the unit and/or lump sum prices established. 8 9 1.08 PROTECTION AND RELOCATION OF EXISTING STRUCTURES AND UTILITIES 10 11 A. The Contractor shall assume full responsibility for the protection of all buildings, 12 structures, and utilities, public or private, including poles, signs, services to 13 buildings, utilities in the street, gas pipes, water pipes, hydrants, sewers, drains, 14 and electric and telephone cables, whether or not they are shown on the 15 Drawings. The Contractor shall carefully support and protect all such structures 16 and utilities from injury of any kind. Any damage resulting from the Contractor's 17 operations shall be repaired by him at his expense. 18 19 B. The Contractor shall bear full responsibility for obtaining all locations of 20 underground structures and utilities (including existing water services, drain 21 lines, and sewers). Services shall be maintained and all costs or charges 22 resulting from damage thereto shall be paid by the Contractor. 23 24 C. If, in the opinion of the Engineer, permanent relocation of a utility owned by the 25 Owner is required, the Engineer may direct the Contractor in writing, to perform 26 the work. Work so ordered will be paid for at the unit prices bid in the Proposal, 27 if applicable, or as provided for in the General Conditions. If relocation of a 28 privately owned utility is required, the Owner will notify the Utility to perform the 29 work as expeditiously as possible. The Contractor shall fully cooperate with the 30 Owner and Utility and shall have no claim for delay due to such relocation. 31 32 1.09 DISTRIBUTION SYSTEMS AND SERVICES 33 34 A. The Contractor shall only interrupt water, telephone, Cable TV, sewer, gas, or 35 other related utility services and disrupt the normal functioning of the system as 36 little as possible, and shall notify the Engineer and public 48 hours in advance of 37 any requirement for dewatering, isolating, or relocating a section of a utility, so 38 that necessary arrangements may be made with the appropriate agency. 39 40 B. If it appears that utility service will be interrupted for an extended period, the 41 Engineer may order the Contractor to provide temporary service lines. 42 Inconvenience of the users shall be the minimum, consistent with the existing 43 conditions. The safety and integrity of the system is of prime importance in 44 scheduling work. 45 46 CONTROL OF WORK 01015-4 01/17/17 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1.10 PROTECTION OF CONSTRUCTION AND EQUIPMENT 2 3 A. All newly constructed work shall be carefully protected from injury or damage in 4 any way. No wheeling or walking or placing of heavy loads shall be allowed and 5 any portion injured or damaged shall be reconstructed by the Contractor at his 6 own expense. 7 8 B. All structures shall be protected in a manner approved by the Engineer. Should 9 any of the floors or other parts of the structures become heaved, cracked, or 10 otherwise damaged, all such damaged portions of the work shall be completely 11 repaired by the Contractor at his own expense and to the satisfaction of the 12 Engineer. If, in the final inspection of the work, any defects, faults, or omissions 13 are found, the Contractor shall cause the same to be repaired or removed and 14 replaced by proper materials and workmanship without extra compensation for 15 the materials and labor required. Further, the Contractor shall be fully 16 responsible for the satisfactory maintenance and repair of the construction and 17 other work undertaken herein, for the guarantee period. 18 19 C. The Contractor shall take all necessary precautions to prevent damage to any 20 structure due to water pressure during and after construction and until such 21 structure is accepted by the Owner. 22 23 1.11 WATER FOR CONSTRUCTION PURPOSES 24 25 A. The Contractor shall be responsible for providing all water required for 26 construction purposes at the Contractor's own expense. The Contractor shall 27 make all connections and other provisions necessary to complete aII work 28 included as a part of this Contract and shall make ready for use a fully functional 29 system. 30 31 B. The Contractor shall obtain from the Owner all water required for flushing, 32 testing and cleaning purposes. 33 34 C. The Contractor shall coordinate with the Owner to have a construction water 35 meter delivered to the site. The Owner's utilities crews shall install the 36 construction water meter on a City of Clearwater fire hydrant assembly and 37 relocate as necessary. 38 39 D. Contractor shall coordinate with the Owner prior to making any connection to 40 existing water mains. An Owner's representative must be present at the time of 41 connection and the Owner will operate the valves. 42 1 43 1.12 MAINTENANCE OF FLOW 44 45 A. The Contractor shall, at his own cost, provide for the flow of sewers, drains, 46 drainage facilities and water courses interrupted during the progress of the work, 47 and shall immediately remove all offensive matter. The entire procedure for CONTROL OF WORK 01015-5 01/17/17 1 maintaining existing flows shall be approved by the Engineer in advance of the 2 interruption of any flow. 3 4 1.13 COOPERATION WITHIN THIS CONTRACT 5 6 A. All firms or persons authorized to perform any work under this Contract shall 7 cooperate with the General Contractor and his subcontractors or trades, and 8 shall assist in incorporating the work of other trades where necessary or 9 required. 10 11 B. Cutting and patching, drilling and fitting shall be carried out where required by 12 the trade or subcontractor having jurisdiction, unless otherwise indicated herein 13 or directed by the Engineer. 14 15 1.14 CLEAN-UP 16 17 A. During the course of the work, the Contractor shall keep the site of his 18 operations in as clean and neat a condition as is possible. He shall dispose of 19 all residues resulting from the construction work and, at the conclusion of the 20 work, he shall remove and haul away any surplus excavation, broken pavement, 21 lumber, equipment, temporary structures, and any other refuse remaining from 22 the construction operation, and shall leave the entire site of the work in a neat 23 and orderly condition. 24 25 B. Contractor shall be responsible for the disposal of all materials removed from the 26 site. 27 28 PART 2 — PRODUCTS 29 (Not Used) 30 31 PART 3 — EXECUTION 32 33 3.01 Access to the site of the Work shall be via the various rights -or -way and 34 easements owned or secured by the Owner. The Owner's fences that are 35 temporarily removed for the performance of the Work shall be closed up nightly, 36 on weekends, and holidays or any other time work is not in progress. No valves 37 or equipment shall be operated by Contractor personnel without the prior 38 approval of the Owner or without the Owner's personnel present during the 39 equipment operation. 40 41 42 END OF SECTION CONTROL OF WORK 01015-6 01/17/17 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 SECTION 01030 2 3 SPECIAL PROJECT PROCEDURES 4 5 PART 1 — GENERAL 6 7 1.01 WORKMANSHIP, MATERIAL AND EQUIPMENT 8 9 A. When a particular product is specified or called for, it is intended and shall be 10 understood that the proposal tendered by the Contractor included those 11 products in its bid. Should the Contractor desire products equal to those 12 specified the Contractor shall furnish information as described in the General 13 Conditions. The alternate product or products submitted by the Contractor 14 shall meet the requirements of the Specifications and shall, in all respects, 15 be equal to the products specified by name herein. 16 17 B. All apparatus, mechanism, equipment, machinery and manufactured articles 18 for incorporation into the Work shall be the new and unused standard 19 products of recognized reputable manufacturers. 20 21 C. Contractor shall dispose of all excess materials from the site. 22 23 D. No more than 400 lineal feet of trench shall be open at any one time. 24 25 1.02 CONTRACTOR PROVIDED STAGING AREA 26 27 A. The Work of this project is to be performed in a congested area that affords 28 minimal and limited space that the Contractor may use to stage construction 29 activities such as material storage, parking, or tool & supply storage. The 30 Contractor shall secure staging area(s) as he may require and the cost shall 31 be included as part of the price bid for the work. 32 33 B. Appropriate temporary security fencing and effective erosion control 34 measures shall be provided for the staging area(s). In particular, effective 35 measures shall be employed to prevent soil, mud, or dust from being tracked 36 onto roadway surfaces between the site of the work and the staging area. 37 The cost to provide and maintain temporary security fencing and erosion 38 control measures shall be considered an incidental project cost shall not be 39 separately measured for payment. 40 41 C. When the Work of this project is completed, and before final payment is 42 made to the Contractor, the staging area shall be restored according to the 43 agreement between the Contractor and the staging area owner including 44 removal of temporary fencing and erosion control measures. Roadway 45 damage that may have occurred between the project site and staging area 46 because of construction equipment operation between the two sites shall be SPECIAL PROJECT PROCEDURES 01030-1 01/22/16 1 repaired to the satisfaction of the Engineer. The Owner may withhold 2 payment retainage to the Contractor until the requirements of this paragraph 3 are satisfied. 4 5 1.03 CONNECTIONS TO EXISTING SYSTEMS 6 7 A. The Contractor shall perform all work necessary to locate, excavate and 8 perform the connection to the existing systems, as shown on the Contract 9 Documents. The costs for this work and for the actual connection to the 10 existing systems shall be included in the various prices bid for the Work and 11 shall not result in any additional cost to the Owner. 12 13 B. The Contractor shall install, pressure test, and wait for clearance from the 14 Health Department or FDEP for the new force main or water main prior to 15 cutting the existing mains for connection of the new piping. The Contractor 16 shall plan his work accordingly so as to comply with these requirements. 17 18 C. The Contractor shall provide, install and test any required piping and valves, 19 including tapping sleeves and valves. The Contractor shall make the tap in 20 the presence of an Owner's Representative, and only in the presence of an 21 Owner's Representative. 22 23 D. The Contractor shall provide the Owner's Project Manager with written notice 24 of any requirement to shut down the system at least 72 hours in advance. 25 26 1.04 SLEEVES AND OPENINGS 27 28 A. The Contractor shall provide all openings, channels, chases, etc., and install 29 anchor bolts and other items to be embedded in concrete, as required to 30 complete the work under this Contract, together with those required by 31 subcontractors, and shall do all cutting and patching, excepting cutting and 32 patching of materials of a specified trade and as stated otherwise in the 33 following paragraph. 34 35 B. The Contractor shall coordinate with the subcontractors to provide all 36 sleeves, inserts, hangers, anchor bolts, etc., of the proper size and material 37 for the execution of the work. The Contractor shall be responsible for any 38 corrective cutting and refinishing required to make the necessary openings, 39 chases, etc. In no case shall beams, lintels or other structural members be 40 cut without the written approval of the Engineer. 41 42 1.05 PROVISIONS FOR CONTROL OF EROSION 43 44 A. Sufficient precautions shall be taken during construction to minimize the run - 45 off of polluting substances such as silt, clay, fuels, oils, bitumens, calcium 46 chloride, or other polluting materials harmful to humans, fish, or other life, SPECIAL PROJECT PROCEDURES 01030-2 01/22/16 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 into the supplies and surface waters of the state. Control measures must be 2 adequate to assure that turbidity in the receiving water will not be increased 3 more than 10 nephelometric turbidity units (NTU), or as otherwise required 4 by the state or other controlling body, in water used for public water supply or 5 fish unless limits have been established for the particular water. In surface 6 water used for other purposes, the turbidity must not exceed 25 NTU unless 7 otherwise permitted. Special precautions shall be taken in the use of 8 construction equipment to prevent operations that promote erosion. 9 10 B. The Contractor shall comply with the requirements of the EPA-NPDES 11 general permit for stormwater discharges and the stormwater pollution 12 prevention plan developed for the project. 13 14 1.06 OPERATING AND MAINTENANCE DATA 15 16 A. Operating and maintenance data for each piece of equipment furnished shall 17 be delivered directly to the Engineer for approval within 30 days of shop 18 drawing approval. No payment shall be made for equipment installed or 19 stored on-site until the Engineer has approved the adequacy and 20 completeness of operating and maintenance data. Final approved copies of 21 operating and maintenance data shall be delivered to the Engineer prior to 22 scheduling the instruction period with the Owner. 23 24 1.07 SPARE PARTS 25 26 A. Spare parts for certain equipment to be provided are specified in the 27 pertinent sections of the Specifications. The Contractor shall collect and 28 store all spare parts in a manner approved by the manufacturer. In addition, 29 the Contractor shall furnish to the Engineer an inventory listing all spare 30 parts, the equipment they are associated with, the name and address of the 31 supplier, and the delivered cost of each item. Copies of actual invoices for 32 each item shall be furnished with the inventory to substantiate the delivered 33 cost. The Contractor shall deliver the spare parts to the Engineer ten (10) 34 days prior to facility start-up. 35 36 B. All spare parts shall be furnished in containers clearly identified in indelible 37 markings as to contents. Each container shall be packed for prolonged 38 storage. 39 40 1.08 MAINTENANCE SCHEDULES 41 42 A. For all mechanical and electrical equipment furnished, the Contractor shall 43 provide a list including the equipment name and the address and telephone 44 number of the manufacturer's representative and service company so that 45 service and/or spare parts can be readily obtained. 46 SPECIAL PROJECT PROCEDURES 01030-3 01/22/16 1 1.09 WARRANTIES 2 3 A. The Contractor and the equipment manufacturers shall warranty all 4 equipment supplied under these Specifications for a minimum period of one 5 (1) year unless otherwise specified. Warranty period shall commence on the 6 date that the Work is accepted by the Owner as substantially complete. 7 8 B. The equipment shall be warranted to be free from defects in workmanship, 9 design and materials. If any part of the equipment should fail during the 10 warranty period, it shall be replaced and returned to service at no expense to 11 the Owner. 12 13 C. If, within the guarantee period, repairs or changes are required in connection 14 with work which, in the opinion of the Engineer, is rendered necessary as the 15 result of the use of materials, equipment or workmanship which are inferior, 16 defective, or not in accordance with the terms of the Contract, the Contractor 17 shall, promptly upon receipt of notice from the Owner and without expense to 18 the Owner, do the following: 19 20 1. Respond to the Owner's Notice within 24 hrs. 21 22 2. Place in satisfactory condition in every particular all of such work and 23 correct all defects herein. 24 25 3. Repair or replace all damage to buildings, the site, or equipment or 26 contents thereof, which, in the opinion of the Engineer, is the result of 27 the use of materials, equipment or workmanship which are inferior, 28 defective, or not in accordance with the terms of the Contract. 29 30 4. Repair or replace any work or material or equipment disturbed in 31 fulfilling any such guarantee. 32 33 D. If the Contractor, after notice, fails within ten (10) days to proceed to comply 34 with the terms of this guarantee, the Owner may have the defects corrected, 35 and the Contractor and his surety shall be liable for all expenses incurred, 36 provided, however, that in case of an emergency where, in the opinion of the 37 Owner, delay would cause loss or damage, repairs may be started without 38 notice being given to the Contractor and the Contractor shall pay the cost 39 thereof. 40 41 E. All special guarantees or warranties applicable to specific parts of the work, 42 as may be stipulated in the Contract Documents, shall be subject to the 43 terms of this paragraph during the first year following acceptance. All special 44 guarantees and manufacturers' warranties shall be assembled by the 45 Contractor and delivered to the Engineer, along with a summary list thereof, 46 before the acceptance of the Work. SPECIAL PROJECT PROCEDURES 01030-4 01/22/16 1 2 F. The manufacturer's warranty period shall run concurrently with the 3 Contractor's warranty or guarantee period. No exception to this provision 4 shall be allowed. The Contractor shall be responsible for obtaining 5 equipment warranties from each of the respective suppliers or manufacturers 6 for all the equipment specified. The form of warranty may be included in the 7 Contract Documents, or shall otherwise be acceptable to the Owner. 8 9 G. The Contractor's one year warranty or guarantee period shall be part of the 10 project performance bond. If an item of Work is replaced during the warranty 11 period the item's warranty shall be extended for a period of one year from the 12 date the replacement item was put in service. 13 14 1.10 CONSTRUCTION CONDITIONS 15 16 A. The Contractor shall strictly adhere to the specific requirements of the 17 governmental unit(s) or agency(ies) having jurisdiction over the work. 18 Wherever there is a difference in the requirements of a jurisdictional body 19 and these Specifications, the more stringent shall apply. 20 21 1.11 PUBLIC NUISANCE 22 23 A. The Contractor shall not create a public nuisance including, but not limited to, 24 encroachment on adjacent lands, flooding of adjacent lands, or excessive 25 noise. 26 27 B. Trash accumulation, including accumulation of lunch -break refuse, shall be 28 avoided. The Contractor shall provide appropriate containers for collecting 29 rubbish and the Contractor's superintendent shall enforce their use. The 30 containers shall also be regularly emptied. 31 32 C. No extra charge may be made for time lost due to work stoppage resulting 33 from the creation of a public nuisance. 34 35 1.12 HAZARDOUS LOCATIONS 36 37 A. Contractor shall perform work in accordance with OSHA, state and local 38 safety requirements. All the Contractor employees shall attend a safety 39 training class provided by the Owner for the work within PRF property. 40 41 1.13 RELOCATIONS 42 43 A. The Contractor's attention is directed to the fact that there are multiple 44 existing utilities that are within the construction corridor (i.e. along each road) 45 that may be in conflict with the proposed piping. The Contractor shall 46 provide sufficient time in the Contractor's planning/scheduling of the work so 47 that the Contractor can field verify (pothole) existing utilities to determine if a SPECIAL PROJECT PROCEDURES 01030-5 01/17/17 1 conflict exists. Should a conflict exist, the Contractor shall immediately notify 2 the Owner, Engineer, and the owner of the utility in conflict. The Contractor 3 shall plan and coordinate his work accordingly to allow the Owner of the 4 utility that is in conflict sufficient time to relocate their utilities. No claim for 5 additional time shall be granted to the Contractor for failing to properly 6 coordinate and plan his work to allow for the relocation of existing utilities by 7 the owner of the utility. 8 9 1.14 SUSPENSION OF WORK DUE TO WEATHER 10 11 A. During inclement weather, all work that could be damaged or rendered 12 inferior by such weather conditions shall be suspended. The orders and 13 decisions of the Engineer as to suspensions will be final and binding. The 14 ability to issue such an order will not be interpreted as a requirement to do 15 so. During suspension of the work for any cause, the work shall be suitably 16 covered and protected so as to preserve it from injury by the weather or 17 otherwise; and, if the Engineer will so direct, rubbish and surplus materials 18 will be removed. 19 20 1.15 HURRICANE PREPAREDNESS PLAN 21 22 A. Within 30 days of the date of Notice to Proceed, the Contractor shall submit 23 to the Engineer and Owner a Hurricane Preparedness Plan. The Plan 24 should outline the necessary measures that the Contractor proposes to 25 perform at no additional cost to the Owner in case of a hurricane warning. 26 27 B. In the event of inclement weather, or whenever Engineer will direct; the 28 Contractor shall carefully protect the Work and materials against damage or 29 injury from the weather. If, in the opinion of Engineer, any portion of Work or 30 materials, work areas properties shall have been damaged or injured by 31 reason of failure on the part of the Contractor or subcontractors to so protect 32 the Work, such Work and materials shall be removed and replaced at the 33 expense of the Contractor. 34 35 C. For the duration of the project, all-weather emergency access shall be 36 maintained. The access shall be able to withstand the weight of a fire truck. 37 38 1.16 SALVAGE 39 40 A. Any existing equipment or material including, but not limited to, valves, pipes, 41 fittings, couplings, etc., which is removed or replaced as a result of 42 construction under this project may be designated as necessary and 43 delivered, to the Owner at a location directed by the Owner, at the 44 Contractor's expense. Any material or equipment not considered salvage by 45 the Owner shall become the property of the Contractor and shall be disposed 46 of by the Contractor at no additional cost to the Owner. 47 SPECIAL PROJECT PROCEDURES 01030-6 01/17/17 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 B. The Contractor shall be responsible for the removal and proper disposal in 2 accordance with all laws and regulations of all excess soil materials 3 excavated from the site. 4 5 1.17 PERMITS 6 7 A. Upon notice of award, the Contractor shall immediately apply for all 8 applicable permits, not previously obtained by the Owner, from the 9 appropriate governmental agency or agencies. No work shall commence 10 until all applicable permits have been obtained and copies delivered to the 11 Engineer. The costs for obtaining all permits shall be borne by the 12 Contractor. 13 14 1.18 PUMPING 15 16 A. The Contractor with his own equipment shall do all pumping necessary to 17 prevent flotation of any part of the structures during construction operations. 18 19 B. The Contractor shall, for the duration of the contract and with his own 20 equipment, pump out water and wastewater that may seep or leak into the 21 excavations or structures. Below grade galleries and other operating areas 22 shall be kept dry at all times. 23 24 1.19 NOTIFICATION OF WORK ON EXISTING FACILITIES 25 26 A. Before commencing work on any of the existing structures or equipment, the 27 Contractor shall notify the Owner/Engineer, in writing, at least 14 calendar 28 days in advance of the date he proposed to commence such work. 29 30 1.20 EXISTING UNDERGROUND PIPING, STRUCTURES AND UTILITIES 31 32 A. The attention of the Contractor is directed to the fact that during excavation, 33 the possibility exists that the Contractor may encounter various water, gas, 34 telephone, electrical, fiber optic cables, dewatering systems, or other utility 35 lines not shown on the Contract Documents. The Contractor shall exercise 36 extreme care before and during excavation to locate and flag these lines so 37 as to avoid damage thereto. Should damage occur to an existing line, the 38 Contractor shall immediately repair the line at no cost to the Owner. 39 40 B. It is the responsibility of the Contractor to ensure that all utility or other poles, 41 the stability of which may be endangered by the close proximity of 42 excavation, are temporarily held in position while work proceeds in the 43 vicinity of the pole and that utility or other companies concerned be given 44 reasonable advance written notice of any such excavation by the Contractor. 45 Copy the Engineer on all communications with those entities. 46 47 C. The locations of existing utilities are shown without express or implied 48 representation, assurance, or guarantee that they are complete or correct or SPECIAL PROJECT PROCEDURES 01030-7 01/17/17 1 1 1 that they represent a true picture of underground piping to be encountered. 2 Encountering existing utilities at different depths or locations than shown on 3 the drawings shall not result in additional costs to the Owner. 4 5 D. The existing piping and utilities that interfere with new construction shall be 6 rerouted as shown, specified or required. Before any piping or utilities not 7 shown on the Contract Documents are disturbed, the Contractor shall notify 8 the Engineer of the location of the pipeline or utility and shall reroute or 1 9 relocate the pipeline or utility as directed. 10 11 E. The Contractor shall exercise care in any excavation to locate all existing I 12 piping and utilities. All utilities that do not interfere with completed work shall 13 be carefully protected against damage. Any existing utilities damaged in any 14 way by the Contractor shall be restored or replaced by the Contractor at his I 15 expense, as directed by the Engineer. 16 17 F. It is intended that wherever existing utilities such as water, gas, telephone, 111 18 electrical, or other service lines must be crossed, deflection of the pipe within 19 recommended limits and cover shall be used to satisfactorily clear the 20 obstruction unless otherwise indicated on the Contract Documents. I 21 However, when in the opinion of the Owner or Engineer this procedure is not 22 feasible, he may direct the use of fittings for the utility crossing. The 23 Contractor shall verify utility crossings with test pits prior to construction as I 24 required by the Engineer. 25 26 1.21 JOB SITE SECURITY 27 1 28 A. The Contractor shall properly protect the work area to prevent the public from 29 entering the work area. The Contractor shall furnish and erect such 30 barricades, fences, lights, and danger signals and shall provide such other 1 31 precautionary measures for the protection of persons or property and of the 32 work as necessary. Barricades/fencing shall be painted or have a reflective 33 color that will be visible at night. From sunset to sunrise, the Contractor shall I 34 furnish and maintain at least one light at each barricade/fence and sufficient 35 numbers of barricades/fencing shall be erected to keep vehicles or 36 pedestrians from entering on or into any work under construction. I 37 38 B. The Contractor will be held responsible for all damage to the work due to 39 failure of barricades, fencing signs, and lights to protect it and whenever I 40 evidence is found of such damage, the Contractor shall immediately remove 41 the damaged portion and replace it at his cost and expense. The 42 Contractor's responsibility for the maintenance of barricades, signs, and I 43 lights shall not cease until the project has been accepted by the Owner. 44 45 1.22 DOOR HANGERS 46 1 SPECIAL PROJECT PROCEDURES I 01030-8 01/17/17 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 A. The Contractor shall develop and distribute door hangers to notify residents and 2 businesses of the impending work in accordance with Section III of the Contract 3 Documents. 4 5 1.23 RESTORATION 6 7 A. The Contractor shall restore disturbed areas progressively as the work 8 continues. No more than 500 linear feet of work area along the force main 9 lengths shall remain unrestored at any given time. 10 11 B. No open trenches shall be allowed during non -working hours for all work in 12 this project. 13 14 C. Good housekeeping on this project is extremely important and the Contractor 15 will be responsible for keeping the construction site neat and clean, with 16 debris being removed daily as the work progresses or as otherwise directed 17 by the Engineer. Good housekeeping at the job site shall include: Removing 18 all tools and temporary structures, dirt, rubbish, etc.; hauling all excess dirt, 19 rock, etc., from excavations to a dump provided by the Contractor; and all 20 clean up shall be accomplished to the satisfaction of the Engineer. Dust 21 shall be controlled daily as may be required. Immediately after construction 22 completion in an area or part thereof (including restoration), barricades, 23 construction equipment and surplus and discarded materials shall be 24 removed by the Contractor. 25 26 D. In the event that the timely clean up and restoration of the job site is not 27 accomplished to the satisfaction of the Engineer, the Engineer shall make 28 arrangements to affect the necessary clean up by others. The Contractor 29 shall be charged for these costs through deductions in payment due the 30 contractor. If such action becomes necessary on the part of an in the 31 opinion of the Engineer, the Owner shall not be responsible for the 32 inadvertent removal from the work site of materials which the Contractor 33 would not normally have disposed of had he affected the required clean up. 34 35 E. Access to all residences and businesses shall be maintained at all times. 36 37 F. The Owner reserves the right to stop new construction until the provisions of 38 this Article are satisfied with no award of additional contract time or cost. 39 40 1.24 GEOTECHNICAL INVESTIGATION 41 42 A. Attached to these specifications is the Geotechnical Report as prepared by 43 Driggers Engineering Services, Inc. The information and recommendations 44 provided in the Geotechnical Report is for informational purposes only. The 45 Contractor shall be responsible for performing additional geotechnical 46 investigations and furnishing and installing dewatering, shoring, sheeting, 47 and bracing equipment as necessary in order to complete the contract scope 48 of work. SPECIAL PROJECT PROCEDURES 01030-9 01/17/17 1 2 1.25 UNDERGROUND UTILITY LOCATIONS 3 4 A. The Contractor shall field verify all existing utilities and conditions as may be 5 required for the work area. The Contractor shall contact and coordinate with 6 "Sunshine" as well the individual utilities, i.e., Spectrum, Clearwater Gas, 7 Duke Energy, Frontier, WOW!, etc., prior to and during construction for utility 8 locations, relocation and assistance while installing in conflict areas. The 9 Contractor shall contact the City of Clearwater Utilities for storm sewer, 10 sanitary sewer and water locations one week in advance of work as it 11 progresses, as necessary. It shall be the Contractor's responsibility to avoid 12 conflicts with other utilities. The Owner will not be responsible for additional 13 costs incurred by the Contractor for incorrect installations, relocations and 14 breaks due to service conflicts. 15 16 1.26 REQUIREMENTS FOR CONTROL OF THE WORK 17 18 A. Prior to the start of the Work described in this contract, a preconstruction 19 conference may be held by the Engineer to be attended by the Contractor 20 and representatives of the various utilities and others as required, for the 21 purpose of establishing a schedule of operations which will coordinate the 22 work to be done under this contract with all related work to be done by others 23 within the limits of the project. All items of work in this contract shall be 24 coordinated so that progress of each related item will be continuous from 25 week to week. The progress of the work will be reviewed by the Engineer at 26 the end of each week, and if the progress of any item of work during that 27 week is found to be unsatisfactory, the Contractor shall be required to adjust 28 the rate of progress on that item or other items as directed by the Engineer 29 without additional compensation. The work will be continuously prosecuted 30 by the Contractor until completed. 31 32 1.27 USE OF PRIVATE PROPERTY 33 34 A. All construction activities required to complete this project in accordance with 35 the Contract Documents shall be confined to public right-of-way, easements 36 of record or temporary construction easements, unless the Contractor makes 37 specific arrangements with private property owners for his use of their 38 property. Written authorization from the granting property owner shall be 39 placed on file with the Engineer prior to utilization of said private properties. 40 The Owner assumes no responsibility for damage to private property in such 41 instances. The Contractor is responsible for protection of private property 42 abutting all work areas on this project. Adequate equipment storage and 43 material storage shall also be accomplished outside the City of Clearwater 44 right-of-way. 45 46 1.28 FLORIDA TRENCH SAFETY ACT FORM 47 SPECIAL PROJECT PROCEDURES 01030-10 01/17/17 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 A. The Certification of Compliance with Florida Trench Safety Act form will be 2 required. 3 4 1.29 MAINTENANCE OF TRAFFIC 5 6 A. The Contractor shall be responsible for preparing and implementing all 7 Maintenance of Traffic Plans and Maintenance of Pedestrian Traffic Plans 8 for the project in accordance with the Florida Department of Transportation 9 (FDOT) Design Standards Index 600 thru 670 and City of Clearwater 10 requirements. 11 12 1.30 ABANDONMENT OF EXISTING PIPES 13 14 A. All abandoned pipes two inches and larger shall be pumped filled with grout 15 orflowable fill. All pipes shall be abandoned in a manner which results in the 16 abandoned pipeline not being pressurized. Prior to grouting or filling the 17 force main, the Contractor shall be responsible for removing and properly 18 disposing all existing raw sewage and water, respectively from the pipe. For 19 the force main, this shall include flushing the line with clean water into a 20 downstream sanitary sewer system prior to disconnecting the force main. 21 Flushing rate and water quality shall be coordinated with the Owner. The 22 Contractor shall be responsible for furnishing and installing all necessary 23 temporary pipe, valves, hoses etc. for the flushing operations. Should the 24 Contractor elect to use a water source provided by the Owner, the Contractor 25 shall pay the Owner for the actual volume of water used for flushing 26 operations. 27 28 1.31 PIPE STAGING AREAS 29 30 A. The staging areas shown on the drawings are areas that have been 31 approved by the property Owner of that area shown for staging. No other 32 areas for staging pipe or HDD operations are provided or expressly implied 33 from these Contract Documents. Should the Contractor need additional 34 staging area for HDPE fused pipe or HDD operations, it shall be the 35 responsibility of the Contractor to obtain the necessary permits or written 36 permission from the property Owner, at the expense of the Contractor. The 37 Contractor shall be responsible for furnishing and installing rollers, overhead 38 cradles, or other means to provide access to driveways, business's, and 39 homes at all time during construction. Roadways and driveways may be shut 40 down provided that other means of vehicle access is available and the 41 Contractor implements proper detours and MOT. 42 43 1.32 TAPPING EXISTING FORCE MAIN 44 45 A. The Contractor shall install a tap to bypass the flow to the new force main, as 46 shown and specified. The tap shall serve as the permanent connection for 47 the new force main, as shown. 48 SPECIAL PROJECT PROCEDURES 01030-11 01/17/17 1 B. The Contractor shall retain a subcontractor to accomplish the work. The 2 subcontractor shall have a minimum of five (5) years experience in 3 performing taps on similar size and type pipelines. 4 5 C. The Contractor shall take all precautions necessary to protect the existing 6 force main and shall be solely responsible to maintain continuous sewage 7 flow during construction. 8 9 D. Existing force main shall not be tapped until the tapping sleeve and resilient 10 wedge gate valve have been hydrostatically tested in the presence of an 11 Owner's Representative. 12 13 E. Prior to ordering any tapping sleeves, the Contractor shall carefully excavate 14 the existing force main at the location where the tapping sleeves will be 15 installed, and shall make the precise measurements of the outside diameter 16 at a sufficient number of locations around the pipe top define its exact cross - 17 sectional configuration and size, all as recommended by the tapping sleeve 18 manufacturer to assure proper fit to the sleeves to the pipe. The Contractor 19 shall be solely responsible for the correctness of fit of the sleeves to the 20 existing force main so that no leakage occurs. 21 22 F. The Contractor shall submit to the Engineer, in advance of construction, a 23 detailed step by step schedule for accomplishment of the tap, including 24 supports of the existing pipe and tapping equipment as required. 25 26 G. The Contractor shall submit to the Engineer for review, shop drawings 27 detailing the valves, tapping sleeves, tapping machine, procedures and 28 temporary supports as required. 29 30 H. Where as shown on the approved plans, Contractor shall install the tapping 31 sleeves and valves, without taking the existing force main out of service. 32 Contractor shall pressure test the tapping sleeve and valve after installation 33 on the main, but prior to tapping operations, the test shall be done in the 34 presence of an Owner's Representative. 35 36 I. The Contractor shall make the tap in the presence of an Owner's 37 Representative, and only in the presence of an Owner's Representative. 38 39 1.33 TEMPORARY LINE STOP 40 41 A. The Contractor shall install a temporary line stop to stop the flow in the 42 existing force main, as shown and specified. The line stop shall be installed 43 temporarily so that the resilient wedge gate valve may be installed in the 44 existing force main. Once the resilient wedge gate valve is installed and 45 accepted the Contractor shall remove the temporary line stop and install the 46 necessary blind flange/plug. 47 SPECIAL PROJECT PROCEDURES 01030-12 01/17/17 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 B. The Contractor shall retain a subcontractor to accomplish the work. The 2 subcontractor shall have a minimum of five (5) years of experience in 3 performing line stops on similar size and type pipelines. 4 5 C. The Contractor shall take all precautions necessary to protect the existing 6 force main. 7 8 D. Prior to ordering any line stops, the Contractor shall carefully excavate the 9 existing force main at the location where the line stops will be installed, and 10 shall make the precise measurements of the outside diameter at a sufficient 11 number of locations around the pipe top define its exact cross-sectional 12 configuration and size, all as recommended by the line stop manufacturer to 13 assure proper fit to the stops to the pipe. The Contractor shall be solely 14 responsible for the correctness of fit of the line stops to the existing force 15 main so that no leakage occurs. 16 17 E. The Contractor shall submit to the Engineer, in advance of construction, a 18 detailed step by step schedule for accomplishment of the line stop, including 19 supports of the existing pipe and tapping equipment as required. 20 21 F. The Contractor shall submit to the Engineer for review, shop drawings 22 detailing the valves, tapping sleeves, line stopping machine, procedures and 23 temporary supports as required. 24 25 1.34 CONNECTING TO EXISTING WATER MAIN 26 27 A. The Contractor slfall coordinate with the City to temporarily shut down the 28 existing 20 -inch water main to connect the new water main. 29 30 B. The Contractor shall make the shut down and water main connection, as 31 shown and specified. 32 33 C. The Contractor shall take all precautions necessary to protect the existing 34 water main. 35 36 D. During the shutdown, the Contractor shall televise the existing water main 37 from the new connection at Coachman Park to the seawall to determine if 38 there any unknown connections to the existing main. 39 40 E. Existing water main shall not be placed back in to service until the water 41 main section has been hydrostatically tested the presence of an Owner's 42 Representative and received FDEP clearance to place permitted public water 43 system components into operation. 44 45 F. The Contractor shall submit to the Engineer, in advance of construction, a 46 detailed step by step schedule for accomplishment of the shutdown and 47 connection, including supports of the existing pipe. SPECIAL PROJECT PROCEDURES 01030-13 01/17/17 1 2 G. The Contractor shall make the shut down and connection in the presence of 3 an Owner's Representative, and only in the presence of an Owner's 4 Representative. 5 6 1.35 CONTRACT PERIOD 7 8 A. The Contract Period shall be 365 consecutive calendar days from Notice to 9 Proceed to Substantial Completion. 10 11 The maximum Contract Period shall be 395 consecutive calendar days from 12 Notice to Proceed to Final Completion. 13 14 B. The term Final Completion means the time at which the Work has 15 progressed to the point where in the opinion of the Engineer, the Work, 16 including all "punch list" items, is fully and finally completed in a good and 17 workmanlike manner, in accordance with the Contract Documents and free 18 of all defects and deficiencies; all required final governmental inspections 19 and approvals have been obtained, closeout paperwork has been submitted 20 and approved and; the Work is ready for final payment upon execution of the 21 final Change Order and submission of the Engineer's written 22 recommendation of final payment. 23 24 1.36 TEMPORARY ASPHALT PEDESTRIAN TRAIL AND PERMANENT PEDESTRIAN 25 TRAIL RESTORATION 26 27 A. The Contractor shall be responsible for the construction of a temporary 28 pedestrian trail along S.R. 60 as shown on the Drawings. The Contractor 29 shall be solely responsible for ensuring the safe unobstructed accessible 30 path exists for pedestrians or bicyclists along the temporary asphalt 31 pedestrian trail. 32 33 B. At the completion of construction activities, the Contractor shall be 34 responsible for removal of the temporary asphalt pedestrian trail and restore 35 the permanent asphalt pedestrian trail complete with the header curb as 36 shown on the Drawings. 37 38 1.37 DUCTILE IRON PIPE GREATER THAN 12 -INCH DIAMETER 39 40 A. In addition to ductile iron pipe sizes specified in Section IV, 502-2.1, any 41 ductile iron pipe and fitting greater than 12 -inch in diameter shall be pressure 42 class 250 in accordance with ANSI/AWWA C150/A21.50-08. 43 44 1.38 DUCTILE IRON FITTINGS GREATER THAN 16 -INCH DIAMETER 45 46 A. In addition to ductile iron fitting sizes specified in Section IV, 502-2.3, any 47 ductile iron fitting greater than 16 -inch in diameter shall be pressure class 48 350 in accordance with ANSI/AWWA C153/A21.53-11. SPECIAL PROJECT PROCEDURES 01030-14 01/17/17 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 f 1 1 2 1.39 DUCTILE IRON PIPE AND FITTINGS INTERIOR COATING FOR POTABLE 3 WATER MAIN 4 5 A. In lieu of standard cement lining specified in Section IV, 502-2.1, all ductile 6 iron water main pipe and fittings shall have a Ceramapure PL90 Ceramic 7 Epoxy interior lining by Induron interior. The lining material shall be an amine 8 cured epoxy containing at least 20% by volume of ceramic quartz pigment. 9 The lining material shall have NSF -61 certification. 10 11 B. All ductile iron pipe and fittings shall not have been Tined with any substance 12 prior to the application of the specified lining material and no coating shall 13 have been applied to the first six inches of the exterior of the spigot ends. 14 15 C. Due to the tolerances involved, the gasket area and spigot end up to 6 16 inches back from the end of the spigot end must be coated with 6 mils 17 nominal, 10 mils maximum using Ceramapure Joint Compound. The Joint 18 Compound shall be applied by brush to ensure coverage. Care should be 19 taken that the Joint Compound is smooth without excess buildup in the 20 gasket seat or on the spigot ends. Coating of the gasket seat and spigot 21 ends shall be done after the application of the lining. 22 23 1.40 COACHMAN PARK CONSTRUCTION SCHEDULING AND RESTORATION 24 25 A. The Contractor's attention is directed to the fact that Coachman Park has 26 significant pedestrian traffic and scheduled events throughout the year. The 27 Contractor shall complete the construction of the Gulf Intracoastal Waterway 28 Water Main during the park's longest break, between July 2018 and August 29 2018 to minimize impact on park activities. The Contractor shall schedule 30 construction activities in order to meet the requirement as specified in 31 Section 01120. 32 33 B. The Contractor shall locate all existing irrigation sprinkler heads prior to 34 construction in the Coachman Park area. The Contractor shall schedule with 35 the City's Parks and Recreation Department to field verify the existing 36 conditions of the sprinkler heads. Any sprinkler head or irrigation system 37 piping that is damaged during construction shall be repaired and/or replaced 38 to equal or better conditions. 39 40 C. Grassed areas disturbed by construction activities in Coachman Park shall 41 be restored with Tiftway 419 Bermuda or match existing sod type. Hydro 42 seeding is not considered acceptable. 43 44 1.41 TELEVISING OF EXISTING 20 -INCH WATER MAIN 45 46 A. The Contractor shall engage the services of a NASSCO PACP Certified 47 Operator to televise the approximately 300 LF of the existing water pipeline SPECIAL PROJECT PROCEDURES 01030-15 01/17/17 1 from new connection at Coachman Park to beyond the seawall to determine 2 if there any unknown connections (water services) to the existing water main. 3 4 B. The Contractor shall be responsible for coordination with the Owner for 5 shutdown of the existing water main pipe to allow for televising. The 6 Contractor shall provide the Owner with a minimum of 14 days advance 7 notice prior to performing the televising. 8 9 C. All equipment including the camera and cable connected to the camera shall 10 be clean and free of debris prior to performing the televising. In addition, the 11 camera and cable connected to the camera shall have not been previously 12 used for any sewer or force main inspection. The use of a camera and cable 13 that was previously used for televising a sewage force main, sanitary 14 manhole, gravity sewer main, and etc. shall not be acceptable to be used for 15 televising the water main. 16 17 D. Upon completion of the televising, the Contractor shall provide the Owner 18 with a continuous color DVD recording of the televised water main. 19 20 E. All other ancillary materials and equipment required for televising the existing 21 water main shall be provided be the Contractor. 22 23 F At the completion of the televising operations, the Contractor shall be 24 responsible for flushing the water main, perform disinfection per AWWA 25 C651, and obtain 2 -day bacteriological samples prior to placing the water 26 main back in service. 27 28 PART 2 — PRODUCTS 29 (Not Used) 30 31 PART 3 — EXECUTION 32 (Not Used) 33 34 35 END OF SECTION SPECIAL PROJECT PROCEDURES 01030-16 01/17/17 1 1 I 1 2 SECTION 01040 3 COORDINATION 4 ' 5 PART 1 — GENERAL 6 7 1.1 PROJECT COORDINATION I 8 9 A. The Contractor shall provide for the complete coordination of the 10 construction efforts. This shall include, but not necessarily be limited to, I 11 coordination of the following: 12 13 1. The work of subcontractors. I 14 15 2. The flow of material and equipment from suppliers. 16 I 17 3. The effort of equipment manufacturers during testing and checkout. 18 19 4. The interrelated work with public and private utilities companies. I 20 21 5. The interrelated work with the Owner where tie-ins to existing facilities 22 are required. I 23 24 6. The effort of independent testing agencies. 25 26 7. The Contractor shall, with the knowledge of the Engineer, coordinate I27 with the City of Clearwater and FDOT personnel performing 28 inspections of the Work or site visits within their jurisdictional limits. 29 30 8. Use of Owner's valves and equipment, which shall only be operated 31 by the Owner. 32 I 33 PART 2 — Product 34 (Not Used) 35 I 36 PART 3 — EXECUTION 37 (Not Used) 38 I 39 40 END OF SECTION 41 1 1 ' COORDINATION 01040-1 01/22/16 1 1 THIS PAGE INTENTIONALLY LEFT BLANK COORDINATION 01040-2 01/22/16 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 SECTION 01050 2 3 FIELD ENGINEERING AND SURVEYING 4 5 PART 1 — GENERAL 6 7 1.01 REQUIREMENTS INCLUDED 8 9 A. The Contractor shall provide and pay for all field engineering and survey 10 service required. Such work shall include survey work to establish in the field 11 right of way lines, easement lines, base lines, bench marks (elevations), 12 center lines, stationing, and grades; and to locate and lay out site 13 improvements, structures, and controlling lines and levels required for the 14 construction of the Work. Also included are such engineering services as 15 are specified or required to execute the Contractor's construction methods. 16 Engineers and Surveyor and Mappers shall be licensed professionals 17 registered in the State of Florida. 18 19 B. The accuracy of any method of staking shall be the responsibility of the 20 Contractor. All surveying for vertical and horizontal control shall be the 21 responsibility of the Contractor. 22 23 C. The Contractor shall be responsible for the preservation of all stakes and 24 marks. The Contractor shall not proceed with any work until he has 25 established such points, marks, lines and elevations as may be necessary 26 for the prosecution of the Work. 27 28 1.02 SURVEY REFERENCE POINTS 29 30 A. Existing horizontal and vertical control points for the project are those 31 designated on the Drawings. The Contractor shall locate and protect control 32 points prior to starting site work and shall preserve all permanent reference 33 points during construction. In working near any permanent property corners 34 or reference markers, the Contractor shall use care not to remove or disturb 35 any such markers. In the event that markers must be removed or are 36 disturbed due to the proximity of construction, the Contractor shall have them 37 referenced and reset by a Registered Land Surveyor and Mapper. 38 39 1.03 PROJECT SURVEY REQUIREMENTS 40 41 A. The Contractor shall engage the services of a Florida Registered Land 42 Surveyor and Mapper to establish all lines and grades on the Drawings 43 necessary to fully construct the Work, and meet the survey requirements of 44 this Section, in accordance with Chapter 5J-17 of the Florida Administrative 45 Code. 46 FIELD ENGINEERING AND SURVEYING 01050-1 01/22/16 1 2 1.04 RECORDS 3 4 A. The Contractor shall maintain a complete, accurate log of all control and 5 survey work as construction progresses. Survey notes indicating the 6 information and measurements used in establishing locations and grades 7 shall be kept in notebooks and furnished each month to the Engineer with 8 the Record Drawings. 9 10 1.05 SUBMITTALS 11 12 A. Submit name and address of Surveyor and Mapper to the Engineer. 13 14 B. On request of the Engineer, submit documentation to verify accuracy of field 15 engineering work. 16 17 PART 2 — PRODUCTS 18 19 A. The Registered Land Surveyor and Mapper shall establish and stake all 20 pipeline right-of-way and easements adjacent to construction, at 100' 21 intervals on tangents, 50' intervals on curves and at all changes in direction. 22 The surveyor shall place lath and hub at such points with stations indicated. 23 Tack in hub shall not be permitted. 24 25 B. The Registered Land Surveyor and Mapper shall utilize current right-of-way 26 maps, plats and property deeds, all being of public record, in conjunction with 27 existing monumentation, to establish the existing right-of-way lines and utility 28 easement boundaries. 29 30 C. The Registered Land Surveyor and Mapper shall establish a temporary 31 benchmark system in accordance with Chapter 5J-17 F.A.C. and shall 32 provide a written list to the Contractor for his use. 33 34 D. The Registered Land Surveyor and Mapper shall provide as -built drawings of 35 the entire project as required under Section 01720. 36 37 PART 3 — EXECUTION 38 (Not Used) 39 40 41 END OF SECTION FIELD ENGINEERING AND SURVEYING 01050-2 01/22/16 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 SECTION 01070 2 3 ABBREVIATIONS AND SYMBOLS 4 5 PART 1 — GENERAL 6 7 A. Referenced Standards: Any reference to published specifications or 8 standards of any organization or association shall comply with the 9 requirements of the specification or standard which is current on the date 10 of Advertisement for Bids. In case of a conflict between the referenced 11 specifications or standards, the one having the more stringent 12 requirements shall govern. However, no provision of any referenced 13 standard specification, manual or code (whether or not specifically 14 incorporated by reference in the Contract Documents) shall be effective to 15 change the duties and responsibilities of the Owner, Contractor or 16 Engineer, or any of their consultants, agents or employees from those set 17 forth in the Contract Documents. 18 19 In case of conflict between the referenced specifications or standards and 20 the Contract Documents, the Contract Documents shall govern. 21 22 B. Abbreviations: 23 AA Aluminum Association 24 AASHTO American Association of State Highway & 25 Transportation Officials 26 AASHO American Association of State Highway Officials (now 27 AASHTO) 28 ABPA Acoustical and Board Products Association 29 ACI American Concrete Institute 30 ACOE Army Corps of Engineers 31 AGA American Gas Association 32 AGMA American Gear Manufacturers Association 33 Al The Asphalt Institute 34 AIEE American Institute of Electrical Engineers (now IEEE) 35 AIMA Acoustical and Insulating Materials Association 36 AISC American Institute of Steel Construction 37 AISI American Iron and Steel Institute 38 ANSI American National Standard Institute 39 API American Petroleum Institute 40 APWA American Public Works Association 41 AREA American Railway Engineering Association 42 ASA American Standards Association (now ANSI) 43 ASCE American Society of Civil Engineers 44 ASHRAE American Society of Heating, Refrigerating and Air 45 Conditioning Engineers 46 ASME American Society of Mechanical Engineers ABBREVIATIONS AND SYMBOLS 01070-1 01/22/16 1 ASSCBC American Standard Safety Code for Building 2 Construction 3 ASTM American Society for Testing and Materials 4 AWPA American Wood Preservers Association 5 AWPB American Wood Preservers Bureau 6 AWS American Welding Society 7 AWWA American Water Works Association 8 CRSI Concrete Reinforcing Steel Institute 9 CS Commercial Standard 10 E/A Engineer and/or Architect 11 EPA Environmental Protection Agency 12 F'C Concrete Compressive Strength 13 FDEP Florida Department of Environmental Protection 14 FDER (now FDEP - formerly Florida Department of 15 Environmental Regulation) 16 FDOT Florida Department of Transportation 17 FDOT Specs Spec Standard Specification for Road and Bridge 18 Construction, Florida Department of Transportation, 19 2011 20 FS Federal Standard 21 GPM Gallons Per Minute 22 HP Horsepower 23 ID Inside Diameter 24 IEEE Institute of Electrical and Electronic Engineers 25 IPCEA Insulated Power Cable Engineers Association 26 LBR Limerock Bearing Ratio 27 NBFU National Board of Fire Underwriters 28 NBS National Bureau of Standards 29 NEC National Electrical Code 30 NECA National Electrical Contractors' Association 31 NEMA National Electrical Manufacturers Association 32 NFPA National Fire Protection Association 33 NPDES National Pollution Discharge Elimination System 34 NPT National Pipe Threads 35 NSF National Science Foundation 36 OD Outside Diameter 37 OSHA U.S. Department of Labor, Occupational Safety and 38 Health Association 39 PCA Portland Cement Association 40 PCI Prestressed Concrete Institute 41 PS United States Products Standards 42 PSIG Pounds Per Square Inch Gauge 43 RPM Revolutions Per Minute 44 SAE Society of Automotive Engineers 45 SDI Steel Decks Institute 46 SJI Steel Joists Institute ABBREVIATIONS AND SYMBOLS 01070-2 01/22/16 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 SMACNA SSPC STA SWFWMD TDH UL USACOE USASI or USAS USDA USEPA PART 2 — Product (Not Used) PART 3 — EXECUTION (Not Used) Sheet Metal and Air Conditioning Contractors' National Association Structural Steel Painting Council Station (100 feet) Southwest Florida Water Management District Total Dynamic Head Underwriter's Laboratories, Inc. United States Army Corps of Engineers United States of America Standards Institute (Now ANSI) United State Department of Agriculture United States Environmental Protection Agency END OF SECTION ABBREVIATIONS AND SYMBOLS 01070-3 01/22/16 1 THIS PAGE INTENTIONALLY LEFT BLANK ABBREVIATIONS AND SYMBOLS 01070-4 01/22/16 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 SECTION 01090 2 3 REFERENCE STANDARDS 4 5 PART 1 - GENERAL 6 7 1.01 REQUIREMENTS INCLUDED 8 9 A. Abbreviations and acronyms are used in the Contract Documents to 10 identify reference standards. 11 12 1.02 QUALITY ASSURANCE 13 14 A. Application: When a standard is specified by reference, comply with 15 requirements and recommendations stated in latest version of that 16 standard, except when requirements are modified by the Contract 17 Documents or applicable codes establish stricter standards. 18 19 B. Publication Date: The publication in effect on the date of issue of 20 Contract Documents, except when a specific publication date is specified. 21 22 23 1.03 ABBREVIATIONS, NAMES, AND ADDRESSES OF ORGANIZATIONS 24 25 Obtain copies of referenced standards direct from publication source, when 26 needed for proper performance of Work, or when required for submittal by 27 Contract Documents. 28 29 AA Aluminum Association 30 1525 Wilson Blvd. 31 Arlington, VA 22209 32 33 AASHTO American Association of State Highway 34 and Transportation Officials 35 444 North Capitol Street, NW Suite 249 36 Washington, DC 20001 37 38 ACI American Concrete Institute 39 38800 Country Club Drive 40 Farmington Hills, MI 48331 41 42 Al Asphalt Institute 43 2696 Research Park Drive 44 Lexington KY 40511 45 46 47 48 REFERENCE STANDARDS 01090-1 01/22/16 1 AISC American Institute of Steel Construction 2 One East Wacker Drive 3 Suite 700 4 Chicago, IL 60601-2001 5 6 AISI American Iron and Steel Institute 7 1140 Connecticut Avenue 8 Suite 705 9 Washington DC 20036 10 11 ANSI American National Standards Institute 12 1819 L Street, NW, 11th Floor 13 Washington, DC 20036 14 15 ASME American Society of Mechanical Engineers 16 Three Park Avenue 17 New York, NY 10016-5990 18 19 ASTM American Society for Testing and Materials 20 100 BarrHarbor Drive 21 West Conshohocken, PA 19428 22 23 AWWA American Water Works Association 24 6666 W. Quincy Avenue 25 Denver, CO 80235 26 27 AWS American Welding Society 28 550 N.W. LeJeune Road 29 Miami, FL 33126 30 31 CRSI Concrete Reinforcing Steel Institute 32 33 38800 Country Club Drive 34 Farmington Hills, MI 48331 35 36 FS Federal Specification General Services 37 Administration Specifications and Consumer 38 Information Distribution Section (WFSIS) 39 470 L'enfant Plaza — Suite 8100 40 Washington, DC 20407 41 42 NEMA National Electrical Manufacturers' Association 43 1300 North 17th Street 44 Suite 1752 45 Rosslyn, VA 22209 46 47 48 REFERENCE STANDARDS 01090-2 1 PCA Portland Cement Association 2 5420 Old Orchard Road 3 Skokie, IL 60077 4 5 PCI Prestressed Concrete Institute 6 7 200 W. Adams Street, #2100 8 Chicago, IL 60606 9 10 SSPC Society for Protective Coatings 11 40 24th Street,. 6th floor 12 Pittsburgh, PA 15222 13 14 UL Underwriters' Laboratories, Inc. 15 16 2600 NW Lake Road 17 Camas, WA 98607-8542 18 19 PART 2 - PRODUCTS (NOT USED) 20 21 PART 3 - EXECUTION (NOT USED) 22 23 24 END OF SECTION REFERENCE STANDARDS 01090-3 01/22/16 1 THIS PAGE INTENTIONALLY LEFT BLANK REFERENCE STANDARDS 01090-4 01/22/16 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 SECTION 01120 2 3 CONSTRUCTION SEQUENCE 4 5 PART 1 — GENERAL 6 7 1.01 CONSTRUCTION SEQUENCE 8 9 A. It is the intent of these documents that the existing Clearwater Harbor Force 10 Main and Intracoastal Waterway Water Main remain in service during 11 construction. Throughout construction, the Contractor shall cooperate fully 12 with the Owner in order to minimize disruption of force main and water main 13 operation. 14 15 B. The suggested sequencing plan specified herein shall be representative 16 only. It is up to the Contractor to develop their own Sequencing Plan, which 17 will meet the requirements as specified herein. The Contractor shall submit 18 a Sequencing Plan for approval, prior to beginning any construction onsite. 19 The Sequencing Plan shall be coordinated with the Contractors construction 20 schedule. 21 22 C. The Contractor shall maintain clear access to all roadways to be safely 23 accessible by passenger vehicles, trucks, and delivery trucks. The 24 Contractor shall be responsible for implementing any MOT required to 25 maintain safe access to roadways during construction per Section 01570. 26 27 D. The Contractor shall be responsible for constructing any temporary 28 utilities/facilities and temporary pumping in order to keep the force main and 29 water main in-service during construction. All materials, piping, equipment, 30 power, labor, and etc. associated with temporary utilities/facilities or 31 temporary pumping shall be the responsibility of the Contractor. 32 33 E. No facility or structure shall be taken out of service until a temporary 34 utilities/facility or the new replacement utility/facility or structure is fully 35 constructed, tested and accepted by the Owner. 36 37 1.02 DESCRIPTION OF FORCE MAIN OPERATIONS 38 39 A. The Clearwater Harbor Force Main currently receives sewage from a 16 -inch 40 force main that connects to the 20 -inch force main on the South side of the 41 Clearwater Harbor at the utility easement located adjacent to 868 Bayway 42 Blvd. The sewage then flows North under Clearwater Harbor and connects 43 to the 20 -inch force main along S.R. 60 and then flows East. 44 45 1.03 DESCRIPTION OF WATER MAIN OPERATIONS 46 CONSTRUCTION SEQUENCE CONFORMED 01120-1 08/08/17 1 A. The Clearwater Intracoastal Waterway Water Main currently receives potable 2 water from a 16 -inch water main that connects to the 18 -inch water main on 3 the East side of the Intracoastal Waterway at Coachman Park. The potable 4 water then flows West under the Intracoastal Waterway and continues West 5 along the Memorial Causeway. 6 7 1.04 SEQUENCING GUIDELINES 8 9 A. The following provides general guidelines with respect to the timing and 10 sequencing of the work. 11 12 1. Installation of the temporary pedestrian trail adjacent to S.R.60; 13 14 2. Installation of the new 24 -inch force main under the Clearwater 15 Harbor via horizontal directional drill; 16 17 3. Installation of tapping saddles and valves, "wet taps," on the existing 18 16 -inch force main South of Clearwater Harbor along Bayway Avenue 19 and North Side of Clearwater Harbor along S.R. 60 to connect to the 20 new force main; 21 22 4. Installation of the line stop on the existing 16 -inch force main South of 23 Clearwater Harbor along Bayway Avenue and installation of the line 24 stop on the existing 20 -inch force main North Side of Clearwater 25 Harbor along S.R. 60. Remove line stops after installation of caps; 26 27 5. Abandonment of the old 20 -inch force main under Clearwater Harbor 28 by grout filling and restoration of the pedestrian trail adjacent to S.R. 29 60 and Bayway Blvd.; 30 31 6. Installation of the new 20 -inch water main under the Clearwater 32 Intracoastal Waterway via horizontal directional drill and open cut 33 along the Clearwater Memorial Causeway subject to the date 34 restrictions as described below; 35 36 7. Connect to the existing 18 -inch water main West of the Clearwater 37 Intracoastal Waterway along the Clearwater Memorial Causeway. 38 Connect to the existing 16 -inch water main East of the Clearwater 39 Intracoastal Waterway at Coachman Park. 40 41 8. The Contractors attention is directed to the fact that portions of the 42 work will be within the limits of Coachman Park. For work within the 43 Coachman Park area, the Contractor shall only be allowed to work 44 during the following days/weeks identified below: 45 46 a. July 8, 2018 to August 18, 2018 CONSTRUCTION SEQUENCE CONFORMED 01120-2 08/08/17 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 2 No other days other than those identified above will the Contractor be 3 allowed to perform work at Coachman Park. Coachman Park 4 construction activities to be completed within this time period include: 5 mobilization, pilot bore, reaming, pipe pullback, pipe fusing, pressure 6 testing, bacteriological testing, receiving FDEP clearance to place 7 water main into service, connecting to the existing water main, 8 restoration and complete demobilization of the area. It is the 9 Contractor's responsibility to coordinate with the City's Parks and 10 Recreation Department prior to scheduling work in the Coachman 11 Park area so that the area is completely clear of construction activities 12 and itis fully restored by August 18, 2018, no exceptions (i.e. after the 13 Contractor performs the work in the Coachman Park area, the 14 Coachman Park area shall be fully restored to the extent that a music 15 concert event can be held on August 19, 2018). 16 17 9. The Contractors attention is directed to the fact that portions of the 18 work will be within the limits of Memorial Causeway. It is the 19 Contractor's responsibility to coordinate with the City's Parks and 20 Recreation Department prior to scheduling the open cut installation of 21 the water main along the Causeway so that the area is completely 22 clear of construction activities during public events (Le. July 4th holiday 23 events). For work within the Memorial Causeway area (approximate 24 STA 30+00 to STA 39+00), the Contractor shall not be allowed to 25 worked during the following days/weeks identified below and shall 26 relocate/secure all construction equipment as required by the Owner: 27 28 a. June 24, 2018 to July 8, 2018 29 30 10. The Contractors attention is directed to the fact that portions of the 31 work will be within the limits of Pedestrian Trail along State Road 32 (S.R. 60). It is the Contractor's responsibility to coordinate with the 33 FDOT prior to scheduling HDD of the force main so that the 34 Pedestrian Trail area is completely clear of construction activities 35 during the month of March and April (i.e. spring break). 36 37 PART 2 PRODUCTS (Not Used) 38 39 PART 3 EXECUTION (Not Used) 40 41 42 END OF SECTION 43 CONSTRUCTION SEQUENCE CONFORMED 01120-3 08/08/17 THIS PAGE INTENTIONALLY LEFT BLANK CONSTRUCTION SEQUENCE CONFORMED 01120-4 08/08/17 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 SECTION 01150 2 3 MEASUREMENT AND PAYMENT 4 5 PART 1 - GENERAL 6 7 1.01 SCOPE OF WORK 8 9 A. This section defines the Work included in each bid item in the Proposal 10 section (Section V) of the Contract Documents. Payment will be made based 11 on the specified items included in the description in this section for each pay 12 item number. 13 14 B. All prices included in the Bid Form / Schedule of Prices of the Proposal will 15 be full compensation for all labor, supervision, materials, tools, equipment, 16 and incidentals necessary to complete the Work as shown on the Drawings 17 and/or as specified in the Contract Documents. Actual quantities of each 18 item bid on a unit price basis will be determined in the manner established for 19 each item in this section. Payment for all items listed in the Schedule of 20 Prices will constitute full compensation for all work shown and/or specified to 21 be performed under this project. 22 23 C. Unless otherwise noted as a separate bid item, restoration is considered an 24 integral part of the Work, and all bid prices shall include the cost of 25 restoration necessitated by the Work related to that bid item. All existing 26 structures and property including, but not limited to, paving, stabilized roads, 27 drainage piping and ditches, catch basins, head walls, yard culverts, lawns, 28 fences, trees, shrubs, ground areas, walkways, sidewalks, driveways, alleys, 29 curbs, gutters and irrigation systems that are altered, removed or damaged 30 during construction shall be restored to the same or better condition than 31 existed prior to construction at no additional cost to the Owner. The bidder 32 shall hereby be advised that cleanup is an integral part of the restoration 33 process. 34 35 D. The Contractor shall exercise care to preserve and protect existing facilities 36 during construction. All existing structures and private property, including, 37 but not limited to paving, stabilized roads, drainage piping and ditches, catch 38 basins, head walls, yard culverts, lawns, fences, trees, shrubs, ground areas, 39 walkways, driveways, alleys, curbs, gutters and irrigations systems that are 40 altered, removed or damaged during construction and are not included in the 41 proposed alterations of the new work shall be restored to the same or better 42 condition than existed prior to construction. 43 44 E. The Contractor shall be responsible for all traffic maintenance requirements 45 necessitated by the construction/installation of those specific bid items MEASUREMENT AND PAYMENT 01150-1 07/07/17 1 requiring traffic maintenance. The cost for this work shall be included in the 2 specific unit price submitted for that particular bid item. 3 4 F. In the absence of a specific Pay Item for connections to existing piping 5 systems, such connections shall be completed as part of the work, and 6 included in the cost of the pipe material. 7 8 G. No specific measurement or payment shall be made for any items or work 9 described in these specifications to be "completed as part of the Work," 10 "included in the price of the Work," or similarly described. Unless specifically 11 included in an individual Pay Item herein, the cost of such items shall be 12 understood to be included in at least one or more of the Pay Items described, 13 at the sole discretion of the Contractor. 14 15 H. All items or work described elsewhere in these specifications as being 16 required for proper completion of a task or Pay Item, or are considered 17 inherently necessary for completion of a task or Pay Item shall be considered 18 included in that Pay Item, whether specifically listed herein or not. 19 20 PART 2 — PRODUCTS (Not Used) 21 22 PART 3 — EXECUTION 23 24 3.01 MEASUREMENT AND PAYMENT 25 26 A. Mobilization (Bid Item No. 1A and 1B) 27 28 This bid item shall include obtaining all permits, insurance, indemnification, 29 and bonds; securing a staging area in proximity to the work if public lands are 30 insufficient; moving onto the site all materials and equipment; furnishing and 31 erecting temporary buildings, access roads and other items as necessary to 32 complete the work; providing a color audio -videotape of existing conditions of 33 the construction site or route; providing field trailers, sanitary facilities and 34 potable water facilities as required for the proper performance and 35 completion of the work. 36 37 Bid price for mobilization shall not exceed 5% of the total base bid. 38 39 Payment for mobilization will be on an incremental basis in accordance with 40 the following: 41 42 Percent of Original Allowable Percent 43 Contract Amount of the Lump Sum 44 Earned Price for the Item 45 5 25 46 10 50 MEASUREMENT AND PAYMENT 01150-2 07/07/17 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 25 75 2 50 100 3 4 B. Maintenance of Traffic (Bid Item No. 2A and 2B) 5 6 This bid item shall include preparation of a Maintenance of Traffic plan 7 consistent with the Contractor's work schedule/plan and coordination with 8 through the Project Representative with the Owner, City Traffic Control 9 authority and Florida Department of Transportation. It shall include the 10 construction and maintenance of any necessary detour facilities, traffic 11 control barriers; providing of necessary facilities for access to residences and 12 businesses, etc. along the project; furnishing, installing and maintaining of 13 traffic control and safety devices during construction, including placement 14 and removal of temporary pavement markings, and signs; temporary 15 wheelchair ramps, temporary lighting for nightwork and any other special 16 requirements for safe and expeditious movement of both vehicular and 17 pedestrian traffic. 18 19 Bid price for Maintenance of Traffic and Traffic Control shall not exceed 3% 20 of the total base bid. 21 22 Payment for Maintenance of Traffic shall be on an incremental basis in 23 accordance with the following: 24 25 Percent of Original Allowable Percent 26 Contract Amount of the Lump Sum 27 Earned Price for the Item 28 20 20 29 40 40 30 60 60 31 80 80 32 100 100 33 34 C. Force Main and Water Main Pipe installed via Horizontal Directional Drill (Bid 35 Item Nos. 3A and 3B) 36 37 The Contractor shall provide all labor, equipment and materials to furnish and 38 install pipe by horizontal directional drill (HDD). The HDD installation of pipe 39 shall include, but may not be limited to: 40 41 1. Performing aII evaluations and calculations necessary for the proper 42 implementation of the HDD. 43 2. Preparing and implementing the HDD work plan, bentonite 44 management and emergency spill plan; 45 3. Excavating the launch, recovery, intermediate mud and exploratory 46 pits; MEASUREMENT AND PAYMENT 01150-3 07/07/17 1 4. Furnishing, installing and maintaining all necessary erosion control 2 measures including but not limited to artificial coverings, mowing, 3 sandbagging, slope drains, sediment basins, hay bales, straw, floating 4 silt barrier, staked silt barrier and seeding; 5 5. Maintaining the pits, which shall include dewatering, barricading, 6 sheeting, shoring, containment, berming and disposal of drill fluid as 7 required or as directed by the Engineer; 8 6. Furnishing and installing the pipe; 9 7. Horizontal directional drilling of pipe; 10 8. Furnishing and installing the locator wires on the pipe; 11 9. Joining segments of the drilled pipe as required; 12 10. Furnishing and installing MJ adapters as necessary to connect HDPE 13 pipe to other pipe materials, fittings, and valves; 14 11. Backfilling and compaction of pits; 15 12. Hydrostatic pressure testing, cleaning, chlorination and bacteriological 16 testing of the pipe; 17 13. Providing and environmental scientist for monitoring HDD activities 18 per the Contract Documents and applicable permits; 19 14. Connecting piping to existing piping and/or structures; and 20 15. All other ancillary materials, equipment, labor, water, and power 21 required for the complete installation of the piping by HDD method. 22 23 All work shall be in accordance with the Technical Specifications. 24 25 Payment for installing pipe by the HDD shall be based on the size and 26 horizontal distance in linear feet of pipe measured along the top centerline of 27 the installed and connected pipe, in place, complete and acceptable to the 28 Engineer. 29 30 D. Force Main and Water Main Pipe installed via Open Cut (Bid Item Nos. 4A, 31 5A, 6A, and 4B) 32 33 The Contractor shall provide all labor, equipment, and ancillary materials for 34 installing force main and water main pipe by the open cut. The open cut 35 installation of pipe shall include, but may not be limited to: 36 37 1. Excavating the trench, clearing, vegetation removal and disposal, 38 grubbing and stripping; 39 2. Maintaining the trench, which shall include dewatering, restraining, 40 sheeting, shoring and/or bracing; 41 3. Furnishing, installing and maintaining all necessary erosion control 42 measures including but not limited to artificial coverings, mowing, 43 sandbagging, slope drains, sediment basins, hay bales, straw, floating 44 silt barrier, staked silt barrier and seeding; 45 4. Exploratory excavations; 46 5. Furnishing and installing pipe bedding; MEASUREMENT AND PAYMENT 01150-4 07/07/17 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 6. Furnishing and installing pipe; 2 7. Joints and restraining joint materials; 3 8. Furnishing and installing polyethylene encasement of ductile iron pipe; 4 9. Furnishing and installing metallic identification tape; 5 10. Materials above or below ground along pipeline alignment, service 6 saddles; 7 11. Cutting and removal of existing pipe; 8 12. Tying into existing mains; 9 13. Backfilling and compacting the trench; 10 14. Materials, preparation, hauling, placing, grading, and compacting 11 approved road base along the width of the pipe trench in areas where 12 asphalt is to be restored; 13 15. Performing compaction and density testing; 14 16. Cleaning, pressure testing, chlorination, and bacteriological testing; 15 17. Cleaning up the job site which shall include removing excess 16 materials and debris; 17 18. All other ancillary materials, equipment, labor, water and power 18 required for the complete installation of the piping by open cut 19 method. 20 21 Payment for installing pipe by the open cut shall be based on the size and 22 horizontal distance in linear feet of pipe measured along the top centerline of 23 the pipe in-place complete and acceptable to the Engineer, paid in 24 accordance with the unit price provided on the bid form and/or agreed to in 25 the Schedule of Values. 26 27 E. Ductile Iron Fittings (Bid Item No. 7A and 5B) 28 29 The Contractor shall provide all labor, equipment and materials to completely 30 furnish and install plugs, caps, bends, sleeves, reducers, tees, crosses, 31 offsets, restrained joints, and fittings. The installation of ductile iron fittings 32 shall include but not be limited to: 33 34 1. Excavating the trench/pit; 35 2. Maintaining the trench/pit which shall include dewatering and bracing 36 and sheeting where required or as directed by the Engineer; 37 3. Furnishing, installing and maintaining all necessary erosion control 38 measures including but not limited to artificial coverings, mowing, 39 sandbagging, slope drains, sediment basins, hay bales, straw, floating 40 silt barrier, staked silt barrier and seeding; 41 4. Furnishing, installing and sealing the fittings with polyethylene 42 encasement of not less than 8 mils thick; 43 5. Furnishing and installing restrained joints such as but not limited to 44 wedge action, push on joint restraints, manufactured restrained joints; 45 6. Backfilling and compacting the trench/pit and; MEASUREMENT AND PAYMENT 01150-5 07/07/17 1 7. All other ancillary materials, equipment, labor, and power required for 2 the complete installation of the ductile iron fittings and joint restraints. 3 4 Payment shall be made per ton for the total weight of fittings installed based 5 on manufacturers standards of each size and type of fittings, Tess bolts and 6 accessories, installed complete with joint restraints and incorporated into the 7 piping system, working, and operating to the satisfaction of the Engineer. 8 9 F. Resilient Wedge Gate Valves with Box (Bid Item No. 6B) 10 11 The Contractor shall provide all labor, equipment and certain materials to 12 completely install all resilient wedge gate valves where required as part of 13 water main and force main installations. The resilient wedge gate valve 14 installation shall include, but may not be limited to: 15 16 1. Excavating the trench/pit; 17 2. Maintaining the trench/pit which shall include dewatering and bracing 18 and sheeting where required or as directed by the Engineer; 19 3. Furnishing, installing and maintaining all necessary erosion control 20 measures including but not limited to artificial coverings, mowing, 21 sandbagging, slope drains, sediment basins, hay bales, straw, floating 22 silt barrier, staked silt barrier and seeding; 23 4. Furnishing and installing valves, valve boxes; 24 5. Furnishing and installing mechanical joint restraints; 25 6. Furnishing and installing valve extension rods where necessary; 26 7. Connections to existing piping systems; 27 8. Furnishing and installing brass valve identification tag and valve pad; 28 9. Backfilling and compacting the trench/pit; 29 10. Furnishing paint and painting valve cover and; 30 11. All other ancillary materials, equipment, labor, and power required for 31 the complete installation of valves and appurtenances. 32 33 Payment shall be made on a per each basis for the installation of Resilient 34 Wedge Gate Valves installed complete, working, and operating to the 35 satisfaction of the Engineer. Operating satisfactorily includes but is not 36 limited to: 37 38 1. The valve box and valve is plumb and the valve box is centered on the 39 valve. 40 2. City personnel can insert a valve key through the valve box and 41 completely open and close the valve. 42 43 44 G. Furnish and Install Line Stop (Bid Item Nos. 8A and 9A) 45 MEASUREMENT AND PAYMENT 01150-6 07/07/17 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 The Contractor shall provide all labor, equipment and materials to completely 2 furnish and install the line stop. The installation of stop(s) shall include but 3 not be limited to: 4 5 1. Excavating the trench/pit; 6 2. Maintaining the trench/pit which shall include dewatering and bracing 7 and sheeting where required or as directed by the Engineer; 8 3. Furnishing, installing and maintaining all necessary erosion control 9 measures including but not limited to artificial coverings, mowing, 10 sandbagging, slope drains, sediment basins, hay bales, straw, floating 11 silt barrier, staked silt barrier and seeding; 12 4. Furnishing, installing the saddle and line stop; 13 5. Removing the line stop and installing the necessary blind flange/plug; 14 6. Backfilling and compacting the trench/pit and; 15 7. All other ancillary materials, equipment, labor, and power required for 16 the complete installation of the line stop 17 18 Payment shall be made for each line stop installed complete, working, and 19 operating to the satisfaction of the Engineer. 20 21 H. Furnish and Install Tapping Sleeve and Valve (Bid Item Nos. 10A, 11A, and 22 7B) 23 24 The Contractor shall provide all labor, equipment and materials to tap 25 existing force mains. The tapping of existing force mains shall include, but 26 may not be limited to: 27 28 1. Performing all evaluations and calculations necessary for the proper 29 implementation of the tap; 30 2. Preparing and implementing the tapping work plan; 31 3. Exploratory pits; 32 4. Furnishing, installing and maintaining all necessary erosion control 33 measures including but not limited to artificial coverings, mowing, 34 sandbagging, slope drains, sediment basins, hay bales, straw, floating 35 silt barrier, staked silt barrier and seeding; 36 5. Excavating and maintaining the pits, which shall include dewatering, 37 barricading, sheeting, shoring, containment, berming and support of 38 the existing force main as required or as directed by the Engineer; 39 6. Backfilling and compaction; 40 7. Furnishing and installing the tapping sleeve and resilient wedge gate 41 valve; 42 8. Pressure testing the tapping sleeve; 43 9. Tapping of pipe; 44 10. All other ancillary materials, equipment, labor, water, and power 45 required for the complete tapping of existing force main. 46 47 All work shall be in accordance with the Technical Specifications and Plans. ' MEASUREMENT AND PAYMENT 01150-7 07/07/17 1 1 2 Payment shall be made for the number of each tap to existing force main 3 installed and incorporated into the piping system complete, working, and 4 operating to the satisfaction of the Engineer. 5 6 1 Combination AirNacuum Valve Assembly (Bid Item No. 12A and 8B) 7 8 The Contractor shall provide all labor, equipment and certain materials to 9 completely install combination air/vacuum valve assemblies for force mains 10 and water mains. The combination air/vacuum valve assembly installation 11 shall include, but may not be limited to: 12 13 1. Excavating the trench/pit; 14 2. Maintaining the trench/pit, which shall include dewatering and bracing 15 and sheeting where required or as directed by the Engineer; 16 3. Furnishing, installing and maintaining all necessary erosion control 17 measures including but not limited to artificial coverings, mowing, 18 sandbagging, slope drains, sediment basins, hay bales, straw, floating 19 silt barrier, staked silt barrier and seeding; 20 4. Furnishing and installing combination air/vacuum valves and other 21 ancillary materials shown on the drawings; 22 5. Furnishing and installing valve assembly enclosures; 23 6. Backfilling and compacting the trench/pit and; 24 7. All other ancillary materials, equipment, labor, and power required for 25 the complete installation of combination air release/vacuum valve and 26 air release valve assemblies. 27 28 All work shall be in accordance with the Technical Specifications and Plans. 29 30 Payment shall be made for the number of each combination air/vacuum valve 31 assembly installed and incorporated into the piping system complete, 32 working, and operating to the satisfaction of the Engineer. 33 34 J. Flowable Fill (Bid Item No. 13A) 35 36 The Contractor shall provide all labor, equipment and materials to install 37 flowable fill into the existing force main for abandonment or for use as backfill 38 at utility conflict locations. The Flowable Fill bid item shall include, but may 39 not be limited to: 40 41 1. Flushing and disposal of all raw sewage in the abandoned line; 42 2. Furnishing, installing and maintaining all necessary erosion control 43 measures including but not limited to artificial coverings, mowing, 44 sandbagging, slope drains, sediment basins, hay bales, straw, floating 45 silt barrier, staked silt barrier and seeding; 46 3. Materials, equipment, labor, and power required to furnish and install 47 flowable fill into the abandoned force main; MEASUREMENT AND PAYMENT 01150-8 07/07/17 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 4. Materials, equipment, labor, and power required to furnish and install 2 flowable fill trenches where utility conflicts existing and compact 3 cannot be made. 4 5. All other ancillary materials, equipment, labor, water, and power 5 required for the complete abandonment of the existing force mains. 6 7 All work shall be in accordance with the Technical Specifications and Plans. 8 9 Payment shall be made for the number of cubic yards of flowable fill placed 10 complete and accepted by the Engineer paid in accordance with the unit 11 price provided on the bid form and/or agreed to in the Schedule of Values. 12 The volume of flowable fill shall be documented with delivery tickets for each 13 truckload. 14 15 K. 2" Mill & Overlay SP -12.5 Asphalt Restoration on Bayway Blvd. (Bid No. 14A) 16 17 The Contractor shall furnish all labor, equipment to mill and overlay asphalt 18 pavement along Bayway Blvd. according to the Drawings and Specifications. 19 The milling and overlay shall include but may not be limited to: 20 21 1. Milling of the existing asphalt as shown in the Drawings; 22 2. Materials, preparation, hauling, and placing 2 -inches of approved 23 asphalt pavement over the area (in two, 1 -inch lifts) as shown in the 24 Drawings or as specified in the Technical Specifications; 25 3. All other ancillary materials, equipment, labor, and power required for 26 the complete asphalt restoration Bayway Blvd. disturbed or damaged 27 by construction. 28 29 Payment shall be made for the number of square yards of asphalt installed 30 complete, in place and accepted by the Engineer, paid in accordance with 31 the unit price provided on the bid form and/or agreed to in the Schedule of 32 Values. 33 34 L. Coachman Park Site Restoration (Bid Item No. 9B) 35 36 This bid item shall include the complete restoration of the Coachman Park; 37 The Coachman Park Site Restoration bid item shall include, but may not be 38 limited to: 39 40 1. Restoration of landscaping and sodding with Tiftway 419 Bermuda or 41 match existing sod; 42 2. Restoration of irrigation systems, lighting, and other ancillary systems; 43 3. Brick walkways, asphalt, curbing; 44 4. All other ancillary materials, equipment, labor, water, and power 45 required for the complete restoration of Coachman Park. 46 MEASUREMENT AND PAYMENT 01150-9 07/07/17 1 All work shall be in accordance with the Technical Specifications and Plans. 2 3 Payment shall be made on a percent complete basis according to the Lump 4 Sum price provided on the bid form and/or agreed to in the Schedule of 5 Values. 6 7 M. Site Restoration (Bid Item No. 15A and10B) 8 9 This bid item shall include the complete restoration of the project area not 10 cover by any other bid item(s); The Site Restoration bid item shall include, 11 but may not be limited to: 12 13 1. Restoration including formwork, reinforcement, and installation of 14 concrete driveways, curbs, gutters, asphalt, sidewalks, sodding, 15 landscaping, irrigation systems that were removed, cut or damaged 16 during construction; 17 2. All other ancillary materials, equipment, labor, water, and power 18 required for the complete restoration of the project site, which are not 19 included or cover by any other bid items. 20 21 All work shall be in accordance with the Technical Specifications and Plans. 22 23 Payment shall be made on a percent complete basis according to the Lump 24 Sum price provided on the bid form and/or agreed to in the Schedule of 25 Values. 26 27 N. Temporary Asphalt Pedestrian Trail, Access Drives and Restoration (Bid Item 28 No. 16A) 29 30 This bid item shall include the Temporary Asphalt Pedestrian Trail, Access 31 Drives, and Restoration as shown in the Drawings. The Temporary Asphalt 32 Pedestrian Trail, Access Drives and Restoration bid item shall include, but 33 may not be limited to: 34 35 1. Installation and maintaining of the temporary asphalt pedestrian trail 36 and access driveways during construction along S.R. 60; 37 2. Removal of temporary asphalt pedestrian trail and driveways and 38 restoration of the areas where the temporary asphalt pedestrian trail is 39 located and restoration of the areas where the access driveways are 40 located; 41 3. Restoring the permanent asphalt pedestrian trail with sub -base, base 42 material, 1.5 -inches of Type III SP asphalt, complete with header curb 43 as shown on the plans and details. 44 4. All other ancillary materials, equipment, labor, water, and power 45 required for the complete installation of the temporary asphalt MEASUREMENT AND PAYMENT 01150-10 07/07/17 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 pedestrian trail and restoration of the permanent asphalt pedestrian 2 trail and areas of the access driveways. 3 4 All work shall be in accordance with the Technical Specifications and Plans. 5 6 Payment shall be made on a percent complete basis according to the Lump 7 Sum price provided on the bid form and/or agreed to in the Schedule of 8 Values. 9 10 0. Temporary Access Drives (Bid Item No. 11B) 11 12 This bid item shall include the Temporary Access Drives as shown in the 13 Drawings near STA 26 to STA 27. The Temporary Access Drives bid item 14 shall include, but may not be limited to: 15 16 1. Installation and maintaining of the temporary access driveways during 17 construction along S.R. 60 near STA 26 to STA 27; 18 2. Removal of temporary access driveway and restoration of the areas 19 where the temporary access driveway is located; 20 3. All other ancillary materials, equipment, labor, water, and power 21 required for the complete installation of the temporary access 22 driveways and the restoration of the areas where the temporary 23 driveway is located. 24 25 All work shall be in accordance with the Technical Specifications and Plans. 26 27 Payment shall be made on a percent complete basis according to the Lump 28 Sum price provided on the bid form and/or agreed to in the Schedule of 29 Values. 30 31 P. Floating Turbidity Barriers (Bid Item No. 17A and 12B) 32 33 This bid item shall include the floating turbidity barriers as shown in the 34 Drawings. The Floating Turbidity Barriers bid item shall include, but may not 35 be limited to: 36 37 1. Installation and maintaining of the floating turbidity barriers during the 38 installation of pipe via HDD; 39 2. Removal of the floating turbidity barriers after the HDD installation is 40 complete. 41 3. All other ancillary materials, equipment, labor, water, and power 42 required for the complete installation of the floating turbidity barriers. 43 44 All work shall be in accordance with the Technical Specifications and Plans. 45 MEASUREMENT AND PAYMENT 01150-11 07/07/17 1 Payment shall be made on a percent complete basis according to the Lump 2 Sum price provided on the bid form and/or agreed to in the Schedule of 3 Values. 4 5 Q Televise Existing 20 -inch Ball Joint Water Main (Bid Item No. 13B) 6 7 The contractor shall provide all labor and equipment required for the 8 Televising of the Existing 20 -inch Ball Joint Water Main. The Televise Existing 9 20 -inch Ball Joint Water Main bid item shall include, but may not be limited 10 to: 11 12 1. Coordination with the Owner for shutdown of the existing water main 13 pipe to allow for televising; 14 2. Engage the services of a NASSCO PACP Certified Operator to 15 televise the existing pipeline; 16 3. Providing the Owner with a continuous color DVD recording of the 17 televised pipeline; 18 4. Flushing, disinfection, and obtaining and performing 2 -day 19 bacteriological testing on the existing water main; 20 5. All other ancillary materials, equipment, labor, water, and power 21 required for the complete televising of the existing pipeline. 22 23 Payment for recording the Existing 20 -inch Ball Joint Water main shall be on 24 a per lineal foot basis and will be paid in accordance with the unit price 25 provided on the bid form and/or agreed to in the Schedule of Values. 26 27 R. Contingency Allowance (Bid Item No. 18A and 14B) 28 29 Bid price for Contingency Allowance shall be 10% of the subtotal for the 30 Sanitary Sewer System or Potable Water Main System 31 32 Measurement: Measurement for this item will be made for in accordance 33 with the Change Order authorized by the Owner. The allowance is for extra 34 work specifically authorized by the Owner, the compensation for which shall 35 be determined in accordance with the Change Order provisions of the 36 General Conditions. Said compensation shall be deducted from the 37 allowance at the time the Change Order is authorized by the Owner. 38 39 Payment: Payment from the Contingency Allowance shall be made on either 40 a lump sum or unit price basis, in accordance with the Change Order or Work 41 Change Directive, only after authorization from the Owner, and then in 42 accordance with the Change Order provisions of the General Conditions. 43 44 45 END OF SECTION 46 MEASUREMENT AND PAYMENT 01150-12 07/07/17 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 SECTION 01152 2 3 APPLICATIONS FOR PAYMENT 4 5 PART 1 — GENERAL 6 7 1.01 REQUIREMENTS INCLUDED 8 9 A. Submit Applications for Payment to the Engineer in accordance with the 10 schedule as approved by the Owner. 11 12 B. Contractor shall submit to the Engineer for review, the proposed Application 13 for Payment form, prior to the first Payment Request. 14 15 C. The Contractor's attention is directed to the fact that the Owner shall not pay 16 the Contractor for any stored materials. The Application for Payment shall be 17 rejected if any stored materials are invoiced by the Contractor. 18 19 1.02 FORMAT AND DATA REQUIRED 20 21 A. Submit applications typed on forms either provided in these Specifications 22 furnished by the Owner, as approved by the Owner, with itemized data typed 23 on 8-1/2 inch x 11 inch white paper continuation sheets. 24 25 B. Provide itemized data on continuation sheet: 26 27 1. Format, schedules, line items and values: those of the Schedule of 28 Values accepted by the Engineer. 29 30 1.03 PREPARATION OF APPLICATION FOR EACH PROGRESS PAYMENT 31 32 A. Application Form: 33 34 1. Fill in required information, including that for Change Orders executed 35 prior to date of submittal of application. 36 37 2. Fill in summary of dollar values to agree with respective totals 38 indicated on continuation sheets. 39 40 3. Execute certification with signature of a responsible officer of the 41 Contractor. 42 43 B. Continuation Sheets: 44 45 1. Fill in total list of all scheduled component items of work, with item 46 number and scheduled dollar value for each item. APPLICATIONS FOR PAYMENT 01152-1 01/22/16 1 2 2. Fill in dollar value in each column for each scheduled line item when 3 work has been performed or products stored. 4 3. List each Change Order executed prior to date of submission, at the 5 end of the continuation sheets. 6 7 a. List by Change Order Number, and description, as for an 8 original component item of work. 9 10 1.04 SUBSTANTIATING DATA FOR PROGRESS PAYMENTS 11 12 A. Provide substantiating data, containing suitable information for review of 13 costs requested with a cover letter identifying: 14 15 1. Project. 16 17 2. Application number and date. 18 19 3. Detailed list of enclosures. 20 21 4. For stored products: 22 23 a. Item number and identification as shown on application. 24 25 b. Description of specific material. 26 27 c. Supplier invoices. 28 29 d. A table identifying stored material, amount stored, amount 30 installed, monthly activities report, updated cash flow chart, 31 progress photos, and schedule of values item which the 32 material applies. 33 34 B. Submit one copy of data and cover letter for each copy of application. 35 36 C. The Contractor is to maintain an updated set of As -built Drawings to be used 37 as record drawings. As a prerequisite for monthly progress payments, the 38 Contractor shall submit monthly the updated as -built drawings for review by 39 the Owner, the Engineer, or their dedicated representatives. If the 40 Contractor fails to submit the required As -built Drawings within the time 41 prescribed, the Engineer may withhold approval of progress payment 42 estimates until such a time as the Contractor submits the required As -built 43 Drawings. As -built Drawings shall be in accordance with Section 01720 44 Project Record Documents. 45 APPLICATIONS FOR PAYMENT 01152-2 01/22/16 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 D. Contractor shall maintain an updated construction schedule in accordance 2 with the Specifications. As a prerequisite for monthly progress payments, 3 Contractor shall submit the updated construction schedule with the 4 applications for progress payments. If the Contractor fails to submit the 5 required updated schedule within the time prescribed, the Engineer may 6 withhold approval of progress payment estimates until such a time as the 7 Contractor submits the required updated schedule. 8 9 1.05 PREPARATION OF APPLICATION FOR FINAL PAYMENT 10 11 A. Fill in application form as specified for progress payments. 12 13 B. Use continuation sheet for presenting the final statement of accounting as 14 specified in the Specification. 15 16 C. All appropriate information must be entered on the application form. 17 18 1. The line title, "Application Period", must indicate the dates between 19 which all work was completed during the pay period. The period is 20 defined from the first day of the month to the last day of the month, 21 i.e. January 1, 2016 to January 31, 2016. 22 23 2. All blank lines within the "Contract Data" and "Summary of Project 24 Status" section of the application must be completed. Also, if any 25 Change Orders have been approved, the "Change Orders" section 26 must include that information. 27 28 3. All calculations and arithmetic must be precise to the penny. 29 30 4. The application must be signed and dated by an authorized 31 representative of the Contractor and notarized. 32 33 1.06 SUBMITTAL PROCEDURE 34 35 A. Prior to submitting a completed Payment Request, the Contractor must 36 arrange a field meeting with the Resident Project Representative to review 37 and verify all installed quantities and/or stored material. Only when the 38 Resident Project Representative and Contractor agree on installed quantities 39 and percentages, should the Payment Request be submitted. 40 41 B. Submit six (6) copies of Applications for Payment to the Engineer at the 42 times stipulated in the General Conditions. 43 44 C. When the Engineer finds Application properly completed and correct, he will 45 transmit certificate for payment to Owner, with copy to Contractor. 46 47 PART 2 — PRODUCTS 48 (NOT USED) APPLICATIONS FOR PAYMENT 01152-3 01/22/16 1 1 1 2 PART 3 - EXECUTION 3 (NOT USED) 4 5END OF SECTION 6 1 1 1 1 1 1 1 1 1 1 1 1 1 1 APPLICATIONS FOR PAYMENT 01152-4 01/22/16 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 SECTION 01153 2 3 CHANGE ORDER PROCEDURES 4 5 PART 1 - GENERAL 6 7 1.01 REQUIREMENTS INCLUDED 8 9 A. Promptly implement Change Order procedures. 10 11 1. Provide full written data required to evaluate changes. 12 13 2. Maintain detailed records of work done on a time and material/force 14 account basis. 15 16 3. Provide full documentation to Engineer on request. 17 18 B. Designate in writing the member of Contractor's organization: 19 20 1. Who is authorized to accept changes in the work. 21 22 2. Who is responsible for informing others in the Contractor's employ of 23 the authorization of changes in the work. 24 25 C. The Contractor shall comply with all other requirements as described in the 26 City of Clearwater, Section III — General Conditions regarding Change Order 27 procedures. 28 29 1.02 DEFINITIONS 30 31 A. Change Order: See General Conditions. 32 33 1. Request for Cost Proposal — will be authorized by the Authority prior 34 to all Work Change Directives and Field Orders. 35 36 B. Work Directive Change: A written order to the Contractor, signed by 37 Contractor, Owner and Engineer, which amends the Contract Documents as 38 described, and authorizes Contractor to proceed with a change that affects 39 the Contract Sum or the Contract Time, for inclusion in a subsequent 40 Change Order. 41 42 C. Engineer's Supplemental Instructions: A written order, instructions, or 43 interpretations, signed by Engineer making minor changes in the Work not 44 involving a change in Contract Sum or Contract Time. 45 46 D. Field Order: A written order to the Contractor, signed by the Engineer and the 47 Contractor, which is issued to interpret/clarify the Contract Documents, order CHANGE ORDER PROCEDURES 01153-1 01/22/16 1 minor changes in the work. The work described by a Field Order is to be 2 accomplished without change to the Contract Sum, Contract Time, and/or 3 claims for other costs. 4 5 1.03 PRELIMINARY PROCEDURES 6 7 A. Owner and Engineer may initiate changes by submitting a Work Directive 8 Change to the Contractor. Request will include: 9 10 1. Detailed description of the change, products, and location of the 11 change in the Project. 12 13 2. Supplementary or revised Drawings and/or Specifications. 14 15 3. The projected time span for making the change, and a specific 16 statement as to whether overtime work is or is not authorized. 17 18 4. A specific period of time during which the requested price will be 19 considered valid. 20 21 B. Contractor may initiate changes by submitting a written notice to the 22 Engineer, prior to the work being performed, containing: 23 24 1. Description of the proposed changes. 25 26 2. Statement of the reason for making the changes. 27 28 3. Statement of the effect on the Contract Sum and the Contract Time. 29 30 4. Statement of the effect on the work of separate contractors. 31 32 5. Documentation supporting any change in Contract Sum or Contract 33 Time, as appropriate. 34 35 1.04 CONSTRUCTION CHANGE AUTHORIZATION 36 37 A. Work Directive Change will describe changes in the Work, both additions 38 and deletions, with attachments of revised Contract Documents to define 39 details of the change and will designate the method of determining any 40 change in the Contract Sum and any change in Contract Time. 41 42 B. Owner and Engineer will sign and date the Work Directive Change as 43 authorization for the Contractor to proceed with the changes. 44 45 CHANGE ORDER PROCEDURES 01153-2 01/22/16 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1.05 DOCUMENTATION OF PROPOSALS AND CLAIMS 2 3 A. Support each quotation for a lump sum proposal, and for each unit price 4 which has not previously been established, with sufficient substantiating data 5 to allow the Engineer to evaluate the quotation. 6 7 B. On request, provide additional data to support time and cost computations: 8 9 1. Labor required. 10 11 2. Equipment required. 12 13 3. Products required. 14 15 a. Recommended source of purchase and unit cost. 16 17 b. Quantities required. 18 19 4. Taxes, insurance, and bonds. 20 21 5. Credit for work deleted from Contract, similarly documented. 22 23 6. Overhead and profit. 24 25 7. Justification for any change in Contract Time. 26 27 C. Support each claim for additional costs, and for work done on a time -and - 28 material/force account basis, with documentation as required for a Lump 29 Sum proposal, plus additional information: 30 31 1. Name of the Owner's authorized agent who ordered the work and 32 date of the order. 33 34 2. Dates and times work was performed and by whom. 35 36 3. Time record, summary of hours worked, and hourly rates paid. 37 38 4. Receipts and invoices for: 39 40 a. Equipment used, listing dates, and times of use. 41 42 b. Products used, listing of quantities. 43 44 c. Subcontracts. 45 46 ' CHANGE ORDER PROCEDURES 01153-3 01/22/16 1 1 1.06 PREPARATION OF CHANGE ORDERS AND FIELD ORDERS 2 3 A. Engineer will prepare each Change Order and Field Order and Work Change 4 Directives. 5 6 B. Change Order will describe changes in the Work, both additions and 7 deletions, with attachments of revised Contract Documents to define details 8 of the change. 9 10 C. Change Order will provide an accounting of the adjustment in the Contract 11 Sum and in the Contract Time. 12 13 D. Field Order will describe interpretations or clarifications of Contract 14 Documents, order minor changes in the Work, and/ or memorialize trade-off 15 agreements. 16 17 E. Field Order work will be accomplished without change in the Contract Sum, 18 Contract Time, and/or claims for other costs. 19 20 1.07 LUMP SUM/FIXED PRICE CHANGE ORDER 21 22 A. Engineer initiates the form, including a description of the changes involved 23 and attachments based upon documents and proposals submitted by 24 Contractor, or requests from Owner, or both. 25 26 B. Once Engineer has completed and signed the form, all copies should be sent 27 to Contractor for approval. After approval by Contractor, all copies should be 28 sent to Owner for approval. Engineer should make distribution of executed 29 copies. 30 31 1.08 UNIT PRICE CHANGE ORDER 32 33 A. Content of Change Orders will be based on either: 34 35 1. Engineer's definition of the scope of the required changes. 36 37 2. Contractor's Proposal for a change, as recommended by Engineer. 38 39 3. Survey of complete work. 40 41 B. The amounts of the unit prices to be: 42 43 1. Those stated in the Agreement. 44 45 2. Those mutually agreed upon between Owner and Contractor. 46 CHANGE ORDER PROCEDURES 01153-4 01/22/16 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 C. When quantities of each of the items affected by the Change Order can be 2 determined prior to start of the work: 3 4 1. Owner and Engineer will sign and date a Work Directive Change as 5 authorization for Contractor to proceed with the changes. 6 7 D. When quantities of the items cannot be determined prior to start of the work: 8 9 1. Engineer or Owner will issue a Work Directive change directing the 10 Contractor to proceed with the change on the basis of unit prices, and 11 the Engineer will cite the applicable unit prices. 12 13 2. Upon completion of the change, the Engineer will determine the cost 14 of such work based on the unit prices and quantities used. Contractor 15 shall submit documentation to establish the number of units of each 16 item and any claims for a change in Contract Time. 17 18 3. Engineer will sign and date the Change Order to establish the change 19 in Contract Sum and in Contract Time. 20 21 4. Contractor will sign and date the Change Order to indicate their 22 agreement with the terms therein. 23 24 5. Owner will then sign the change order. 25 26 1.09 CORRELATION WITH CONTRACTORS SUBMITTALS 27 28 A. Not greater than monthly revise Schedule of Values and Request for 29 Payment forms to record each change as a separate item of work and to 30 record the adjusted Contract Sum. 31 32 B. Not greater than monthly revise the Construction Schedule to reflect each 33 change in Contract Time. Revise subschedules to show changes for other 34 items of work affected by the changes. 35 36 C. Upon completion of work under a Change Order, enter pertinent changes in 37 Record Documents. 38 39 PART 2 — PRODUCTS 40 (NOT USED) 41 42 PART 3 — EXECUTION 43 (NOT USED) 44 45 46 END OF SECTION 47 CHANGE ORDER PROCEDURES 01153-5 01/22/16 1 THIS PAGE INTENTIONALLY LEFT BLANK CHANGE ORDER PROCEDURES 01153-6 01/22/16 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 SECTION 01200 2 3 MEETINGS AND CONFERENCES 4 5 PART 1 — GENERAL 6 7 1.01 PRE -CONSTRUCTION CONFERENCE 8 9 A. In accordance with the Contract Documents, prior to the commencement of 10 Work, a preconstruction conference shall be held at a mutually agreed time 11 at the Construction Manager's Office. 12 13 B. The purpose of the conference shall be to designate responsible personnel 14 and establish a working relationship. Matters requiring coordination shall be 15 discussed and procedures for handling such matters established. The 16 agenda shall include as a minimum: 17 18 1. Contractor's Initial Construction Schedule 19 20 2. Procedures for Transmittal, Review and Distribution of Shop Drawings 21 22 3. Procedures for Submittal and Review of Monthly Pay Applications 23 24 4. Maintaining Record Drawings 25 26 5. Critical Work Sequencing and Construction Restrictions 27 28 6. Field Decisions and Change Orders 29 30 7. Field Office, Storage Areas and Security 31 32 8. Equipment and Material Deliveries 33 34 9. Safety Meetings and Program 35 36 10. Traffic Control Plan 37 38 11. Pre -construction Video 39 40 C. The Engineer will preside at the conference and will arrange for keeping the 41 minutes and distributing them to all persons in attendance. 42 43 1.02 PROGRESS MEETINGS 44 45 A. The Engineer will schedule and conduct regular project meetings at least 46 monthly and at other times as deemed necessary by the progress of the 47 Work. The Contractor and the Engineer will be represented at each meeting. MEETINGS AND CONFERENCES 01200-1 01/22/16 1 The Contractor and/or Engineer/Owner may request attendance by 2 representatives of material Supplier(s) and Subcontractor(s). 3 4 B. The Engineer will preside at the conference and will arrange for keeping the 5 minutes and distributing them to all persons in attendance. The purpose of 6 the meetings will include but not be limited to reviewing the progress of the 7 Work, maintaining coordination of efforts, discussing changes in scheduling 8 and resolving problems which may develop; claims review; and future 9 scheduling. 10 11 1.03 TRAFFIC CONTROL MEETINGS 12 13 A. The Owner will schedule and conduct meetings as required with the 14 Contractor to attend to matters of traffic control and associated public 15 convenience and safety during the course of the Work. 16 17 B. The Engineer will preside at the meetings and provide for keeping the 18 minutes and distribution of minutes to the Owner, the Contractor and others. 19 The purpose of the meetings shall be for the Contractor presentation of 20 traffic control plans and any revisions required during performance of the 21 Work and to discuss related matters. 22 23 1.04 PUBLIC INFORMATION MEETINGS 24 25 A. The Contractor shall be responsible for attending and actively participate in 26 periodic public information meetings that may be scheduled by the Owner. 27 28 PART 2 — PRODUCT 29 (Not Used) 30 31 PART 3 — EXECUTION 32 (Not Used) 33 34 35 END OF SECTION MEETINGS AND CONFERENCES 01200-2 01/22/16 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 SECTION 01300 2 3 SUBMITTALS 4 5 PART 1 — GENERAL 6 7 1.01 CONSTRUCTION SCHEDULE 8 9 A. Within 15 days after the Notice of Award, Contractor shall submit to Engineer 10 for review a schedule of the proposed construction operations. The 11 construction schedule shall indicate the sequence of the Work, the time of 12 starting and completion of each part, and the installation date for each major 13 item of equipment, and the time for making connections to existing piping, 14 structures, or facilities. 15 16 B. At least every 30 days the schedule shall be revised as necessary to reflect 17 changes in the progress of the Work. 18 19 C. Owner may require Contractor to add to his equipment, or construction 20 forces, as well as increase the working hours, if operations fall behind 21 schedule at any time during the construction period. 22 23 1.02 PRELIMINARY SUBMITTALS 24 25 A. Within 10 days after the Notice of Award, but prior to the pre -construction 26 conference, the Contractor shall submit the following items to the Owner's 27 construction manager for review by the ENGINEER. 28 29 1. A preliminary schedule of Shop Drawing submittals. 30 31 2. A preliminary list of all permits and licenses the Contractor shall 32 obtain showing the permitting agency, the type of permit, the 33 expected date of application for the permit, required date for receipt of 34 the permit, and permit fee. 35 36 1.03 PROGRESS REPORTS 37 38 A. A progress report shall be furnished to Engineer with each application for 39 progress payment. If the Work falls behind schedule, Contractor shall submit 40 additional progress reports at such intervals as Engineer may request. 41 42 B. Each progress report shall include sufficient narrative to describe current and 43 anticipated delaying factors, their effect on the construction schedule, and 44 proposed corrective actions. Any Work reported complete, but which is not 45 readily apparent to Engineer, must be substantiated with satisfactory 46 evidence. 47 SUBMITTALS 01300-1 01/22/16 1 C. Each progress report shall also include three (3) prints of the accepted 2 graphic schedule marked to indicate actual progress. 3 4 1.04 SCHEDULE OF VALUES 5 6 A. The Contractor shall submit to the Engineer for review a Schedule of Values 7 after review of the tentative schedule and before submission of the first 8 application for payment. The Schedule of Values, showing the value of each 9 kind of work, shall be acceptable to Engineer before any application for 10 payment is prepared. 11 12 B. The sum of the items listed in the Schedule of Values shall equal the 13 Contract Price. Such items as Bond premium, temporary construction 14 facilities, may be listed separately in the Schedule of Values, provided the 15 amounts can be substantiated. Overhead and profit shall not be listed as 16 separate items. 17 18 C. In addition to those items listed in Paragraph B, items that shall also be 19 included on the Schedule of Values include 0 & M manuals (including 20 electronic format), As-Builts, Start -Up and Training, and any other 21 individualized component that the Contractor would like to separately itemize 22 for payment. 23 24 D. An unbalanced Schedule of Values providing for overpayment of Contractor 25 on items of Work that would be performed first will not be accepted. The 26 Schedule of Values shall be revised and resubmitted until acceptable to 27 Engineer. Final acceptance by Engineer will indicate only consent to the 28 Schedule of Values as a basis for preparation of applications for progress 29 payments and shall not constitute an agreement as to the value of each 30 indicated item. 31 32 1.04 SCHEDULE OF PAYMENTS 33 34 A. Within thirty (30) days after award of contract, Contractor shall furnish to 35 Engineer a schedule of estimated monthly payments. The schedule shall be 36 revised and resubmitted each time an application for payment varies more 37 than 10 percent from the estimated payment schedule. 38 39 40 1.05 SHOP DRAWINGS AND ENGINEERING DATA 41 42 A. Shop Drawings and Engineering Data shall be submitted in accordance with 43 specification 01340. 44 45 SUBMITTALS 01300-2 01/22/16 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1.06 EXCAVATION PLAN 2 3 A. The Contractor shall prepare and submit an excavation plan prior to 4 beginning the Work. The plan shall indicate the general plan for performing 5 excavation, ground dewatering, sheeting, shoring and bracing, haul routes 6 for the disposal of surface materials and for transporting excess excavation 7 materials to either (1) a disposal site chosen by the Contractor when excess 8 excavated materials are designated to become the property of the Contractor 9 or (2) to the storage area designated by the Contract Documents when the 10 excess excavated materials are designated to remain the property of the 11 Owner. The excavation plan is for the Owner's information only. Submission 12 and acceptance by the Owner of this information shall not relieve the 13 Contractor from constructing the Work in a continuous safe manner at all 14 times and in accordance with the Contract Documents. 15 16 1.07 SURVEY DATA 17 18 A. All field books, notes, and other data developed or obtained by the 19 Contractor in performing the surveys required by the Work shall be available 20 to the Owner or Engineer for examination throughout the construction period. 21 All such data shall be submitted to the Owner with all other Project 22 Record Documents required for Final Completion of the Work in accordance 23 with Section 01720. 24 25 B. Survey data shall be submitted in digital electronic format as specified in 26 Section 01720. 27 28 1.08 CONTRACTOR'S DAILY REPORTS 29 30 A. The Contractor shall furnish the Owner's construction manager with one (1) 31 copy of each of the Contractor's daily report. These reports shall include, at 32 a minimum, the following: 33 34 1. The number of craftsmen and hours worked by each Subcontractor 35 36 2. The number and hours worked by each trade 37 38 3. The number and hours worked of each type of equipment 39 40 4. A description of work activities performed 41 42 5. A description of any material or equipment deliveries 43 44 6. Description of obstructions encountered 45 46 7. Temperature and weather conditions 47 SUBMITTALS 01300-3 01/22/16 1 8. Testing and start-ups performed 2 3 9. Training conducted 4 5 10. Water quality monitoring activities and turbidity readings 6 7 The daily reports shall be submitted to the Owner's construction manager at 8 weekly intervals. The format shall be acceptable to the Engineer. 9 10 Information provided on the daily report shall not constitute NOTICE of delay 11 or any other Notice required by the Contract Documents. Notice shall be as 12 required therein. 13 14 1.09 LAYOUT DATA 15 16 A. Contractor shall keep neat and legible notes of measurements and 17 calculations made by him in connection with the layout of the Work. Copies 18 of such data shall be furnished to the Engineer for use in checking. 19 20 B. Contractor's layout as provided under Lines and Grades. All such data 21 considered of value to Owner will be transmitted to Owner by Engineer with 22 other records upon completion of the Work. 23 24 PART 2 — PRODUCT 25 (Not Used) 26 27 PART 3 — EXECUTION 28 (Not Used) 29 30 31 END OF SECTION SUBMITTALS 01300-4 01/22/16 1 SECTION 01310 2 3 CONSTRUCTION SCHEDULES 4 5 PART 1 - GENERAL 6 7 1.01 GENERAL 8 9 A. Construction under this contract must be coordinated to assure that 10 construction is completed within the time allowed by the Contract Documents. 11 The Contractor will also coordinate his activities with the other contractors to 12 allow orderly and timely completion of all the work. 13 14 B. All construction schedules shall be of the critical path method, bar chart type, 15 and shall be prepared using Microsoft Project or equal. 16 17 1.02 CONSTRUCTION SCHEDULING GENERAL PROVISIONS 18 19 A. Within 15 calendar days after the issuance of the Notice of Award, the 20 Contractor shall prepare and submit to the Engineer a preliminary construction 21 progress schedule. The schedule shall contain a sufficient number of tasks 22 such that no single task has a value that exceeds 1.5% of the total Contract 23 Amount. Partial payments will not be approved until an acceptable 24 construction progress schedule has been approved by the Engineer. 25 26 B. The schedule shall be updated monthly reflecting the approved baseline 27 schedule and the Contractor's progress on each activity. No progress 28 payment will be approved until the updated schedule is submitted and 29 approved by the Engineer. 30 31 C. Night work may be established by the Contractor as regular procedure only 32 with the prior written permission of the Owner. Such permission, however, 33 may be revoked at any time by the Owner if the Contractor fails to maintain 34 adequate equipment and supervision for the proper execution and control of 35 the work at night. 36 37 D. The Contractor shall designate an authorized representative of his firm who 38 shall be responsible for development and maintenance of the schedule and of 39 progress and payment reports. This representative of the Contractor shall 40 have direct project control and complete authority to act on behalf of the 41 Contractor in fulfilling the commitments of the Contractor's schedule. 42 43 1.03 PROGRESS OF THE WORK 44 45 A. The work shall be executed with such progress as may be required to prevent 46 any delay to the general completion of the work. The work shall be executed 47 at such times and in or on such parts of the project, and with such forces, CONSTRUCTION SCHEDULES 01310-1 01/22/16 1 materials and equipment to assure completion of the work in the time 2 established by the Contract. 3 4 B. If the Contractor for his convenience and at his own expense, should desire to 5 carry on his work at night or outside regular hours, he shall submit written 6 notice to the Engineer and he shall allow ample time for satisfactory 7 arrangements to be made for inspecting the work in progress. The Contractor 8 shall reimburse the Owner for extra inspection required for work outside 9 regular hours. The Contractor shall Tight the different parts of the project as 10 required to comply with all applicable Federal and State regulations and with 11 all applicable requirements of the municipality in which the work is being done. 12 13 PART 2 - PROGRESS SCHEDULE SUBMITTALS 14 15 2.01 GENERAL REQUIREMENTS 16 17 A. As required within the General Conditions, the Contractor shall submit a critical 18 path progress schedule as described herein. The schedule shall take into 19 considerations all work phasing and restrictions as specified elsewhere in the 20 Contract Documents. 21 22 B. The critical path progress schedule requirement will consist of a detailed 23 schedule, monthly status reports (Monthly Reports), a start-up schedule, and 24 revisions to the schedules and analyses as described. The planning, 25 scheduling, management and execution of the work are the sole 26 responsibilities of the Contractor. The progress schedule shall allow Engineer 27 to review Contractor's planning, scheduling, management and execution of the 28 work; to assist Engineer in evaluating work progress and make progress 29 payments; to allow other contractors to cooperate and coordinate their 30 activities with those of the Contractor; and to provide Owner with information 31 about "construction schedule" and "cumulative outlay schedule." 32 33 C. Engineer's review of the schedule submittals shall not relieve Contractor from 34 responsibility for any deviations from the Contract Documents unless 35 Contractor has in writing called Engineer's attention to such deviations at the 36 time of submission and Engineer has given written concurrence to the specific 37 deviations, nor shall any concurrence by Engineer relieve Contractor from 38 responsibility for errors and omissions in the submittals. 39 40 D. Float or slack time is not for the exclusive benefit of the Owner, the Engineer or 41 the Contractor. Extensions of time for performance, as specified in the 42 General Conditions, will be granted only to the extent that equitable time 43 adjustments for the network activity, or activities affected, exceed the total float 44 or slack time along the affected network paths, as shown in the precedence 45 diagram and computer printout report in effect at the instant of either (a) a 46 notice to proceed with a change, or (b) a notice of suspension of work or 47 possession, or (c) detection of a subsequently acknowledged differing site CONSTRUCTION SCHEDULES 01310-2 01/22/16 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 condition, or (d) occurrence of cause for an excusable delay. Further, use of 2 float time in the schedule, or the allocation of float time to activities by means 3 of special logic restraints or imposed dates, shall be shared to the benefit of 4 Owner, Engineer, Contractor, and his subcontractors and suppliers in 5 proportion of their scope of responsibilities. Excessive use of float time to the 6 detriment of succeeding activities may be cause for denying an extension of 7 time if it can be demonstrated that the float along the network paths affected at 8 the instant of the delaying condition would have been larger than the delay had 9 it not been for the excessive and unreasonable float usage in violation of the 10 sharing concept required by this Specification. 11 12 E. Engineer's review of the schedule submittals shall be only for conformance 13 with the information given in the Contract Documents and shall not extend to 14 the means, methods, sequences and techniques or procedures of construction 15 or to safety precautions or programs incident thereto. Engineer's review of the 16 schedule submittals will be predicated on a Contractor's stamp of approval 17 signed off by Contractor. Contractor's stamp of approval on any schedule 18 submittals shall constitute a representation to Owner and Engineer that 19 Contractor, has either determined or verified all data on the submittal, or 20 assumes full responsibility for doing so, and that Contractor and his 21 subcontractors and suppliers have reviewed and coordinated the sequences 22 shown in the submittal with the requirements of the work under the Contract 23 Documents. 24 25 2.02 SUPPLEMENTARY REQUIREMENTS 26 27 A. Graphic network diagrams shall be on a time -scaled precedence network 28 format. The graphic network diagram shall include the following format: 29 30. 1. Description of each activity, or restraint, shall be brief but convey the 31 scope of work described. 32 33 2. Activities shall identify all items of work that must be accomplished to 34 achieve substantial completion, or any interim substantial completion, 35 such as the major disciplines of work; items pertaining to the approval 36 of regulatory agencies; contractor's time required for submittals, 37 fabrication and deliveries; the time required by Engineer to review all 38 submittals as set forth in the Contract Documents; items of work 39 required of Owner to support pre -operational and start-up testing; time 40 required for the relocation of utilities. Activities shall also identify 41 interface milestones with the work of other contract work under 42 separate contracts with Owner. 43 44 3. Any activities not shown on the graphic network diagram shall be 45 considered to have no effect on the Contractor's ability to achieve 46 substantial completion, or interim substantial completion, within the 47 Contract Time. Any delays to activities that do not appear in the CONSTRUCTION SCHEDULES 01310-3 01/22/16 1 concurred detailed schedule shall give rise only to non -prejudicial 2 delays. Attempts to impose after -the -fact logic constraints where none 3 existed previously to justify time extensions will not be permitted. 4 5 4. Activity durations shall be in whole working days. 6 7 5. Graphic diagrams shall be time -scaled and sequenced by work areas. 8 The Diagram of Activities shall show numerical values for total float and 9 be shown on their early schedules. The diagram shall be neat and 10 legible and submitted on sheets no larger than 24 inches by 36 inches 11 on a medium suitable for reproduction. 12 13 B. Printout reports shall contain the following data for each activity or restraint: 14 15 1. Activity identification, activity description, activity duration, activity 16 man -days, computed or specified early start date, computed early finish 17 date, computed late start date, computed or specified late finish date, 18 and total float and free float. 19 20 2. Five separate reports shall be provided, including all activities and 21 restraints, and shall be submitted monthly as follows: 22 23 a. Activity, sort by early start dates in order of ascending numbers. 24 b. Activity, sort by department. 25 c. Float report, in order of ascending total float values. 26 d. Successor/predecessor report. 27 28 PART 3 - EXECUTION 29 30 3.01 DETAILED SCHEDULE SUBMITTAL 31 32 A. Submittal shall include a time -scaled graphic diagram showing all Contract 33 activities, computer printout reports, and a supporting narrative. The initial 34 Detailed Schedule submittal shall be delivered within 10 calendar days after 35 the Notice to Proceed, and shall use the Notice to Proceed as the "data date". 36 Upon receipt of Engineer's comments, Contractor shall meet with Engineer 37 and discuss an appraisal and evaluation of the proposed work plan. 38 Necessary revisions resulting from this review shall be made by Contractor 39 and the detailed schedule resubmitted within 15 calendar days after the 40 meeting. The re -submittal, if agreed to by the Owner, and unless 41 subsequently changed with the concurrence of or at the direction of Owner, 42 shall be the work plan to be used by the Contractor for planning, scheduling, 43 managing and executing the work. If Contractor fails to provide an acceptable 44 Detailed Schedule submittal, he will be deemed not to have provided a basis 45 upon which progress may be evaluated, which will further constitute reasons 46 for refusing to recommend payment. 47 CONSTRUCTION SCHEDULES 01310-4 01/22/16 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 B. The graphic diagram shall be formatted in accordance with Article 2.02(A) 2 above. The diagram shall include (1) all detailed activities grouped by major 3 areas of work. The critical path activities shall be identified, including critical 4 paths for interim dates, if applicable, by clearly highlighting the path on the 5 graphics diagram. 6 7 C. This submittal shall include five copies of the graphic diagram, the printout 8 reports and the narrative, in accordance with Article 2.02 of these scheduling 9 requirements. 10 11 D. The narrative shall include sufficient data to explain the basis of Contractor's 12 determination of durations, describe the contract conditions and restraints 13 plugged into the schedule, and provide a "what -if" analysis pertaining to 14 potential problems and practical steps to mitigate them. Should Engineer 15 require additional data, this information shall be supplied by Contractor within 16 ten calendar days. 17 18 3.02 MONTHLY STATUS REPORTS 19 20 A. Beginning with the first month, and every month thereafter, Contractor shall 21 submit to Engineer, with each request for payment, a Monthly Status Report 22 (based on the Detailed Schedule) with data as of the last day of the pay 23 period. The monthly Status Report shall include a revised copy of the currently 24 accepted graphic diagram, computer printouts and a narrative. The Monthly 25 Status Report will be reviewed by the Engineer. The Contractor will address 26 the Engineer's comments in the subsequent Monthly Status Report. If 27 Contractor fails to provide acceptable Monthly Status Reports, he will be 28 deemed not to have provided a basis upon which progress may be evaluated, 29 which will be reason for refusing to recommend progress payments. 30 31 B. The revised diagram shall show, for the currently accepted detailed diagram, 32 percentages of completion for all activities, actual start and finish dates, and 33 remaining durations, as appropriate. Activities not previously included in the 34 currently accepted detailed schedule shall be added, except that contractual 35 dates will not be changed except by Change Order. Review of a revised 36 diagram by the Engineer will not be construed to constitute concurrence with 37 the time frames, duration, or sequencing for such added activities; instead the 38 corresponding data as ultimately incorporated into an appropriate change 39 order shall govern. 40 41 C. The narrative shall include the information shown in the following outline in a 42 narrative form: 43 44 1. Construction progress (refer to activity number in the Detailed 45 Schedule) including: 46 47 a. Activities completed this reporting period; CONSTRUCTION SCHEDULES 01310-5 01/22/16 1 b. Activities in progress this reporting period; 2 c. Activities scheduled to commence next reporting period. 3 4 2. Description of problem areas 5 6 3. Current and anticipated delays 7 8 a. Cause of the delay; 9 b. Corrective action and schedule adjustments to correct the delay; 10 c. Impact of the delay on other activities, on milestones, and on 11 completion dates. 12 13 4. Changes in construction sequence 14 15 5. Pending items and status thereof 16 17 a. Permits 18 b. Change Orders 19 c. Time extensions 20 d. Other 21 22 6. Contract completion date status 23 24 a. Ahead of schedule and number of days 25 b. Behind schedule and number of days 26 27 3.03 REVISIONS 28 29 A. All revised Detailed Schedule submittals shall be in the same form and detail 30 as the initial submittal and shall be accompanied by an explanation of the 31 reasons for such revisions, all of which shall be subject to review by Engineer. 32 The revision shall incorporate all previously made changes to reflect current 33 as -built conditions. Minor changes to the submittal may be reviewed at 34 monthly meetings. Changes to activities having adequate float shall be 35 considered a minor change. 36 37 B. A revised detailed work plan submittal shall be submitted for review, when 38 required by Engineer, for one of the following reasons: 39 40 1. Owner or Engineer directs a change that affects the date(s) specified in 41 the Agreement or alters the length of a critical path. 42 43 2. Contractor elects to change any sequence of activities so as to affect a 44 critical path of the currently accepted detailed schedule documents. 45 46 C. If, prior to agreement on an equitable adjustment to the Contract Time, 47 Engineer requires revisions to the Detailed Schedule in order to evaluate CONSTRUCTION SCHEDULES 01310-6 01/22/16 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 planned progress, Contractor shall provide an interim revised submittal for 2 review with change effect(s) incorporated as directed. Approved interim 3 revisions to the documents will be incorporated during the first subsequent 4 Monthly Status Report. 5 6 3.04 START-UP SCHEDULE SUBMITTALS 7 8 A. At least 90 calendar days prior to the date of Substantial Completion, 9 Contractor shall submit a time -scaled (days after notice to proceed) graphic 10 diagram detailing the work to take place in the period between 60 days prior to 11 Substantial Completion, together with a supporting narrative. Engineer shall 12 have 10 calendar days after receipt of the submittal to respond. Upon receipt 13 of Engineer's comments, Contractor shall make the necessary revisions and 14 submit the revised schedule within ten calendar days. If Contractor fails to 15 provide acceptable Start-up Schedule Submittals, he will be deemed not to 16 have provided a basis upon which progress may be evaluated, which will be 17 reason for refusing to recommend payment. 18 19 B. The Start-up Schedule may not be combined with the Detailed Schedule. The 20 Start-up Schedule is intended to show much greater detail than the Detailed 21 Schedule for start-up activities. Typical information required includes, but is 22 not limited to, the timing of vendor representatives, pre-op testing, individual 23 equipment start-ups, Owner's training, and performance certification testing. 24 25 C. The graphic diagram shall use the currently accepted Detailed Schedule for 26 those activities completed ahead of the last 60 calendar days prior to 27 Substantial Completion, and detailed activities for the remaining 60 -day period 28 within the time frames outlined in the currently accepted Detailed Schedule. 29 30 D. Contractor will be required to continue the requirement for monthly reports, as 31 outlined in Articles 3.03 and 3.04 above. In preparing these reports, 32 Contractor must assure that the Detailed Schedule is consistent with the 33 progress noted in the Start-up Schedule. 34 35 E. In addition, Contractor will be required to submit a revised copy of the start-up 36 graphic diagram on a monthly basis with a start-up narrative. This revised 37 diagram shall highlight percentages of completion, actual start and finish 38 dates, and remaining durations as applicable. Activities not previously 39 included in the accepted detailed work plan shall be added in these submittals, 40 except that contractual dates shall not be changed except by Change Order. 41 Reviews of these submittals by Engineer will not be construed to constitute 42 concurrence with the time frames, durations or sequence of work for each 43 added activity. 44 45 CONSTRUCTION SCHEDULES 01310-7 01/22/16 1 3.05 CONSTRUCTION PERIOD 2 3 A. Whenever it becomes apparent from the current monthly progress evaluation 4 and updated schedule data that any milestone and/or Contract completion 5 date will not be met, the Contractor shall take appropriate action to bring the 6 work back on schedule. Actions could include: 7 8 1. Increase construction manpower in such quantities and crafts as to 9 substantially eliminate the backlog of work; 10 11 2. Increase the number of working hours per shift, shifts per work day, 12 work days per week, or the amount of construction equipment, or any 13 combination of the foregoing sufficient to substantially eliminate the 14 backlog of work; and 15 16 3. Reschedule work items to achieve concurrency of accomplishment. 17 18 B. The addition of equipment or construction forces, increasing the working hours 19 or any other method, manner, or procedure to return to the current Detailed 20 Schedule shall be at the Contractor's own cost and shall not be considered 21 justification for a Change Order or treated as an acceleration order. 22 23 24 END SECTION CONSTRUCTION SCHEDULES 01310-8 01/22/16 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 SECTION 01340 2 3 SHOP DRAWINGS, PRODUCT DATA, WORKING DRAWINGS AND SAMPLES 4 5 PART 1 - GENERAL 6 7 1.01 REQUIREMENTS INCLUDED 8 9 A. The Contractor shall submit to the Engineer for review such working 10 drawings, shop drawings, test reports and data on materials and equipment 11 (hereinafter in this Section called data), and material samples (hereinafter in 12 this Section called samples) as are required for the proper control of work, 13 including but not limited to those working drawings, shop drawings, data and 14 samples for materials and equipment specified elsewhere in the 15 Specifications and in the Contract Drawings. 16 17 B. The Contractor shall note that there are specific submittal requirements in 18 other sections of these Specifications. 19 20 1.02 SHOP DRAWINGS 21 22 A. When used in the Contract Documents, the term "shop drawings" shall be 23 considered to mean Contractor's Drawings for material and equipment which 24 become an integral part of the Project. These drawings shall be complete 25 and detailed. Shop drawings shall consist of fabrication, erection and setting 26 drawings and schedule drawings, manufacturer's scale drawings, bills of 27 material, wiring and control diagrams, and inspection and test reports 28 including performance curves and certifications as applicable to the Work. 29 30 B. All details on shop drawings submitted for review shall show clearly the 31 elevations of the various parts to the main members and lines of the 32 structure and/or equipment, and where correct fabrication of the work 33 depends upon field measurements, such measurements shall be made and 34 noted on the shop drawings before being submitted for review. 35 36 C. See Shop Drawing Schedule requirements in Subparagraph 1.07 37 CONTRACTOR'S RESPONSIBILITY. 38 39 1.03 PRODUCT DATA 40 41 A. Product data as specified in individual sections, include, but are not 42 necessarily limited to, standard prepared data for manufactured products 43 (sometimes referred to as catalog data), such as the manufacturers product 44 specification and installation instructions, availability of colors and patterns, 45 manufacturer's printed statements of compliances and applicability, 46 roughing -in diagrams and templates, catalog cuts, product photographs, 47 standard wiring diagrams, printed performance curves and operational -range SHOP DRAWINGS, PRODUCT DATA, WORKING DRAWINGS AND SAMPLES 01340-1 01/22/16 1 diagrams, production or quality control inspection and test reports and 2 certifications, mill reports, product operating and maintenance instructions 3 and recommended spare -parts listing storage instructions, and printed 4 product warranties, as applicable to the work. 5 6 1.04 WORKING DRAWINGS 7 8 A. When used in the Contract Documents, the term "working drawings" shall be 9 considered to mean the Contractor's Drawings for temporary structures such 10 as temporary bulkheads, support of open cut excavation, support of utilities, 11 ground water control systems, forming and falsework; for underpinning; and 12 for such other work as may be required for construction but does not become 13 an integral part of the Project. 14 15 B. Working drawings shall be signed and sealed by a registered Professional 16 Engineer, currently licensed to practice in the State and shall convey, or be 17 accompanied by, calculations or other sufficient information to completely 18 explain the structure, machine, or system described and its intended manner 19 of use. Prior to commencing such work, working drawings must have been 20 reviewed without specific exceptions by the Engineer. Such review will be for 21 general conformance and will not relieve the Contractor in any way from his 22 responsibility with regard to the fulfillment of the terms of the Contract. All 23 risks of error are assumed by the Contractor; the Owner and Engineer will 24 have no responsibility therefore. 25 26 1.05 SAMPLES 27 28 A. The Contractor shall furnish, for review of the Engineer, samples required by 29 the Contract Documents or requested by the Engineer. Samples shall be 30 delivered to the Engineer as specified or directed and in quantities and sizes 31 as specified. A minimum of two samples of each item shall be submitted 32 unless otherwise specified. The Contractor shall prepay all shipping charges 33 on samples. Materials or equipment for which samples are required shall not 34 be used in work until reviewed by the Engineer. 35 36 B. Samples specified in individual sections, include, but are not necessarily 37 limited to, physical examples of the work such as sections of manufactured 38 or fabricated work, small cuts or containers of materials, complete units of 39 repetitively -used products, color/texture/pattern swatches and range sets, 40 specimens for coordination of visual effect, graphic symbols, and units of 41 work to be used by the Engineer or Owner for independent inspection and 42 testing, as applicable to the Work. 43 44 C. The Contractor shall prepare a transmittal letter for each shipment of 45 samples. He shall enclose a copy of this letter with the shipment and send a 46 copy of this letter to the Engineer. Review of a sample shall be only for the SHOP DRAWINGS, PRODUCT DATA, WORKING DRAWINGS AND SAMPLES 01340-2 01/22/16 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 characteristics or use named in such review and shall not be construed to 2 change or modify any Contract requirements. 3 4 1.06 SUBMITTAL REQUIREMENTS 5 6 A. The Contractor shall review, approve, and submit, with reasonable 7 promptness and in such sequence, so as to cause no delay in the Contract 8 Work or in the Work of the Owner or any separate contractor, all shop 9 drawings, product data, working drawings and samples required by the 10 Contract Documents. 11 12 B. The Contractor shall submit eight (8) copies of descriptive or product data 13 submittals to complement shop drawings to the Engineer. The Engineer will 14 review the submittal and return to the Contractor two (2) marked -up copies of 15 the shop drawings with the appropriate review comments. 16 17 C. Shop drawings, product data, working drawings and samples shall be 18 furnished with the following information: 19 20 1. Number and title of the drawing. 21 22 2. Date of drawing or revision. 23 24 3. Name of project building, facility or system. 25 26 4. Name of contractor, subcontractor, and manufacturer submitting 27 drawing. 28 29 5. Clear identification of contents, location of the work, and the sheet 30 numbers where the product is found in the contract drawings. 31 32 6. Contractor Certification Statement. 33 34 7. Submittal Identification Number. 35 36 8. Contract Drawing Number Reference. 37 38 D. All items specified are not necessarily intended to be a manufacturer's 39 standard product. Variations from specified items will be considered on an 40 "or equal" basis. If submittals show variations from Contract requirements 41 because of standard shop practice or for other reasons, the Contractor shall 42 describe such variations in his letter of transmittal and on the shop drawings 43 along with notification of his intent to seek contract adjustment. If 44 acceptable, proper adjustment in the Contract shall be implemented where 45 appropriate. If the Contractor fails to describe such variations he shall not be 46 relieved of the responsibility for executing the work in accordance with the 47 Contract, even though such drawings have been reviewed. Variations SHOP DRAWINGS, PRODUCT DATA, WORKING DRAWINGS AND SAMPLES 01340-3 01/22/16 1 submitted but not described may be cause for rejection. Any variations 2 initiated by the Contractor will not be considered as an addition to the scope 3 of work unless specifically noted and then approved as such in writing by the 4 Engineer. 5 6 E. Data on materials and equipment shall include materials and equipment lists 7 giving, for each item thereon, the name and location of the supplier or 8 manufacturer, trade name, catalog reference, material, size, finish and all 9 other pertinent data. 10 11 F. For all mechanical and electrical equipment furnished, the Contractor shall 12 provide a list including the equipment name, and address and telephone 13 number of the manufacturer's representative and service company so that 14 service and/or spare parts can be readily obtained. In addition, a 15 maintenance and lubrication schedule for each piece of equipment shall be 16 submitted as specified in Section 01730. 17 18 G. The Contractor shall use the color "green" to make his remarks on the 19 Submittals. Only the Engineer will utilize the color "red" in marking 20 submittals. 21 22 1.07 CONTRACTOR'S RESPONSIBILITY 23 24 A. It is the duty of the Contractor to check, and coordinate with the work of all 25 trades, all drawings, data, schedules and samples prepared by or for him 26 before submitting them to the Engineer for review. Each and every copy of 27 any drawing or data sheet larger than 11"x17" shall bear Contractor's stamp 28 showing that they have been so checked and approved. Drawings or data 29 sheets 11"x17" and smaller shall be bound together in an orderly fashion and 30 bear the Contractor's stamp on the cover sheet. The cover sheet shall fully 31 describe the packaged data and include a list of all sheet numbers within the 32 package. Shop drawings submitted to the Engineer without the Contractor's 33 stamp will be returned to the Contractor, without review at the Engineer's 34 option, for conformance with this requirement. 35 36 B. The Contractor shall review shop drawings, product data, and samples prior 37 to submission to determine and verify the following: 38 39 1. Field measurements. 40 41 2. Field construction criteria. 42 43 3. Manufacturer's catalog numbers and similar data. 44 45 4. Conformance with Specifications. 46 SHOP DRAWINGS, PRODUCT DATA, WORKING DRAWINGS AND SAMPLES 01340-4 01/22/16 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 C. Shop drawings shall indicate any deviations in the submittal from the 2 requirements of the Contract Documents. 3 4 D. At a time decided upon at the preconstruction meeting the Contractor shall 5 furnish the Engineer a Shop Drawing schedule fixing the respective dates for 6 the initial submission of shop and working drawings, the beginning of 7 manufacture, testing and installation of materials, supplies and equipment. 8 This schedule shall be provided as a separate entity and indicate those 9 submittals that are critical to the progress schedule. The Contractor shall 10 prepare and transmit each submittal sufficiently in advance of performing the 11 related work or other applicable activities, or within the time specified in the 12 individual work sections of the Specifications, so that the installation will not 13 be delayed by processing times including disapproval and resubmittal (if 14 required), coordination with other submittals, testing, purchasing, fabrication, 15 delivery, and similar sequenced activities. No extension of time will be 16 authorized because of the Contractor's failure to transmit complete and 17 acceptable submittals sufficiently in advance of the Work. 18 19 E. The Contractor shall not begin any work affected by a submittal returned, 20 "Rejected. Revise as indicated and resubmit". Before starting this work all 21 revisions must be corrected by the Contractor. After resubmittal they will be 22 reviewed and returned to him by the Engineer. If returned marked, "No 23 exceptions noted" or "Exceptions as noted", then the Contractor may begin 24 this work. Any corrections made to the shop drawings are to be followed 25 without exception. 26 27 F. The Contractor shall submit to the Engineer all shop drawings and data 28 sufficiently in advance of construction requirements to provide no less than 29 twenty-one (21) calendar days for review from the time the Engineer receives 30 them. 31 32 G. The Contractor shall be responsible for and bear all cost of damages which 33 may result from the ordering of any material or from proceeding with any part 34 of work prior to review by the Engineer of the necessary shop drawings. 35 36 H. All shop drawings, product data, working drawings and samples submitted by 37 subcontractors for review shall be sent directly to the Contractor for checking. 38 The Contractor shall be responsible for their submission according to the 39 approved shop drawing schedule so as to prevent delays in delivery of 40 materials and project completion. 41 42 I. The Contractor shall check all subcontractor's shop drawings, product data, 43 working drawings and samples regarding measurements, size of members, 44 materials, and details to satisfy himself that they are in conformance to the 45 Contract Documents. Shop drawings found to be inaccurate or otherwise in 46 error shall be returned to the subcontractors for correction before submission 47 to the Engineer. SHOP DRAWINGS, PRODUCT DATA, WORKING DRAWINGS AND SAMPLES 01340-5 01/22/16 1 2 1.08 ENGINEER'S REVIEW OF SHOP DRAWINGS, PRODUCT DATA, WORKING 3 DRAWINGS AND SAMPLES 4 5 A. The Engineer's review is for general conformance with the design concept 6 and contract drawings. Markings or comments shall not be construed as 7 relieving the Contractor from compliance with the Contract Drawings and 8 Specifications or from departures therefrom. The Contractor remains 9 responsible for details and accuracy, for coordinating the work with all other 10 associated work and trades, for selecting fabrication processes, for 11 techniques of assembly, and for performing work in a safe manner. 12 13 B. The review of shop drawings, data, and samples will be general. They shall 14 not be construed: 15 16 1. As permitting any departure from the Contract requirements; 17 18 2. As relieving the Contractor of responsibility for any errors, including 19 details, dimensions, and materials; 20 21 3. As approving departures from details furnished by the Engineer, 22 except as otherwise provided herein. 23 24 C. If the shop drawings, data or samples as submitted describe variations per 25 subparagraph (1.07H), and show a departure from the Contract requirements 26 which Engineer finds to be in the interest of the Owner and to be so minor as 27 not to involve a change in Contract Price or time for performance, the 28 Engineer may return the reviewed drawings without noting an exception. 29 30 D. Submittals will be returned to the Contractor under one of the following: 31 32 "NO EXCEPTIONS NOTED" is assigned when there are no notations or 33 comments on the submittal. When returned under this code the Contractor 34 may release the equipment and/or material for manufacture. 35 36 "EXCEPTIONS AS NOTED" is assigned when notations or comments have 37 been made on the submittal pointing out minor discrepancies as compared 38 wit compared with the Contract Documents. Resubmittal or confirmation is 39 not necessary prior to release for manufacturing. 40 41 "EXCEPTIONS AS NOTED/CONFIRM." This combination of codes is 42 assigned when a confirmation of the notations and comments is required by 43 the Contractor. The Contractor may release the equipment or material for 44 manufacture; however, all notations and comments must be incorporated 45 into the final product. This confirmation is to address the omissions and/or 46 nonconforming items that were noted. Only the items to be "confirmed" need 47 to be resubmitted. SHOP DRAWINGS, PRODUCT DATA, WORKING DRAWINGS AND SAMPLES 01340-6 01/22/16 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 2 "EXCEPTIONS AS NOTED/RESUBMIT." This combination of codes is 3 assigned when a resubmittal is required by the Contractor. The Contractor 4 may release a portion of the equipment or material for manufacture; 5 however, all notations and comments must be incorporated into the final 6 submittal. This resubmittal is to address the omissions and/or 7 nonconforming items that were noted. 8 9 "REJECTED. REVISE AS INDICATED AND RESUBMIT." This combination 10 of codes is assigned when the submittal is in noncompliance with the 11 Contract Documents and must be corrected and the entire package 12 resubmitted. This code generally means that the equipment or material 13 cannot be released for manufacture unless the Contractor takes full 14 responsibility for providing the submitted items in accordance with Contract 15 Documents. 16 17 "FOR YOUR INFORMATION" is assigned when the package provides 18 information of a general nature that may or may not require a response. 19 20 E. Resubmittals will be handled in the same manner as first submittals. On 21 resubmittals the Contractor shall direct specific attention, in writing, on the 22 letter of transmittal and on resubmitted shop drawings by use of revision 23 triangles or other similar methods, to revisions other than the corrections 24 requested by the Engineer on previous submissions. Any such revisions 25 which are not clearly identified shall be made at the risk of the Contractor. 26 The Contractor shall make corrections to any work done because of this type 27 revision that is not in accordance to the Contract Documents as may be 28 required by the Engineer. 29 30 F. If the Contractor considers any correction indicated on the shop drawings to 31 constitute a change to the Contract Documents, the Contractor shall give 32 written notice thereof to the Engineer at least seven (7) working days prior to 33 release for manufacture. 34 35 G. The Engineer will review each original submittal and the first re -submittal of 36 Shop Drawings, product data and samples. Further reviews of subsequent 37 re -submittals shall be charged to the Contractor at a rate of $150.00 per 38 hour. 39 40 H. When the shop drawings have been completed to the satisfaction of the 41 Engineer, the Contractor shall carry out the construction in accordance 42 therewith and shall make no further changes therein except upon written 43 instructions from the Engineer. 44 45 1 Partial submittals may not be reviewed. The Engineer will be the only judge 46 as to the completeness of a submittal. Submittals not complete will be 47 returned to the Contractor. The Engineer may at his option provide a list or SHOP DRAWINGS, PRODUCT DATA, WORKING DRAWINGS AND SAMPLES 01340-7 01/22/16 1 mark the submittal directing the Contractor to the areas that are incomplete. 2 3 4 PART 2 — PRODUCTS 5 (NOT USED) 6 7 PART 3 — EXECUTION 8 (NOT USED) 9 10 11 END OF SECTION SHOP DRAWINGS, PRODUCT DATA, WORKING DRAWINGS AND SAMPLES 01340-8 01/22/16 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 SECTION 01370 2 3 SCHEDULE OF VALUES 4 5 PART 1 — GENERAL 6 7 1.01 DESCRIPTION 8 9 A. Scope of Work: 10 11 1. The Contractor shall submit to the Engineer a proposed Schedule of 12 Values allocated to the various lump sum price items of the Work, 13 within ten (10) days after the issuance of the Notice to Proceed. 14 15 2. Upon request of the Engineer, the Contractor shall support the 16 Schedule of Values with data that shall substantiate their correctness. 17 18 3. The Schedule of Values will be used by the Owner and Engineer for 19 the purpose of reviewing lump sump price items and Payment 20 Applications. 21 22 1.02 FORM AND CONTENT OF SCHEDULE OF VALUES 23 24 A. The Schedule of Values shall be typed on 8-1/2 inch x 11 -inch white 25 paper; Contractor's standard forms and computer printout will be 26 considered for approval by the Engineer upon Contractor's request. The 27 schedule shall identify: 28 29 1. Project name and location 30 2. Project number 31 3. Name and address of Contractor 32 4. Engineer's name 33 5. Date of submission 34 35 B. The Schedule of Values shall list the installed value of the component part 36 of the Work in sufficient detail to serve as a basis for computing values for 37 partial payments during construction. 38 39 C. Each line item shall be identified with the number and title of the 40 respective major section of the Specifications. 41 42 D. For each major line item, the Schedule of Values shall list sub -values of 43 major products or operations under the item. 44 45 46 47 SCHEDULE OF VALUES 01370 - 1 01/22/16 1 1.03 SUB -SCHEDULE OF UNIT MATERIAL VALUES 2 3 A. The Contractor shall submit a Sub -Schedule of Unit Material Values, 4 including costs and quantities, for products on which partial payments will 5 be requested for stored products. 6 7 B. The form of submittal shall parallel that of the Schedule of Values, with 8 each item identified the same as the line item in the Schedule of Values. 9 10 C. The unit quantity for bulk materials shall include an allowance for normal 11 waste. 12 13 D. The unit values for the materials shall be broken down into: 14 15 1. Cost of the material, delivered and unloaded at the site, with taxes 16 paid. 17 2. Copies of paid invoices for component material shall be included 18 with the payment request in which the material first appears. 19 20 E. The installed unit value multiplied by the quantity listed shall equal the cost 21 of that item in the Schedule of Values. 22 23 1.04 REVIEW AND RESUBMITTAL 24 25 A. After review by Engineer and Owner, the Contractor shall revise and 26 resubmit the Schedule of Values and Sub -Schedule of Unit Material 27 Values as required. 28 29 B. The Contractor shall resubmit revised schedules in the same manner. 30 31 PART 2 — PRODUCTS (NOT USED) 32 33 PART 3 — EXECUTION (NOT USED) 34 35 36 END OF SECTION SCHEDULE OF VALUES 01370 - 2 01/22/16 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 SECTION 01385 2 3 COLOR AUDIO -VIDEO CONSTRUCTION RECORDS 4 5 PART 1 — GENERAL 6 7 1.01 DESCRIPTION 8 9 A. Scope 10 11 The Contractor shall prepare color audio/video DVDs of all work areas within 12 21 days of the Notice to Proceed. 13 14 B. Requirements Included 15 16 Prior to commencing work, the Contractor shall have a continuous color 17 audio/video DVD recording taken along the entire length of the Project 18 including all affected project areas. Streets, easements, rights -of way, lots or 19 construction sites within the Project must be recorded to serve as a record of 20 pre -construction conditions. One copy of DVD recordings and video log will 21 be submitted to the Owner and one copy to the Engineer. The Engineer will 22 designate those areas, if any, to be omitted from or added to the audio-visual 23 coverage. All DVDs and written records will become property of the Owner. 24 25 C. Scheduling 26 27 No construction shall begin prior to review and approval of the DVDs 28 covering the Project construction area(s) by the Engineer. The Engineer and 29 Owner will have the authority to reject all or any portion of video DVD not 30 conforming to specifications and order that it be redone at no additional 31 charge. The Contractor shall reschedule unacceptable coverage within 32 seven days after being notified. DVD recordings shall not be made more 33 than 21 days after Notice to Proceed. 34 35 D. Videographer Qualifications 36 37 The Contractor shall engage the services of a professional videographer 38 known to be skilled and regularly engaged in the business of preconstruction 39 color audio -video DVD documentation. The videographer, through the 40 Contractor, shall furnish to the Engineer a list of all equipment to be used for 41 the audio -video recording, i.e., manufacturer's name, model number, 42 specifications and other pertinent information. 43 44 Additional information to be furnished by the videographer is the names and 45 addresses of two references that the videographer has performed color 46 audio -video recording on projects of a similar nature within the last 12 47 months. Engineer's approval of the selected videographer is required prior to COLOR AUDIO -VIDEO CONSTRUCTION RECORDS 01385-1 01/22/16 1 taking first audio -video DVD. 2 3 E. Equipment 4 5 The Contractor shall furnish all equipment, accessories, materials and labor 6 to perform this service. The total audio -video system shall reproduce bright, 7 sharp, clear pictures with accurate colors and shall be free from distortion, 8 tearing, rolls or any other form of imperfection. The audio portion of the 9 recording shall reproduce the commentary of the camera operator with 10 proper volume, clarity and be free from distortion and interruptions. In some 11 instances, audio -video coverage may be required in areas not accessible by 12 conventional wheeled vehicles. Such coverage shall be obtained by walking. 13 The color video camera used in the recording shall be of Industrial Grade 14 and shall have EIA Standard NTSC type color - 1.0V 75 OHMS. Video 15 output from camera shall be capable of horizontal resolution of 350 lines at 16 center and utilize a minimum of 8:1 zoom with a 2/3 Newvicon tube or CCD 17 pick-up element for optimum color imagery plus minimum lag through of one 18 foot candle. The recording shall be made with Industrial Grade recorder. 19 The recordings shall be high resolution, extended still frame capable, in 20 color. The recorded video DVDs shall be compatible for playback with any 21 American TV Standard DVD player. 22 23 F. Recorded Information, Audio 24 25 Each DVD shall begin with the current date, project name and be followed by 26 the general location, i.e., viewing side and direction of progress. 27 Accompanying the video recording of each video DVD shall be a 28 corresponding and simultaneously recorded audio recording. This audio 29 recording, exclusively containing the commentary of the camera operator or 30 aide, shall assist in viewer orientation and in any needed identification, 31 differentiation, clarification, or objective description of the features being 32 shown in the video portion of the recording. The audio recording shall also 33 be free from any conversations. 34 35 G. Recorded Information, Video 36 37 All video recordings must continuously display transparent digital information 38 to include the date and time of recording. The date information shall contain 39 the month, day and year. The time information shall contain the hour, 40 minutes and seconds. Additional information shall be displayed periodically. 41 Such information shall include, but not be limited to, project name, contract 42 number, direction of travel and the viewing side. This transparent 43 information shall appear on the extreme upper left hand third of the screen. 44 Camera pan, tilt, zoom -in and zoom -out rates shall be sufficiently controlled 45 such that recorded objects will be clearly viewed during video DVD playback. 46 In addition, all other camera and recording system controls, such as lens 47 focus and aperture, video level, pedestal, chrome, white balance, and COLOR AUDIO -VIDEO CONSTRUCTION RECORDS 01385-2 01/22/16 1 1 1 1 t 1 1 1 1 1 t 1 1 1 1 electrical focus shall be properly controlled or adjusted to maximize picture 2 quality. The construction documentation shall be recorded in SP mode. 3 4 H. Viewer Orientation 5 6 The audio and video portions of the recording shall maintain viewer 7 orientation. To this end, overall establishing views of all visible house and 8 business addresses shall be utilized. In areas where the proposed 9 construction location will not be readily apparent to the video DVD viewer, 10 highly visible yellow flags shall be placed, by the Contractor, in such a 11 fashion as to clearly indicate the proposed centerline of construction. When 12 conventional wheeled vehicles are used as conveyances for the recording 13 system, the vertical distance between the camera Tens and the ground shall 14 not exceed 10 feet. The camera shall be firmly mounted such that transport 15 of the camera during the recording process will not cause an unsteady 16 picture. 17 18 I. Lighting 19 20 All recording shall be done during time of good visibility. No recording shall 21 be done during precipitation, mist or fog. The recording shall only be done 22 when sufficient sunlight is present to properly illuminate the subjects of 23 recording and to produce bright, sharp video recordings of those subjects. 24 25 J. Speed of Travel 26 27 The average rate of travel during a particular segment of coverage shall be 28 directly proportional to the number, size and value of the surface features 29 within that construction areas zone of influence. The rate of speed in the 30 general direction of travel of the vehicle used during recording shall not 31 exceed 44 feet per minute. 32 33 K. Video Log/Index 34 35 All video DVDs shall be permanently labeled and shall be properly identified 36 by video DVD number and project title. Each video DVD shall have a printed 37 log of that video DVD's contents. The log shall describe the various chapters 38 of coverage contained on the video DVD in terms of the names of the streets 39 or location of easements, coverage beginning and end, directions of 40 coverage, video unit counter numbers, engineering survey or coordinate 41 values (if reasonably available) and the date. This log shall correspond 42 directly to the information displayed on the title screen of the video DVD as 43 described below. 44 45 Each video DVD shall contain a title screen that clearly describes the 46 contents of each chapter on the video DVD. The chapters shall be divided to 47 allow the Engineer the ability to locate a particular area of the project and COLOR AUDIO -VIDEO CONSTRUCTION RECORDS 01385-3 01/22/16 1 shall correspond directly to the printed video log. 2 3 L. Area of Coverage 4 5 DVD coverage shall include all surface features located within the zone of 6 influence of construction supported by appropriate audio coverage. Such 7 coverage shall include, but not be limited to, existing driveways, sidewalks, 8 curbs, pavements, drainage system features, mailboxes, landscaping, 9 culverts, fences, signs, Contractor staging areas, adjacent structures, etc., 10 within the area covered by the project. Of particular concern shall be the 11 existence of any faults, fractures, or defects. DVD coverage shall be limited 12 to one side of the site, street, easement or right-of-way at any one time. 13 14 M. Costs of Video Services 15 16 The cost to complete the requirements under this section shall be included in 17 the contract items provided in the Bid Form. There is no separate pay item 18 for this work. 19 20 PART 2 — PRODUCTS 21 (NOT USED) 22 23 PART 3 — EXECUTION 24 (NOT USED) 25 26 27 END OF SECTION COLOR AUDIO -VIDEO CONSTRUCTION RECORDS 01385-4 01/22/16 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 SECTION 01410 2 3 TESTING AND TESTING LABORATORY SERVICES 4 5 PART 1 - GENERAL 6 7 1.01 REQUIREMENTS INCLUDED 8 9 A. The Contractor shall employ and pay for the services of an Owner approved 10 independent testing laboratory to perform the geotechnical testing (soil and 11 roadway materials density testing and concrete testing) specifically indicated 12 on the Contract Documents or specified in the Specifications. The Owner 13 may at any other time elect to have materials and equipment tested for 14 conformity with the Contract Documents. The Contractor shall pay for all 15 testing. 16 17 1. Contractor shall cooperate with the laboratory to facilitate the 18 execution of its required services. 19 20 2. Employment of the laboratory shall in no way relieve Contractor's 21 obligations to perform the Work of the Contract. 22 23 B. Contractor shall perform and pay for all other testing required in the. 24 specifications. 25 26 1.02 LIMITATIONS OF AUTHORITY OF TESTING LABORATORY 27 28 A. Laboratory is not authorized to: 29 30 1. Release, revoke, alter or enlarge on requirements of Contract 31 Documents. 32 33 2. Approve or accept any portion of the Work. 34 35 3. Perform any duties of the Contractor. 36 37 1.03 CONTRACTOR'S RESPONSIBILITIES 38 39 A. Cooperate with laboratory personnel; provide access to Work and to 40 Manufacturer's operations. 41 42 B. Secure and deliver to the laboratory adequate quantities of representational 43 samples of materials proposed to be used and which require testing. 44 45 C. Provide to the laboratory the preliminary design mix proposed to be used for 46 concrete, and other materials mixes that require control by the testing 47 laboratory. TESTING AND TESTING LABORATORY SERVICES 01410-1 01/22/16 1 2 D. Materials and equipment used in the performance of work under this 3 Contract are subject to inspection and testing at the point of manufacture or 4 fabrication. Standard specifications for quality and workmanship are 5 indicated in the Contract Documents. The Engineer may require the 6 Contractor to provide statements or certificates from the manufacturers and 7 fabricators that the materials and equipment provided by them are 8 manufactured or fabricated in full accordance with the standard 9 specifications for quality and workmanship indicated in the Contract 10 Documents. All costs of this testing and providing statements and 11 certificates shall be a subsidiary obligation of the Contractor, and no extra 12 charge to the Owner shall be allowed on account of such testing and 13 certification. 14 15 E. Furnish incidental labor and facilities: 16 17 1. To provide access to work to be tested. 18 19 2. To obtain and handle samples at the Project site or at the source of 20 the product to be tested. 21 22 3. To facilitate inspections and tests. 23 24 4. For storage and curing of test samples. 25 26 F. Notify laboratory sufficiently in advance (minimum 48 hours) of operations to 27 allow for laboratory assignment of personnel and scheduling of tests. 28 29 1. When tests or inspections cannot be performed after such notice, 30 reimburse Owner for laboratory personnel and travel expenses 31 incurred due to Contractor's negligence. 32 33 G. Employ and pay for the services of the same or a separate, equally qualified 34 independent testing laboratory to perform additional inspections, sampling 35 and testing required for the Contractor's convenience and as approved by 36 the Engineer. 37 38 1.04 TESTING FREQUENCY REQUIREMENTS FORCE MAINS AND WATER MAINS 39 40 A. Testing of Backfill for Pipes 41 42 1. All trenching within, or across roadways, or other areas to be paved, 43 or stabilized shall be backfilled and compacted to their full depth. 44 45 2. Density tests shall be performed by an engineering testing laboratory 46 for backfilled trenches within, or across roadways, shall be performed 47 as specified or as directed by the Engineer, with at least one test TESTING AND TESTING LABORATORY SERVICES 01410-2 01/22/16 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 taken at different locations for each vertical foot beginning from two 2 feet over pipe to ground level. 3 4 3. For all work performed with the FDOT Right -of -Way, backfill testing 5 shall be performed in accordance with FDOT Backfilling General 6 Requirements for Structures and Pipes, latest edition, unless called 7 out differently by the Engineer on the plan documents. 8 9 4. Where unsatisfactory compaction is revealed by the test, the 10 Contractor shall re -excavate, backfill, re -compact and/or rework the 11 backfill as required, to obtain the required degree of compaction over 12 the entire depth of the trench. 13 14 5. Satisfactory backfill compaction is an integral part of pipe laying, 15 paving, and stabilizing. Satisfactory density reports shall be on file 16 before each Contractor's statement is submitted for payment. 17 18 B. Compaction Requirements for Backfill 19 20 1. Trenches located under pavement or inside the two feet horizontal to 21 one foot vertical slope, downward from roadway shoulder or the back 22 of curb and from spring line to bottom of sub -grade or the finished 23 surface of the embankment, as appropriate, shall be compacted to a 24 density of ninety-eight (98) percent as determined by AASHTO T- 25 180, Modified Density Test. 26 27 2. Trenches located outside of the two feet horizontal to one foot vertical 28 slope downward from roadway shoulder or the back of curb and 29 where no vehicular traffic will pass over the trenches, backfill shall be 30 compacted to a density approximately equal to that soil adjacent to 31 the trench but not Tess than ninety-five (95) percent of the maximum 32 density as determined by AASHTO T-180, Modified Density Test. 33 34 C. The Owner and Engineer reserve the right to require additional tests. 35 36 D. The Lab technician shall notify the Contractor, the Owner's representative 37 and the Engineer upon failing results. Work shall not continue in a given 38 area until passing results are obtained. 39 40 E. The Owner and the Engineer shall be provided with copies of all test reports. 41 42 43 PART 2 — PRODUCTS 44 (NOT USED) 45 46 PART 3 — EXECUTION 47 (NOT USED) TESTING AND TESTING LABORATORY SERVICES 01410-3 01/22/16 END OF SECTION TESTING AND TESTING LABORATORY SERVICES 01410-4 01/22/16 1 1 1 1 1 1 1 1 1 1 1 1 1 SECTION 01500 2 3 TEMPORARY FACILITIES 4 5 PART 1 — GENERAL 6 7 1.01 SANITARY FACILITIES 8 9 A. Contractor shall furnish temporary separate male and female sanitary 10 facilities at the site, as provided herein, for the needs of all construction 11 workers and others performing work or furnishing services on the Project. 12 13 B. Sanitary facilities shall be of reasonable capacity, properly maintained 14 throughout the construction period, and obscured from public view to the 15 greatest practical extent. If toilets of the chemically treated type are used, at 16 least one toilet will be furnished for each 20 persons. Contractor shall 17 enforce the use of such sanitary facilities by all personnel at the site. 18 19 1.02 MAINTENANCE OF TRAFFIC 20 21 A. Contractor shall conduct his work to interfere as little as possible with public 22 travel, whether vehicular or pedestrian. Whenever it is necessary to cross, 23 obstruct, or close roads, driveways and walks, whether public or private, 24 Contractor shall provide and maintain suitable and safe bridges, detours, or 25 other temporary expedients for the accommodation of public and private 26 travel, and shall give reasonable notice to owners of private drives before 27 interfering with them. Driveway access to commercial properties shall be 28 maintained at all times. Such maintenance of traffic shall not be required 29 when Contractor has obtained permission from the owner and tenant of 30 private property, or from the authority having jurisdiction over public property 31 involved, to obstruct traffic at the designated point. At all times, the 32 Contractor shall perform the Work in accordance with the permits and 33 easement agreements. 34 35 B. Traffic control shall be in accordance with Pinellas County and the City of 36 Clearwater Roadway and Traffic Design Standards for Traffic Control 37 Through Work Zones and as shown on the Drawings. The Contractor shall 38 follow all traffic rules regulated by the local governments. 39 40 C. In making open -cut street crossings, the Contractor shall not block more than 41 one-half of the street at a time. Whenever possible, Contractor shall widen 42 the shoulder on the opposite side to facilitate traffic flow. Temporary 43 surfacing shall be provided as necessary on shoulders. 44 45 1.03 BARRICADES AND LIGHTS 46 47 A. All streets, roads, highways, and other public thoroughfares which are closed TEMPORARY FACILITIES 01500-1 01/22/16 1 to traffic shall; be protected by effective barricades on which shall be placed 2 acceptable warning signs. Barricades shall be located at the nearest 3 intersecting public highway or street on each side of the blocked section. 4 5 B. All open trenches and other excavations shall have suitable barricades, 6 signs, and lights to provide adequate protection to the public. Obstructions 7 such as material piles and equipment shall be provided with similar warning 8 signs and lights. Contractor shall be responsible for public safety within the 9 construction area. 10 11 C. All barricades and obstructions shall be illuminated with warning lights from 12 sunset to sunrise. Material storage and conduct of the Work on or alongside 13 public streets and highways shall cause the minimum obstruction and 14 inconvenience to the traveling public. All barricades, signs, lights and other 15 protective devices shall be installed and maintained in conformity with 16 applicable statutory requirements and, where within railroad and highway 17 rights-of-way, as required by the authority having jurisdiction thereof. 18 19 D. Open trenches and other excavations shall not be left open overnight, over 20 weekends and holidays, or greater than one calendar day, except during 21 adverse weather conditions. 22 23 1.04 PROTECTION OF PUBLIC AND PRIVATE PROPERTY 24 25 A. Contractor shall protect, shore, brace, support, and maintain all underground 26 pipes, conduits, drains, and other underground construction uncovered or 27 otherwise affected by his construction operations. All pavement, surfacing, 28 driveways, curbs, walks, buildings, utility poles, guy wires, fences, and other 29 surface structures affected by construction operations, together with all sod 30 and shrubs in yards and parking areas, shall be restored to their original 31 condition, whether within or outside the easement. All replacements shall be 32 made with new materials. 33 34 1.05 PARKING 35 36 A. Contractor shall provide and maintain suitable parking areas for the use of all 37 construction workers and others performing work or furnishing services in 38 connection with the Project, as required to avoid any need for parking 39 personal vehicles where they may interfere with public traffic, Owner's 40 operations, or construction activities. 41 42 1.06 DUST CONTROL 43 44 A. Contractor shall take reasonable measures to prevent unnecessary dust. 45 Earth surfaces subject to dusting shall be kept moist with water or by 46 application of an approved chemical dust suppressant. Dusty materials in TEMPORARY FACILITIES 01500-2 01/22/16 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 piles or in transit shall be covered when practicable to prevent blowing. 2 3 B. Buildings or operating facilities that may be adversely affected by dust shall 4 be adequately protected from dust. Existing or new machinery, motors, 5 instrument panels or similar equipment, shall be protected by suitable dust 6 screens. Proper ventilation shall be included with dust screens. 7 8 1.07 SWEEPING 9 10 A. The Contractor shall sweep loose material from all pavements at the end of 11 each workday. 12 13 1.08 POLLUTION CONTROL 14 15 A. Contractor shall prevent the pollution of drains and watercourses by sanitary 16 wastes, sediment, debris and other substances resulting from construction 17 activities. No sanitary wastes will be permitted to enter any drain or 18 watercourse other than sanitary sewers. No sediment, debris or other 19 substance will be permitted to enter sanitary sewers and reasonable 20 measures will be taken to prevent such materials form entering any drain or 21 watercourse. 22 23 1.09 STORMWATER CONTROL 24 25 A. The Contractor shall be responsible for maintaining stormwater flow and 26 drainage of the construction area. In cases where existing stormwater 27 structures and culverts are to be removed as part of construction, temporary 28 flow paths or bypass pumping shall be provided until the new stormwater 29 system is accepted and placed into service. 30 31 1.10 FIELD OFFICE 32 33 A. The Contractor shall furnish, install and maintain a temporary field office for 34 the Engineer/Owner and the Contractor during the entire construction period; 35 and shall furnish, install and maintain storage and work sheds needed for 36 construction. The Contractor shall remove field offices, sheds or contents no 37 sooner than two (2) weeks prior to achieving Substantial Completion of the 38 Work. 39 40 B. Prior to installation of offices, the Contractor shall consult with the Owner on 41 location, access and related facilities. 42 43 C. Construction shall: 44 45 1. Be structurally sound, weather tight, with floors raised above ground. TEMPORARY FACILITIES 01500-3 01/22/16 1 2. Have temperature transmission resistance: Compatible with 2 occupancy and storage requirements. 3 3. At Contractor's option, portable or mobile buildings, office space may 4 be used. Mobile trailers, when used, shall be modified for office use. 5 Mobile trailers shall not be used for living quarters. 6 7 D. The Contractor shall furnish one (1) onsite temporary conference room 8 (trailer) and the conference room shall be a minimum area of 275 ft2. The 9 trailer area shall be air conditioned, equipped with the following: 10 11 1. One (1) conference table, minimum dimensions of 12' x 3.5'; 12 2. Twelve (12) rolling chairs; 13 14 E. The Contractor shall be responsible for regularly (at minimum monthly) 15 maintain, clean, and service the conference room trailer, including daily 16 disposal of garbage (trash). 17 18 F. The Contractor shall make all provisions and pay all installations, power, and 19 other costs or utilities for the duration of construction. 20 21 1.11 COMBUSTIBLES STORAGE 22 23 A. The Contractor shall protect all combustible products and materials placed 24 on site from vehicular damage and vandalism. 25 26 B. Contractor shall submit a plan for all locations of fuel and vehicle storage 27 through the duration of the project, updated as necessary to address specific 28 phases or locations of the work. 29 30 C. There shall be no fuel storage in wetland areas. 31 32 D. Fuel storage containers shall be limited to 549 gallons or Tess. The 33 Contractor is solely responsible for maintaining fuel containers and ensuring 34 that all measures for protection and containment are provided as required by 35 law. 36 37 PART 2 — PRODUCT 38 (Not Used) 39 40 PART 3 — EXECUTION 41 (Not Used) 42 43 44 END OF SECTION TEMPORARY FACILITIES 01500-4 01/22/16 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 2 3 4 5 PART 1 — GENERAL 6 7 1.01 DEFINITION AND SCOPE SECTION 01505 MOBILIZATION 8 9 A. Mobilization shall include the obtaining of all permits, insurance, and bonds; 10 moving onto the site with construction equipment; furnishing and erecting 11 temporary facilities, and other construction facilities; all as required for the 12 proper performance and completion of the Work. Mobilization shall include, 13 but not be limited to, the following principal items: 14 15 1. Move onto the site all equipment required for first month's operations. 16 17 2. Install temporary construction power, wiring, and lighting facilities. 18 19 3. Establish fire protection plan and safety program and Hurricane 20 Preparedness Plan. 21 22 4. Secure construction water supply. 23 24 5. Provide on-site sanitary facilities and potable water facilities. 25 26 6. Arrange for and erect Contractor's work and storage yard and 27 employees' parking facilities. 28 29 7. Submit all required insurance certificates and bonds. 30 31 8. Obtain all required permits. 32 33 9. Post all OSHA, Environmental Protection Agency, Department of 34 Labor, and all other required notices. 35 36 10. Have superintendent at the job site full time. 37 38 11. Submit a detailed construction schedule acceptable to the Engineer. 39 40 12. If required, erect project construction sign(s). 41 42 13. Submit a finalized schedule of values of the Work acceptable to the 43 Owner. 44 45 14. Submit a finalized schedule of submittals. 46 MOBILIZATION 01505-1 01/22/16 1 15. Construct, maintain, and restore temporary access and haul roads. 2 3 16. Provide a continuous color audio -videotape recording of existing 4 conditions. 5 6 17. Install, and maintain wooden lath station stakes (every 100 ft) on one 7 side of the project for the duration of the project. The wooden lath 8 station stakes shall be 48 inch long, Station stakes shall be removed 9 by the Contractor upon written notice of the Engineer. 10 11 PART 2 — PRODUCT 12 (Not Used) 13 14 PART 3 — EXECUTION 15 (Not Used) 16 17 18 END OF SECTION MOBILIZATION 01505-2 01/22/16 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 SECTION 01510 2 3 TEMPORARY UTILITIES 4 5 PART 1 - GENERAL 6 7 1.01 REQUIREMENTS INCLUDED 8 9 A. Furnish, install and maintain temporary utilities required for construction, 10 remove on completion of Work. 11 12 1.02 REQUIREMENTS OF REGULATORY AGENCIES 13 14 A. Comply with National Electric Code. 15 16 B. Comply with Federal, State and local codes and regulations and with utility 17 company requirements. 18 19 C. Comply with regulations of Health Department of the municipalities. 20 21 PART 2 - PRODUCTS 22 23 2.01 MATERIALS, GENERAL 24 25 A. Materials may be new or used, but must be adequate in capacity for the 26 required usage, must not create unsafe conditions, and must not violate 27 requirements of applicable codes and standards. 28 29 2.02 TEMPORARY ELECTRICITY AND LIGHTING 30 31 A. Arrange with utility company and Owner to provide service required for power 32 and lighting, and pay all costs for service and for power used in the 33 construction, testing and trial operation prior to final acceptance of the work 34 by the Owner as stipulated by the Engineer. All cost associated with 35 obtaining temporary and permanent power will be at Contractor expense. 36 37 B. Provide adequate artificial lighting for all areas of work when natural light is 38 not adequate for work, and for areas accessible to the public. 39 2.03 TEMPORARY TELEPHONE AND INTERNET SERVICE 40 41 A. Arrange with local company to provide direct line telephone line and Internet 42 service at the construction site for the use by personnel and employees. 43 44 B. Pay all costs for installation, maintenance and removal, and service charges. 45 46 TEMPORARY UTILITIES 01510-1 01/22/16 1 2.04 TEMPORARY WATER 2 3 A. If applicable, install at each and every connection to the Owner's water 4 supply a backflow preventer and meter meeting local requirements. This 5 does not include water for testing. 6 7 B. The Contractor shall include in its bid any cost(s) anticipated for the use of 8 temporary water facilities as a part of the construction of this project. 9 10 2.05 TEMPORARY SANITARY FACILITIES 11 12 A. Provide sanitary facilities in compliance with laws and regulations. 13 14 B. Service, clean and maintain facilities and enclosures. 15 16 PART 3 - EXECUTION 17 18 3.01 GENERAL 19 20 A. Maintain and operate systems to assure continuous service. 21 22 B. Modify and extend systems as work progress requires. 23 24 C. Allow the Owner and Engineer reasonable use of all temporary utilities. 25 26 3.02 REMOVAL 27 28 A. Completely remove temporary materials and equipment when their use is no 29 longer required as determined by the Engineer, but not before achieving 30 Substantial Completion. 31 32 B. Clean and repair damage caused by temporary installations or use of 33 temporary facilities. 34 35 36 END OF SECTION TEMPORARY UTILITIES 01510-2 01/22/16 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 SECTION 01530 2 3 PROTECTION OF EXISTING FACILITIES 4 5 PART 1 — GENERAL 6 7 1.01 SCOPE OF WORK 8 9 A. The Contractor shall protect all existing utilities, service lines, facilities, 10 and improvements not designated for removal and restore damaged or 11 temporarily located utilities, service lines, facilities, and improvements to a 12 condition equal to or better than they were prior to such damage or 13 temporary relocation in accordance with the requirements of the Contract 14 Documents. 15 16 B. The number of exploratory excavations required shall be that number 17 sufficient to determine the alignment and depth of the existing utility or 18 facility. 19 20 C. The Contractor shall determine the exact locations and depths of all 21 existing utilities indicated on the Drawings that affect the Work. In addition 22 to those indicated, the Contractor shall make exploratory excavations of all 23 utilities including but not limited to water service lines, water meters, and 24 gas service lines. All such exploratory excavations shall be performed as 25 soon as practicable after Notice to Proceed and, in any event, a sufficient 26 time in advance of construction to avoid possible delays to the 27 Contractor's Work. 28 29 D. The Contractor's specific attention is directed to the fact that the Work of 30 this project includes work located on private property (i.e. each property 31 lot). The Contractor shall take all precautions necessary to assure that the 32 existing utilities, cable, water, internet, telephone, electric, etc. remains in 33 service during construction of the new sanitary sewer lateral from each 34 home to the gravity sewer system. The Contractor will be held liable for 35 all damages resulting from his failure to properly protect the existing 36 utilities on each property lot. 37 38 PART 2 — PRODUCTS (NOT USED) 39 40 PART 3 — EXECUTION 41 42 3.01 RIGHTS-OF-WAY 43 44 A. The Contractor shall not do any Work that would affect any oil, gas, sewer, 45 or water pipeline; any telephone, telegraph, or electric transmission line; 46 fiber optic cable; any fence; or any other structure, nor shall the Contractor PROTECTION OF EXISTING FACILITIES 01530-1 01/22/16 1 enter upon the rights-of-way or easements involved with any such utilities 2 until the Contractor has secured authority therefore from the utility, rights - 3 of -way or easement owner, and has provided the Engineer with written 4 proof of same. After authority has been obtained, the Contractor shall 5 give said facility owner a minimum of one week's notice of the Contractor's 6 intention to begin Work, and shall give said facility owner convenient 7 access for removing, shoring, supporting, or otherwise protecting its 8 pipeline, transmission line, ditch, fence, or structure and for replacing 9 same. Should two (2) or more contracts be executed at one time on the 10 same or adjacent land in such manner that work on one contract may 11 interfere with that on another, the Owner shall decide which Contractor 12 shall have priority to perform and in what manner. When the territory of 13 one contract is the necessary or convenient means of access for the 14 execution of another contract, such privilege of access or any other 15 reasonable privilege may be granted by the Owner to the Contractor so 16 desiring, to the extent, amount, manner, and times permitted by the 17 Owner. No such decision as to the method or time of conducting the Work 18 or the use of territory shall be made the basis of any claim for delay or 19 damage, except as provided for temporary suspension of the Work. 20 21 3.02 PROTECTION OF STREET OR ROADWAY MARKERS 22 23 A. The Contractor shall not destroy, remove, or otherwise disturb any existing 24 survey markers, or other existing street or roadway markers, without 25 proper authorization. No pavement breaking or excavation shall be 26 started until all survey or other permanent marker points that may be 27 disturbed by the construction operations have been properly referenced 28 for easy and accurate restoration. It shall be the Contractor's 29 responsibility to notify the proper representatives of the Owner of the time 30 and location that work will be done. Such notice shall be sufficiently in 31 advance of construction that there shall be no delay due to waiting for 32 survey points to be satisfactorily referenced for restoration. All survey 33 markers or points disturbed without proper authorization by the Engineer 34 will be accurately restored by the Contractor at no additional cost to the 35 Owner after all street or roadway resurfacing has been completed. 36 37 3.03 RESTORATION OF PAVEMENT 38 39 A. General: All paved areas, including asphaltic concrete cut or damaged 40 during construction, shall be replaced with similar materials and of equal 41 thickness to match the existing adjacent undisturbed areas, except where 42 specific resurfacing requirements have been called for in the Contract 43 Documents or in the requirements of the agency issuing the permit. All 44 temporary and permanent pavements shall conform to the requirements of 45 the affected pavement owner. All pavement subject to partial removal PROTECTION OF EXISTING FACILITIES 01530-2 01/22/16 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 shall be neatly saw cut in straight lines. All restoration shall be performed 2 in accordance with these Specifications. 3 4 B. Temporary Resurfacing: Wherever required by the authorities having 5 jurisdiction, the Contractor shall place temporary surfacing promptly after 6 backfilling and maintain such surfacing for the period of time fixed by said 7 authorities before proceeding with the final restoration of improvements. 8 Temporary resurfacing shall be constructed in accordance with these 9 Specifications. 10 11 C. Permanent Resurfacing: All pavement restoration shall be in accordance 12 with these Specifications. 13 14 3.04 EXISTING UTILITIES AND IMPROVEMENTS 15 16 A. General: The Contractor shall protect all utilities and other improvements 17 that may be impaired during construction operations. It shall be the 18 Contractor's responsibility to ascertain the actual location of all existing 19 utilities and other improvements indicated on the Drawings that may be 20 encountered during construction, and to assure that such utilities or other 21 improvements are adequately protected from damage due to such 22 operations. The Contractor shall take all possible precautions for the 23 protection of unforeseen utility lines, for uninterrupted utility service and 24 such special protection as may be directed by the Owner. 25 26 B. Utilities to be Moved: If it becomes necessary to move the property of any 27 public utility or franchise holder, such utility company or franchise holder 28 will, upon proper application by the Contractor, be notified by the Owner to 29 relocate such property within a specified reasonable time. The Contractor 30 shall not interfere with said property until it has been relocated by the 31 utility or franchise holder. 32 33 C. Owner's Right of Access: The right is reserved by the Owner, and by the. 34 owners of public utilities and franchises, to enter at any time upon any 35 public street, alley, right-of-way, or easement for the purpose of making 36 changes in their property made necessary by the Work. 37 38 D. Existing Utilities: Existing utility lines that are shown on the Drawings or 39 the locations of which are made known to the Contractor prior to 40 excavation that are to be retained and all utility lines that are constructed 41 during excavation operations shall be protected from damage during 42 excavation and backfilling and, if damaged, shall be immediately repaired 43 by the Contractor at no additional cost to the Owner. 44 45 E. Utilities to be Removed: When utility lines that are to be removed are 46 encountered within the area of operations, the Contractor shall notify the PROTECTION OF EXISTING FACILITIES 01530-3 01/22/16 1 utility owner and the Owner a sufficient time in advance for the necessary 2 measures to be taken to prevent interruptions of the service. 3 4 F. Approval of Repairs: All repairs to a damaged improvement facility shall 5 be inspected and approved by an authorized representative of the 6 improvement's Owner before being concealed by backfill or other Work. 7 8 G. Relocation of Utilities: Where the proper completion of the Work requires 9 the temporary or permanent removal and/or relocation of an existing utility, 10 or other improvement that is shown on the Drawings, the Contractor shall, 11 at Contractor's own expense, remove, and without unnecessary delay, 12 temporarily replace or relocate such utility or improvement in a manner 13 satisfactory to the Owner and the owner of the facility. In all cases of such 14 temporary removal or relocation, restoration to the former location shall be 15 accomplished by the Contractor in a manner that will restore or replace 16 the utility or improvement as nearly as possible to its former location and 17 to as good or better condition as prior to removal. 18 19 H. Maintaining In Service: All oil and gasoline pipelines, power, telephone, or 20 other communication cable ducts, gas and water mains, irrigation lines, 21 sewer lines, storm drain lines, poles, and overhead power and 22 communication wires and cables encountered along the line of the Work 23 shall be maintained continuously in service during all the operations, 24 unless other arrangements satisfactory to the Engineer are made with the 25 Owner of said pipelines, duct, main, irrigation line, sewer, storm drain, 26 pole, wire, or cable. The Contractor shall be responsible for and shall 27 make good all damage due to Contractor's operations, and the provisions 28 of this Section shall not be abated even in the event such damage occurs 29 after backfilling or is not discovered until after completion of the backfilling. 30 31 3.05 TREES WITHIN RIGHTS-OF-WAY AND PROJECT LIMITS 32 33 A. General: The Contractor shall exercise all necessary precautions to 34 prevent damage or destruction of any trees or shrubs, including those 35 lying within street rights-of-way and Project limits. The Contractor shall 36 not trim or remove any trees unless such trees have been approved for 37 trimming or removal by all jurisdictional agencies and the Owner. All 38 existing trees and shrubs that are damaged during construction shall be 39 trimmed or replaced by Contractor under permit from the jurisdictional 40 agencies and the Owner and to the satisfaction of said agencies and the 41 Owner. Tree trimming, tree planting and transplanting shall be 42 accomplished in accordance with these specifications. 43 44 PROTECTION OF EXISTING FACILITIES 01530-4 01/22/16 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 3.06 NOTIFICATION BY THE CONTRACTOR 2 3 A. Prior to any excavation in the vicinity of any existing underground facilities, 4 including all water, sewer, storm drain, gas, petroleum products, or other 5 pipelines; all buried electric power, communications, or television cables; 6 all traffic signal and street lighting facilities; and all roadway and state 7 highway rights-of-way, the Contractor shall notify the respective authorities 8 representing the owners or agencies responsible for such facilities not less 9 than three (3) working days nor more than five (5) working days prior to 10 excavation so that representatives of said owners or agencies can be 11 present during such work if they so desire. 12 13 3.07 SUBSURFACE OBSTRUCTIONS 14 15 A. The Contractor shall field determine, before pipeline trenching or any other 16 excavations are begun, the depth and location of existing utilities. Utility 17 locations indicated on the Drawings are shown based on available data. 18 The Contractor shall submit descriptions, depths, and locations of 19 subsurface obstructions to the Engineer for review if they differ from those 20 shown on the Drawings. 21 22 B. In excavation, backfilling, and laying pipe, care shall be taken not to 23 remove, disturb, or damage existing pipes, conduits, or structures. If 24 necessary, the Contractor shall sling, shore -up, and maintain such 25 structures in operation at no additional cost to the Owner. 26 27 C. The Contractor shall obtain the permission of and give sufficient Notice to 28 the proper authorities of the Contractor's intention to remove or disturb any 29 pipe, conduit, structure or facility, and shall abide by their requirements 30 and Laws and Regulations governing such work. 31 32 D. In the event subsurface structures are broken or damaged in the 33 execution of the Work, the Contractor shall immediately notify the proper 34 authorities and, at the option of said authorities, either repair the damage 35 at once or pay the proper charges for repairing said damage at no 36 additional cost to the Owner. Repairs shall be made to the satisfaction of 37 the Engineer. The Contractor shall be responsible for any damage to 38 persons or property caused by such breaks or due to the neglect in 39 reporting and/or repairing such damages. 40 41 E. Neither the Owner nor the Engineer will be liable for any claims made by 42 the Contractor based on underground obstructions that could have been 43 reasonably identified as being different than that indicated on the 44 Drawings. The Contractor shall uncover subsurface obstructions in 45 advance of construction so that the method of avoiding same may be 46 determined before the Work reaches the obstruction. PROTECTION OF EXISTING FACILITIES 01530-5 01/22/16 1 2 3.08 CONFLICTS WITH OTHER UTILITIES 3 4 A. It shall be the Contractor's responsibility to provide the appropriate utility 5 company sufficient advance Notice so their representatives may verify the 6 utility location on the Project site when construction begins. The 7 Contractor shall coordinate and cooperate with these utilities to ensure 8 that no damages occur which may cause interruption of their services. 9 10 B. All temporary support or minor adjustment that does not require 11 replacement or direct by-pass connections to these existing services (such 12 as all direct -buried telephone cables or two-inch and smaller gas lines) 13 shall be the responsibility of the Contractor. 14 15 C. Where it may be necessary to relocate gas mains or telephone ducts 16 (defined here as gas lines larger than 2-1/2 inches and telephone cables 17 within ductwork) to allow construction of the Work or where major 18 relocation of small services requires replacement or performing 19 connections to the existing lines, all such relocation work is the 20 responsibility of and must be performed by the respective utility 21 companies. The Contractor shall immediately provide Notice to the proper 22 utility company and the Engineer of the occurrence and location of such 23 required relocations. 24 25 D. The Owner will not be responsible for any delay or inconvenience to the 26 Contractor resulting from the existence, removal, or adjustment of any 27 public or private utility that could have been reasonably identified. 28 Additional costs incurred as a result thereof shall be borne by the 29 Contractor and considered as included in the price bid for the various pay 30 items. 31 32 E. Relocation or realignment of storm drains or sewer lines that may interfere 33 with the construction of the Work shall be the responsibility of the 34 Contractor. 35 36 F. Where storm drains or sewer lines are removed by the Contractor to 37 facilitate construction and replaced in their original position, there shall be 38 no direct payment made. All related costs shall be included in the price 39 bid for the various pay items. 40 41 3.09 POLE RELOCATION AND PROTECTION 42 43 A. The Contractor shall take notice of the number of power, telephone, and 44 traffic signal support poles along the length of the Project. Several may be 45 in proximity to or in direct conflict with the alignment of the proposed new 46 pipelines. The Contractor shall immediately provide Notice to the proper PROTECTION OF EXISTING FACILITIES 01530-6 01/22/16 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 utility company and the Engineer of the occurrence and location of such 2 required relocations. It is intended that poles shall be supported with mud 3 jacks or by other means of bracing as required to maintain them in a 4 stable condition. The Contractor shall coordinate relocation and protection 5 activities with the pole owner. 6 7 3.10 EXISTING FENCE LINES 8 9 A. At various locations along the length of the Project, existing fences may 10 conflict with or impair construction operations for the installation of the 11 Work. The Contractor shall protect these fences in places where they do 12 not conflict with construction operations. Where a fence may conflict with 13 the backswing of machinery or otherwise impede construction, the 14 Contractor shall contact the owner and arrange for the temporary removal 15 or relocation of the fence. Any fence temporarily relocated shall be placed 16 in a manner to maintain the intent and integrity of the original fenced area. 17 Any fence removed or temporarily relocated shall be restored to its original 18 condition and location unless otherwise arranged with the owner of the 19 fence. Where it is impossible to salvage the existing materials to 20 reconstruct the fence, the fence shall be replaced "in kind." 21 22 B. All cost for such temporary removal, temporary replacement, or "in kind" 23 replacement shall be included in the price bid for the various pay items. 24 No direct payment shall be made for fence replacement. 25 26 3.11 UTILITY INVESTIGATION 27 28 A. Prior to commencing with trench or other excavations required for the 29 performance of the Work, the Contractor shall conduct a field investigation 30 for the purpose of determining existing locations of all underground utilities 31 and facilities which are shown on the Drawings. The Contractor shall 32 coordinate all utility investigations with Sunshine. The investigation shall 33 be made by hand or machine excavation. All such excavations shall 34 include removal of surface material and obstructions required to perform 35 the excavations. The Contractor shall notify, in writing, the owner of the 36 facility to be excavated and request that a representative of the owner be 37 present during the excavation. The Contractor shall provide the utility 38 owner adequate Notice so that a representative can be there. The 39 Contractor shall provide sheeting, shoring, and bracing as required to 40 minimize the required size of the excavation and support adjacent ground, 41 structures, roadways, and utilities. After the data is obtained at each 42 excavation site, the Contractor shall immediately backfill each excavation 43 site. Backfill shall be compacted sand for the full depth. The surface shall 44 be returned to its original grade and condition except that paved areas 45 may be temporarily surfaced and maintained where excavations required 46 for the performance of the Work coincide with the location of the PROTECTION OF EXISTING FACILITIES 01530-7 01/22/16 1 investigative location. The Contractor shall be responsible for all costs 2 associated with the repair of roadways, paving, structures, underground 3 and above ground utilities and facilities damaged in conducting the 4 investigations. 5 6 B. Findings of the investigation shall be reported to the Engineer. The 7 Engineer will furnish one (1) set of full-size Drawings for the Contractor's 8 field use in recording the findings of the investigation. The Contractor 9 shall describe the size, material, and location of existing underground 10 utilities and facilities. Locations and elevations shall be referenced to 11 Project stationing, distance from base line, and Project bench marks. The 12 Contractor shall provide written detailed description of any underground 13 utility or facility conflicting with the elevation or alignment of the Work. 14 15 3.12 SPECIAL RESTORATION REQUIREMENTS 16 17 A. The Contractor shall schedule and conduct operations to minimize the 18 impact of construction upon lawns, driveways, sidewalks, irrigation 19 systems, and street paving. Restoration for these items shall be 20 completed as soon as practical after installation of proposed pipelines. 21 The following specific requirements apply. 22 23 1. Driveways and Sidewalks: The Contractor shall saw cut existing 24 driveway or sidewalk pavement and remove the required section 25 not sooner than the same day the Work is to be installed beneath it. 26 The Contractor shall maintain full access to each driveway at all 27 times. The Contractor shall re -grade and compact disturbed areas 28 immediately after the Work is installed. The Contractor shall 29 provide suitable, safe, temporary walking surfaces where the 30 sidewalk is removed. The Contractor shall construct temporary 31 driveway or sidewalk section within 24 hours of removal of the 32 existing section. The Contractor shall coordinate driveway 33 construction and restoration with property owners. Property owners 34 shall be provided with Notice of proposed method and schedule of 35 construction and restoration a minimum of 72 hours prior to 36 commencement of construction activities affecting the property 37 owner's driveways or sidewalks. 38 39 2. Irrigation Systems: The Contractor shall provide 10 -day Notice to 40 property owners prior to the Contractor removing irrigation system 41 components. 42 43 3. Lawn Areas: The Contractor shall remove existing grass along a 44 straight line to a minimum distance of six inches beyond the areas 45 disturbed by construction activities on each side of the affected 46 area. Sod shall be installed in disturbed lawn areas in a strip of PROTECTION OF EXISTING FACILITIES 01530-8 01/22/16 1 uniform width along each section of lawn area with sod of identical 2 type as existing. The Contractor shall grade and compact the area 3 before the end of the next calendar day after excavation is 4 performed. All sodding shall be performed in accordance with 5 these Specifications. The Contractor shall install new sod within 6 fourteen days after excavation. Areas disturbed by construction 7 activities in Coachman Park shall be restored with Tiftway 419 8 Bermuda or match existing. 9 10 4. Trees, Shrubs, and Landscaping: The Contractor shall use a 11 bonded company, licensed to perform landscape work, to perform 12 all landscaping work required in accordance with these 13 Specifications. 14 15 5. Fencings and all other existing facilities impacted by construction 16 operations: The Contractor shall protect and restore all fences and 17 existing facilities impacted by construction to their previously 18 undisturbed state. 19 20 21 END OF SECTION 22 PROTECTION OF EXISTING FACILITIES 01530-9 01/22/16 1 THIS PAGE INTENTIONALLY LEFT BLANK PROTECTION OF EXISTING FACILITIES 01530-10 01/22/16 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 SECTION 01540 2 3 SECURITY 4 5 PART 1 — GENERAL 6 7 1.01 DESCRIPTION 8 9 A. The Contractor shall insure that each employee, representative, 10 subcontractor, supplier, and others working for the Contractor use 11 designated access roads and parking areas. 12 13 B. The Contractor shall employ watchmen on the Work when necessary and 14 shall erect and maintain such strong and suitable barriers and such lights 15 as shall effectually prevent the happening of any accident to health or to 16 property or to any partially completed Work or to any materials stored on 17 or adjacent to the site of the Work. 18 19 C. The Contractor shall employ temporary fencing and gates to adequately 20 protect the Work, and shall provide all access required by the Engineer, 21 the Owner, and others requiring access to the Work. 22 23 D. Stored materials shall be kept in a neat and orderly manner. Materials 24 that are subject to deterioration by exposure to the sun, rain or other 25 elements shall be kept adequately covered and protected. 26 27 E. The Contractor shall be responsible for protecting all stored materials and 28 the Project site safe from theft and vandalism. The Contractor shall 29 employ security personnel and erect fences as necessary at no additional 30 cost to the Owner. 31 32 G. All security measures shall be provided at no additional cost to the Owner. 33 34 PART 2 — MATERIALS (NOT USED) 35 36 PART 3 — EXECUTION (NOT USED) 37 38 39 END OF SECTION SECURITY 01540-1 01/22/16 1 THIS PAGE INTENTIONALLY LEFT BLANK SECURITY 01540-2 01/22/16 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 SECTION 01570 2 3 TRAFFIC REGULATION 4 5 6 PART 1 - GENERAL 7 8 1.01 REQUIREMENTS INCLUDED 9 10 A. The Contractor shall be responsible for providing safe and expeditious 11 movement of traffic through construction zones. A construction zone is 12 defined as the immediate areas of actual construction and all abutting areas 13 which are used by the Contractor and which interfere with the driving or 14 walking public. 15 16 B. Remove temporary equipment and facilities when no longer required, 17 restore grounds to original, or to specified conditions. 18 19 1.02 TRAFFIC CONTROL 20 21 A. The necessary precautions shall include, but not be limited to, such items 22 as proper construction warning signs, variable message boards, signals, 23 lighting devices, markings, barricades, channelization and hand signaling 24 devices. The Contractor shall be responsible for installation and 25 maintenance of all devices and requirements for the duration of the 26 construction period. 27 28 B. The Contractor shall provide at least 72 hours notification to the applicable 29 City, County or State Highway Department of the necessity to close any 30 portion of a roadway carrying vehicles or pedestrians so that the final 31 approval of such closings can be obtained at least 48 hours in advance. 32 33 C. The Contractor shall also be responsible for completing and submitting 34 Road Closure Requests at least 48 hours in advance. 35 36 D. The Contractor shall be responsible for removal, relocation, or replacement 37 of any traffic control device in the construction area which exists as part of 38 the normal pre -construction traffic control scheme. Any such actions shall 39 be performed by the Contractor under the supervision, and in accordance 40 with the Specifications, of the Owner, unless otherwise specified. 41 42 E. The Contractor shall immediately notify the Owner of any vehicular or 43 pedestrian safety or efficiency problems incurred as a result of the 44 construction of the project. 45 46 1.03 MAINTENANCE OF TRAFFIC 47 TRAFFIC REGULATION 01570-1 01/22/16 1 A. The Contractor shall maintain traffic within the construction area throughout 2 the duration of the construction in accordance with Section 102 of the 3 Florida Department of Transportation (FDOT) "Standard Specifications for 4 Road and Bridge Construction," latest edition (the Standard Specifications) 5 except as may be modified herein. Sections 102-11 "Method of 6 Measurement," 102-12 "Submittals," and 102-13 "Basis of Payment" do not 7 apply and are replaced by the measurement and payment requirements of 8 Section 01150 of this contract. 9 10 B. Roadways shall be kept open to one-way traffic in each direction during all 11 phases of the construction period except that daylight lane closures with 12 flagger control will be allowed. The Contractor will not be permitted to 13 isolate residences or places of business. Alternate access shall be 14 provided to all residences and all places of business whenever construction 15 interferes with the existing access. 16 17 C. The Contractor shall maintain access at all times for postal delivery, 18 emergency services and trash pickup. The postal service, police 19 department, fire department and solid waste services shall be notified of the 20 need to temporarily close any roadway and an alternate means of access to 21 affected properties shall be provided. 22 23 D. The Contractor shall conduct his operations in such a manner that will 24 maintain access to private property/driveways and will result in minimum 25 inconvenience to the public accessing the neighborhood roads and/or 26 business establishments and shall provide temporary access during 27 construction. 28 29 E. In the event that vehicular access to residences and/or driveways will be 30 temporarily blocked, the Contractor shall notify the Owner three (3) days in 31 advance and shall assist the Owner with coordinating with affected 32 residents. Blocking vehicular access to any residence shall not exceed one 33 calendar day. 34 35 F. The Contractor shall prepare Traffic Control Plans for review by the 36 Engineer prior to implementation of the plan. Traffic Control Plans shall be 37 signed/sealed by a Florida Licensed Professional Engineer. Prior to 38 initiating each phase of a detour system, the Contractor shall prepare a 39 specific detour letter/map, to be approved by the Engineer, and deliver by 40 hand to each home or business affected. 41 42 G. The Contractor shall furnish, erect and maintain all necessary traffic control 43 and safety devices in accordance with the Florida Department of 44 Transportation (FDOT) Index 600 series of "Design Standards for Design, 45 Construction, Maintenance and Utility Operations on the State Highway 46 System," latest edition, and shall take all necessary precautions for the 47 protection of the work and the safety of the public for the duration of the TRAFFIC REGULATION 01570-2 01/22/16 1 construction period. 2 3 H. The work shall include the furnishing, erection, maintenance and removal 4 upon completion of construction, all temporary traffic barricades of whatever 5 type required, and for such duration as may be required by the Engineer. 6 Also included as part of the work is material and construction necessary for 7 temporary connections, sidewalk maintenance and driveway maintenance. 8 9 PART 2 — PRODUCTS (Not Used) 10 11 PART 3 — EXECUTION (Not Used) 12 13 14 END SECTION 15 TRAFFIC REGULATION 01570-3 01/22/16 1 THIS PAGE INTENTIONALLY LEFT BLANK TRAFFIC REGULATION 01570-4 01/22/16 1 1 1 1 1 SECTION 01580 2 3 PROJECT IDENTIFICATION AND SIGNS 4 5 PART 1 - GENERAL 6 7 1.01 REQUIREMENTS INCLUDED 8 9 A. Furnish, install prior to construction, and maintain three (3) project 10 identification signs at locations to be determined by the Owner. 11 12 B. Remove signs on completion of construction. 13 14 C. Allow no other signs to be displayed. 15 16 D. The Contractor shall comply with all other requirements as described in the 17 City of Clearwater, Section III — General Conditions, 23, Project Information 18 Signs. 19 20 1.02 INFORMATIONAL SIGNS 21 22 A. Painted signs with painted lettering, or standard products. 23 24 1. Size of signs and lettering: as required by the Owner, or as 25 appropriate to usage. 26 27 2. Colors: as required by the Owner, otherwise of uniform colors 28 throughout Project. 29 30 B. Erect at appropriate locations, as directed by the Owner or Engineer, to 31 provide required information. 32 33 C. Project identification sign shall comply with standards shown in the Drawings. 34 35 1. Project identification sign will be provided by the Owner. 36 37 2: Project identification sign shall be installed by the Contractor. 38 39 1.03 QUALITY ASSURANCE 40 41 A. Sign Painter: Professional experienced in type of work required. 42 43 B. Finishes, Painting: Adequate to resist weathering and fading for scheduled 44 construction period. 45 46 PROJECT IDENTIFICATION AND SIGNS 01580-1 01/22/16 1 PART 2 - PRODUCTS 2 3 2.01 SIGN MATERIALS 4 5 A. Structure and Framing: May be new or used, wood or metal, in sound 6 condition structurally adequate and suitable for specified finish. 7 8 B. Sign Surfaces: Exterior softwood plywood with medium density overlay, 9 standard large sizes to minimize joints. 10 11 1. Thickness: As required by standards to span framing members, to 12 provide even, smooth surface without waves or buckles. 13 14 C. Rough Hardware: Galvanized. 15 16 D. Paint: Exterior quality. 17 18 1. Use Bulletin colors for graphics. 19 20 2. Colors for structures, framing, sign surface and graphics: 21 22 E. The project sign shall be painted in accordance with the detail provided by 23 the Owner. 24 25 PART 3 - EXECUTION 26 27 3.01 PROJECT IDENTIFICATION SIGNS 28 29 A. Paint exposed surface of supports, framing and surface material; one coat of 30 primer and one coat of exterior paint. 31 32 3.02 MAINTENANCE 33 34 A. Maintain signs and supports in a neat, clean condition; repair damages to 35 structures, framing or sign. 36 37 3.03 REMOVAL 38 39 A. Remove signs, framing, supports and foundations at completion of project. 40 41 42 END OF SECTION PROJECT IDENTIFICATION AND SIGNS 01580-2 01/22/16 1 1 1 1 SECTION 01600 2 3 MATERIAL AND EQUIPMENT 4 5 PART 1 - GENERAL 6 7 1.01 REQUIREMENTS INCLUDED 8 9 Material and equipment incorporated into the Work: 10 11 A. Conform to applicable specifications and standards. 12 13 B. Comply with size, make, type and quality specified, or as specifically 14 approved in writing by the Engineer. 15 16 C. Manufactured and fabricated products: 17 18 1. Design, fabricate and assemble in accord with the best engineering 19 and shop practices. 20 21 2. Manufacture like parts of duplicate units to standard sizes and 22 gauges, to be interchangeable. 23 24 3. Two or more items of the same kind shall be identical, by the same 25 manufacturer. 26 27 4. Products shall be suitable for service conditions. 28 29 5. Equipment capacities, sizes and dimensions shown or specified shall 30 be adhered to unless variations are specifically approved in writing. 31 32 D. Do not use material or equipment for any purpose other than that for which it 33 is designed or is specified. 34 35 1.02 APPROVAL OF MATERIALS 36 37 A. All materials and equipment furnished by the Contractor shall be subject to 38 the inspection and approval of the Engineer. No material shall be delivered 39 to the work without prior review of the Engineer. 40 41 B. Facilities and labor for handling and inspection of all materials and 42 equipment shall be furnished by the Contractor. If the Engineer requires, 43 either prior to beginning or during the progress of the work, the Contractor 44 shall submit samples of materials for such special tests as may be necessary 45 to demonstrate that they conform to the specifications. Such samples shall 46 be furnished, stored, packed, and shipped as directed at the Contractor's MATERIAL AND EQUIPMENT 01600-1 01/22/16 1 expense. Except as otherwise noted, the Engineer will make arrangements 2 and the Owner will pay for the tests. 3 4 C. The Contractor shall submit data and samples sufficiently early to permit 5 consideration and review before materials are necessary for incorporation in 6 the work. Any delay resulting from the Contractor's failure to submit samples 7 or data promptly shall not be used as a basis of claims against the Owner or 8 the Engineer. 9 10 D. The materials and equipment used on the work shall correspond to the 11 approved samples or other data previously submitted to the Engineer for 12 review. 13 14 1.03 MANUFACTURER'S INSTRUCTIONS FOR INSTALLATION 15 16 A. When Contract Documents require that installation of work shall comply with 17 manufacturer's printed instructions, obtain and distribute copies of such 18 instructions to parties involved in the installation, including four (4) copies to 19 the Engineer. 20 21 1. Maintain one set of complete instructions at the job site during 22 installation and until completion. 23 24 B. Handle, install, connect, clean, condition and adjust products in strict accord 25 with such instructions and in conformity with specified requirements. 26 27 1. Should job conditions or specified requirements conflict with 28 manufacturer's instructions, consult with Engineer for further 29 instructions. 30 31 2. Do not proceed with work without clear instructions. 32 33 C. Perform work in accord with manufacturer's instructions. Do not omit any 34 preparatory step or installation procedure unless specifically modified or 35 exempted by Contract Documents. 36 37 D. Upon completion of installation, the Contractor shall obtain from the 38 manufacturer a signed certification that the equipment has been properly 39 installed in accordance with the manufacturer's recommendations. 40 41 1.04 TRANSPORTATION AND HANDLING 42 43 A. Arrange deliveries of products in accord with construction schedules, 44 coordinate to avoid conflict with work and conditions at the site. 45 46 1. Deliver products in undamaged condition, in manufacturer's original 47 containers or packaging, with identifying labels intact and legible. MATERIAL AND EQUIPMENT 01600-2 01/22/16 1 2 2. Immediately on delivery, inspect shipments to assure compliance with 3 requirements of Contract Documents and approved submittals, and 4 that products are properly protected and undamaged. 5 6 B. Provide equipment and personnel to handle products by methods to prevent 7 soiling or damage to products or packaging. 8 9 1.05 STORAGE AND PROTECTION 10 11 A. The Contractor shall furnish a covered, weather -protected storage structure 12 providing a clean, dry, noncorrosive environment for all mechanical 13 equipment, valves, architectural items, electrical and instrumentation 14 equipment, and special equipment to be incorporated into this project. 15 Storage of equipment shall be in strict accordance with the "instructions for 16 storage" of each equipment supplier and manufacturer including connection 17 of heaters, placing of storage lubricants in equipment or climate -controlled 18 facilities, etc. The Contractor shall furnish a copy of the manufacturer's 19 instructions for storage to the Engineer prior to storage of all equipment and 20 materials. Corroded, damaged or deteriorated equipment and parts shall be 21 replaced before acceptance of the project. Equipment and materials not 22 properly stored will not be included in a payment estimate. 23 24 B. Store products in accord with manufacturer's instructions, with seals and 25 labels intact and legible. 26 27 1. Store products subject to damage by the elements in weather tight 28 enclosures. 29 30 2. Maintain temperature and humidity within the ranges required by 31 manufacturer's instructions. 32 33 3. Store fabricated products above the ground on blocking or skids to 34 prevent soiling or staining. Cover products which are subject to 35 deterioration with impervious sheet coverings, provide adequate 36 ventilation to avoid condensation. 37 38 4. Store loose granular materials in a well -drained area on solid surfaces 39 to prevent mixing with foreign matter. 40 41 C. All materials and equipment to be incorporated in the work shall be handled 42 and stored by the Contractor before, during, and after shipment in a manner 43 to prevent warping, twisting, bending, breaking, chipping, rusting, and any 44 injury, theft or damage of any kind whatsoever to the material or equipment. 45 46 D. Cement, sand and lime shall be stored under a roof and off the ground and 47 shall be kept completely dry at all times. All miscellaneous steel and MATERIAL AND EQUIPMENT 01600-3 01/22/16 1 reinforcing steel shall be stored off the ground and covered or otherwise to 2 prevent accumulations of dirt or grease, and in a position to prevent 3 accumulations of standing water and to minimize rusting. Precast concrete 4 sections shall be handled and stored in a manner to prevent accumulations 5 of dirt, standing water, staining, chipping or cracking. Brick, block and similar 6 masonry products shall be handled and stored in a manner to reduce 7 breakage, chipping, cracking, and spilling to a minimum. 8 9 E. All materials that, in the opinion of the Engineer, have become so damaged 10 as to be unfit for the use intended or specified shall be promptly removed 11 from the site of the work, and the Contractor shall receive no compensation 12 for the damaged material or its removal. 13 14 F. Arrange storage in a manner to provide easy access for inspection. Make 15 periodic inspections of stored products to assure that products are 16 maintained under specified conditions, and free from damage or 17 deterioration. 18 19 G. Protection after Installation: 20 21 1. Provide substantial coverings as necessary to protect installed 22 products from damage from traffic and subsequent construction 23 operations. Remove covering when no longer needed. 24 25 H. The Contractor shall be responsible for all material, equipment, and supplies 26 sold and delivered to the Owner under this Contract until final inspection of 27 the work and acceptance thereof by the Owner. In the event any such 28 material, equipment, and supplies are lost, stolen, damaged, or destroyed 29 prior to final inspection and acceptance, the Contractor shall replace same 30 without additional cost to the Owner. 31 32 I. Should the Contractor fail to take proper action on storage and handling of 33 equipment supplied under this Contract within seven days after written notice 34 to do so, the Owner retains the right to correct all deficiencies noted in 35 previously transmitted written notice and deduct the cost associated with 36 these corrections from the Contract Price. These costs may be comprised of 37 expenditures for labor, equipment usage, administrative, clerical, and 38 engineering and any other costs associated with making the necessary 39 corrections. 40 41 1.06 SUBSTITUTIONS AND PRODUCT OPTIONS 42 43 A. Contractor's Options: 44 45 1. For products specified only by reference standard, select any product 46 meeting that standard. 47 MATERIAL AND EQUIPMENT 01600-4 01/22/16 1 1 1 1 1 2. For products specified by naming several products or manufacturers, 2 submit the products or manufacturers named in the Proposal, which 3 complies with the specifications. 4 5 3. For products specified by naming one or more products or more 6 products or manufacturers and "or equal", Contractor shall submit a 7 request as for substitutions for any product or manufacturer not 8 specifically named. 9 10 B. Substitutions: 11 12 1. After the Effective Date of the Agreement, the Engineer will consider 13 written requests from Contractor for substitution of products. 14 15 2. Submit a separate request for each product, supported with complete 16 data, with drawings and samples as appropriate, including: 17 18 a. Comparison of the qualities of the proposed substitution with 19 that specified. 20 21 b. Changes required in other elements of the work because of the 22 substitution. 23 24 c. Effect on the construction schedule. 25 26 d. Cost data comparing the proposed substitution with the 27 product specified. 28 29 e. Any required license fees or royalties. 30 31 f. Availability of maintenance service, and source of replacement 32 materials. 33 34 3. The Engineer will solely determine the acceptability of the proposed 35 substitution. 36 37 C. Contractor's Representation: 38 39 1. A request for a substitution constitutes a representation that 40 Contractor: 41 42 a. Has investigated the proposed product and determined that it 43 is equal to or superior in all respects to that specified. 44 45 b. Will provide the same warranties or bonds for the substitution 46 as for the product specified. 47 MATERIAL AND EQUIPMENT 01600-5 01/22/16 1 c. Will coordinate the installation of an accepted substitution into 2 the Work, and make such other changes as may be required 3 to make the Work complete in all respects. 4 5 d. Waives all claims for additional costs, under his responsibility, 6 which may subsequently become apparent. 7 8 1.07 SPECIAL TOOLS 9 10 A. Manufacturers of equipment and machinery shall furnish any special tools 11 (including grease guns or other lubricating devices) required for normal 12 adjustment, operations and maintenance, together with instructions for their 13 use. The Contractor shall preserve and deliver to the Owner these tools and 14 instructions in good order no later than upon completion of the Contract. 15 16 1.08 WARRANTY 17 18 A. For all major pieces of equipment, submit a warranty from the equipment 19 manufacturer as specified in Section 01740. At a minimum, the 20 manufacturer's warranty period shall be concurrent with the Contractor's for 21 two (2) years after the time of Substantial Completion. Exceptions for 22 extended warranties shall be noted within each piece of equipment's 23 technical specification. 24 25 1.09 SPARE PARTS 26 27 A. Spare parts for certain equipment have been specified in the pertinent 28 sections of the Specifications. The Contractor shall collect and store all 29 spare parts so required in an area to be designated by the Engineer. In 30 addition, the Contractor shall furnish to the Engineer an inventory listing all 31 spare parts, the equipment they are associated with, the name and address 32 of the supplier, and the delivered cost of each item. Copies of actual 33 invoices for each item shall be furnished with the inventory to substantiate 34 the delivered cost. 35 36 B. Where "Manufacturer's Recommended" spare parts are specified to be 37 furnished, the Contractor shall furnish those spares that are recommended 38 by the Manufacturer as noted in their standard product literature. 39 40 PART 2 — PRODUCTS 41 (Not Used) 42 43 PART 3 — EXECUTION 44 (Not Used) 45 46 END SECTION MATERIAL AND EQUIPMENT 01600-6 01/22/16 1 t 1 SECTION 01640 2 3 QUALITY CONTROL 4 5 PART 1 — GENERAL 6 7 1.01 SECTION INCLUDES 8 9 A. Quality assurance and control of installation. 10 11 B. References. 12 13 C. Field samples. 14 15 D. Mock-up. 16 17 E. Inspection and testing laboratory services. 18 19 F. Manufacturers' field services and reports. 20 21 1.02 RELATED SECTIONS 22 23 A. Section 01090 - Reference Standards. 24 25 B. Section 01300 - Submittals 26 27 C. Section 01410 — Testing and Testing Laboratory Services. 28 29 1.03 QUALITY ASSURANCE/CONTROL OF INSTALLATION 30 31 A. Monitor quality control over suppliers, manufacturers, Products, services, site 32 conditions, and workmanship, to produce Work of specified quality. 33 34 B. Comply fully with manufacturers' instructions, including each step in 35 sequence. 36 37 C. Should manufacturers' instructions conflict with Contract Documents, request 38 clarification from Engineer before proceeding. 39 40 D. Comply with specified standards as a minimum quality for the Work except 41 when more stringent tolerances, codes, or specified requirements indicate 42 higher standards or more precise workmanship. 43 44 E. Perform work by persons qualified to produce workmanship of specified 45 quality. 46 QUALITY CONTROL 01640-1 01/22/16 1 F. Secure Products in place with positive anchorage devices designed and 2 sized to withstand stresses, vibration, physical distortion or disfigurement. 3 4 1.04 REFERENCES 5 6 A. Conform to reference standard by date of issue current on date of Owner 7 Bids. 8 9 B. Should specified reference standards conflict with Contract Documents, 10 request clarification for Engineer before proceeding. 11 12 C. The contractual relationship of the parties to the Contract shall not be altered 13 from the Contract Documents by mention or inference otherwise in any 14 reference document. 15 16 1.05 FIELD SAMPLES 17 18 A. Install field samples at the site as required by individual specifications 19 Sections for review. 20 21 B. Acceptable samples represent a quality level for the Work. 22 23 C. Where field sample is specified in individual Sections to be removed, clear 24 area after field sample has been accepted by Engineer. 25 26 1.06 MOCK-UP 27 28 A. Tests will be performed under provisions identified in this section. 29 30 B. Assemble and erect specified items, with specified attachment and 31 anchorage devices, flashings, seals, and finishes. 32 33 C. Where mock-up is specified in individual Sections to be removed, clear area 34 after mock-up has been accepted by Engineer. 35 36 1.07 INSPECTION AND TESTING LABORATORY SERVICES 37 38 A. The Contractor shall employ, and pay for services of an independent firm to 39 perform testing. Services during construction shall be coordinated by 40 Contractor. 41 42 B. The independent firm shall perform tests, and other services specified in 43 individual specification Sections and as required by the Engineer. 44 45 C. Reports will be submitted by the independent firm to the Engineer, in 46 duplicate, indicating observations and results of tests and indicating QUALITY CONTROL 01640-2 01/22/16 1 1 1 t 1 1 compliance or non-compliance with Contract Documents. 2 3 D. Cooperate with independent firm; furnish samples of materials, design mix, 4 equipment, tools, storage and assistance as requested. 5 6 1. Notify Engineer and independent firm 48 hours prior to expected time 7 for operations requiring services. 8 9 2. Make arrangements with independent firm and pay for additional 10 samples and tests required for Contractor's use. 11 12 E. Retesting required because of non-conformance to specified requirements 13 shall be performed by the same independent firm on instructions by the 14 Engineer. Payment for retesting will be charged to the Contractor by 15 deducting inspection or testing charges from the Contract Price. 16 17 1.08 MANUFACTURERS' FIELD SERVICES AND REPORTS 18 19 A. When specified in individual specification Sections, require material or 20 Product suppliers or manufacturers to provide qualified staff personnel to 21 observe site conditions, conditions of surfaces and installation, quality of 22 workmanship, start-up of equipment, test, adjust, and balance of equipment 23 as applicable, and to initiate instructions when necessary. 24 25 B. Submit qualifications of observer to Engineer 30 days in advance of required 26 observations. Observer shall be subject to approval of Engineer and Owner. 27 28 C. Individuals shall report observations and site decisions or instructions given 29 to applicators or installers that are supplemental or contrary to 30 manufacturers' written instructions. 31 32 D. Submit report in duplicate within 30 days of observation to Engineer for 33 review. 34 35 PART 2 — PRODUCTS 36 (Not Used) 37 38 PART 3 — EXECUTION 39 (Not Used) 40 41 42 END OF SECTION 43 QUALITY CONTROL 01640-3 01/22/16 1 THIS PAGE INTENTIONALLY LEFT BLANK QUALITY CONTROL 01640-4 01/22/16 1 1 1 1 SECTION 01670 2 3 SUBSTITUTIONS AND PRODUCT OPTIONS 4 5 PART 1 — GENERAL 6 7 1.01 DESCRIPTION 8 9 A. General: 10 11 1. This section covers the furnishing of all labor, materials, tools, 12 equipment, and performance of all work and services for furnishing, 13 submitting, processing and handling of requests for substitution and 14 product options. See items as indicated on Drawings and as 15 specified. Any substitution or option shall be in accord with the 16 provisions of Contract Documents, and completely coordinated with 17 work of other trades. 18 19 2. Although such work is not specifically indicated, furnish all 20 supplementary or miscellaneous items, appurtenances and devices 21 incidental to or necessary for a sound, secure and complete 22 installation. 23 24 3. See appropriate sections for specific items specified. See General 25 Conditions for additional information. 26 27 B. Procedure: 28 29 1. For equipment and materials that are listed in the Bid Form, observe 30 procedures outlined in Instructions to Bidders. 31 32 2. For products, equipment, and materials that are named in Drawings 33 or Specifications for which a request for substitution is made, observe 34 procedures outlined in these specifications. 35 36 C. Costs: Cost incurred by requestor in providing information, catalogs, and 37 samples - including but not limited to labor, materials, freight postage, and 38 transportation - are sole cost of "Requestor" with no cost assessed Owner or 39 Engineer. 40 41 1.02 REQUESTS FOR SUBSTITUTION - GENERAL: 42 43 A. Base all bids on materials, equipment and procedures specified. 44 45 B. Certain types of equipment and kinds of material are described in 46 specifications by means of trade names and catalog numbers and/or 47 manufacturer's names. Where this occurs, it was not intended to exclude SUBSTITUTIONS AND PRODUCT OPTIONS 01670-1 01/22/16 1 from consideration such types of equipment and kinds of material bearing 2 other trade names, catalog numbers and/or manufacturer's names, capable 3 of accomplishing purpose of types of equipment or kinds of material 4 specifically indicated. 5 6 C. Other types of equipment and kinds of material may be acceptable to Owner 7 and Engineer. 8 9 D. Types of equipment, kinds of material and methods of construction, if not 10 specifically indicated must be approved in writing by Engineer and be agreed 11 upon by Owner. 12 13 1.03 SUBMISSION OF REQUESTS FOR SUBSTITUTION: 14 15 A. Within no more than 30 days after award of the Contract, the Engineer will 16 consider requests for substitutions of products, materials, systems or other 17 items. Requests must be received by Engineer within 30 calendar days after 18 the Notice to Proceed. All requests for substitution shall be completed as 19 specified below. 20 21 B. Substitute items must comply with color and pattern of base specified items 22 unless specifically approved otherwise. 23 24 C. Submit two (2) copies of request for substitution. Include in request: 25 26 1. Name of product located by Drawing No. or Specification No., 27 followed by a detail or line number the particular item(s) for which 28 request for substitution is initiated. 29 30 2. Complete data substantiating compliance of proposed substitution 31 with Contract Documents. 32 33 3. For products, include: 34 35 a. Product identification by schedule or tag no., including 36 manufacturer's name. 37 38 b. Manufacturer's literature, marked to indicate specific model, 39 type, size, and options to be considered: 40 41 1) Product Description 42 2) Performance and test data 43 3) Reference standards 44 4) Difference in power demand 45 5) Dimensional differences for specified unit 46 47 c. Submit samples, full size if so required. The Engineer SUBSTITUTIONS AND PRODUCT OPTIONS 01670-2 01/22/16 t 1 t 1 1 1 1 1 reserves the right to impound samples until physical units are 2 installed on project for comparison purposes. All costs of 3 furnishing and return of samples shall be paid by requester. 4 Engineer is not responsible for loss of or damage to samples. 5 6 d. Name and address of similar projects where product was used, 7 date of installation, and field performance data on installation. 8 9 4. For construction methods, include: 10 11 a. Detailed description of proposed method. 12 13 b. Drawings illustrating methods. 14 15 5. Itemized comparison of proposed substitution with product or method 16 specified. 17 18 6. Data relating to changes in construction schedule. 19 20 7. Accurate cost data on proposed substitution in comparison with 21 product or method specified. 22 23 8. Include with any request a specific statement defining changes in 24 contract time or amount. 25 26 D. In making request for substitution, or in using an approved substitute item, 27 Supplier/Manufacturer represents: 28 29 1. He has personally investigated proposed product or method, and has 30 determined that it is equal or superior in all respects to that specified, 31 and that it will perform function for which it is intended. 32 33 2. Will provide same or better warranty for substitute item as for product 34 or method specified. 35 36 3. Will coordinate installation of accepted substitution into work, to 37 include but not be limited to the following: 38 39 a. Building and structure modifications as necessary; 40 41 b. Additional ancillary equipment to accommodate change; 42 43 c. Piping, valving, mechanical, electrical, or instrumentation 44 changes, and, 45 46 d. All other changes required for work to be complete in all SUBSTITUTIONS AND PRODUCT OPTIONS 01670-3 01/22/16 1 respects to permit incorporation of substitution into project. 2 3 4. Waives all claims for additional costs related to substitution which 4 subsequently become apparent. 5 6 E. Written acceptance or rejection of items presented for substitution will be 7 given within two weeks of receipt of request. 8 9 F. In the event the acceptance of a substitute results in a change in Contract 10 Price or Time, or is a deviation from the Contract Documents, a change order 11 will be issued to reflect such change. In the event the acceptance of an 12 alternate does not result in a change in Contract Price or Time, a field order 13 will be issued. 14 15 G. Substitutes may be rejected for the following reasons: 16 17 1. Acceptance will require substantial revision of Contract Documents or 18 building spaces. 19 20 2. If they are in Engineer's opinion, not equal to base product specified, 21 or will not adequately perform function for which intended. 22 23 3. If request is not initiated by the Contractor in accordance with this 24 specification section. 25 26 1.04 SUBSTITUTION DUE TO UNAVAILABILITY 27 28 A. Unavailability of specified item due to strikes, lockouts, bankruptcy, 29 discontinuance of production, proven shortage, or similar occurrences are 30 reasons for substitution after Contract award. 31 32 B. Notify Engineer in writing, as soon as condition of unavailability becomes 33 apparent; include substantiating data. Submit request for substitution 34 sufficiently in advance to avoid delays. 35 36 C. Submit data as required in paragraph 1.03 above. 37 38 PART 2 - PRODUCTS 39 (NOT USED) 40 41 PART 3 - EXECUTION 42 (NOT USED) 43 44 45 END OF SECTION SUBSTITUTIONS AND PRODUCT OPTIONS 01670-4 01/22/16 1 1 i 1 1 1 1 1 SECTION 01700 2 3 CONTRACT CLOSEOUT 4 5 PART 1 - GENERAL 6 7 1.01 REQUIREMENTS INCLUDED 8 9 Comply with requirements stated in General Conditions and in Specifications for 10 administrative procedures in closing out the Work. 11 12 1.02 SUBSTANTIAL COMPLETION 13 14 A. When Contractor considers the Work is substantially complete, he shall 15 submit to the Engineer: 16 17 1. A written notice that the Work, or designated portion thereof, is 18 substantially complete. 19 20 2. A list of items to be completed or corrected. 21 22 3. A copy of all applicable, executed: 23 24 • Manufacturer Certifications of Proper testing, Ready for 25 Operation and Completion 26 • Calibration and Testing Certificates 27 • Transmittals of Operations and Maintenance Manuals 28 • Transmittals of Spare Parts 29 • Owner's Equipment Training Attendance Sign -in sheets 30 Warranties and guarantees of the manufacturer(s). 31 32 B. Within a reasonable time after receipt of such notice, the Engineer will make 33 an inspection to determine the status of completion. 34 35 C. Should the Engineer determine that the Work is not Substantially Complete: 36 37 1. The Engineer will promptly notify the Contractor, in writing, giving the 38 reasons therefore. 39 40 2. Contractor shall remedy the deficiencies in the Work, and send a 41 second written notice of substantial completion to the Engineer. 42 43 3. The Engineer will re -inspect the Work. 44 45 D. When the Engineer finds that the Work is Substantially Complete, he will: 46 CONTRACT CLOSEOUT 01700-1 01/22/16 1 1. Prepare and deliver to Owner a tentative Certificate of Substantial 2 Completion with a tentative list of items to be completed or corrected 3 before final completion. 4 5 2. After consideration of any objections made by the Owner as provided 6 in Conditions of the Contract, and when the Engineer considers the 7 Work Substantially Complete, he will execute and deliver to the 8 Owner and the Contractor a definite Certificate of Substantial 9 Completion with a revised tentative list of items to be completed or 10 corrected. 11 12 1.03 FINAL INSPECTION 13 14 A. When Contractor considers the Work to be complete, he shall submit written 15 certification that: 16 17 1. Contract Documents have been reviewed. 18 19 2. Work has been inspected for compliance with Contract Documents. 20 21 3. Work has been completed in accordance with Contract Documents. 22 23 4. Equipment and systems have been tested in the presence of the 24 Owner's representative and are operational. 25 26 5. Work is completed and ready for final inspection. 27 28 B. The Engineer will make an inspection to verify the status of completion with 29 reasonable promptness after receipt of such certification. 30 31 C. Should the Engineer consider that the Work is incomplete or defective: 32 33 1. The Engineer will promptly notify the Contractor in writing, listing the 34 incomplete or defective work. 35 36 2. Contractor shall take immediate steps to remedy the stated 37 deficiencies, and send a second written certification to the Engineer 38 that the Work is complete. 39 40 3. The Engineer will re -inspect the Work. 41 42 D. When the Engineer finds that the Work is acceptable under the Contract 43 Documents, he shall request the Contractor to make closeout submittals. 44 45 CONTRACT CLOSEOUT 01700-2 01/22/16 1 1 1 1 1 1 1 1 1 1 1 1 1.04 REINSPECTION FEES 2 3 A. Should the Engineer perform re -inspections, due to failure of the Work, to 4 comply with the claims of status of completion made by the Contractor: 5 6 1. Owner will compensate the Engineer for such additional services. 7 8 2. Owner will deduct the amount of such compensation from the final 9 payment to the Contractor. 10 11 1.05 CONTRACTOR'S CLOSEOUT SUBMITTALS TO ENGINEER 12 13 A. Evidence of compliance with requirements of governing authorities. 14 15 B. Project Record Documents and As -built Drawings. 16 17 C. Operating and Maintenance Data, instructions to Owner's Personnel. 18 19 D. Warranties and Bonds, w/ a log of start dates and expiration dates. 20 21 E. Keys and Keying Schedule. 22 23 F. Spare Parts, Maintenance Materials and Specific Tools. 24 25 G. Evidence of Payment and Release of Liens. 26 27 H. Certificate of Insurance for Products and Completed Operations. 28 29 I. Contractor's Final Affidavit. 30 31 J. Lien Waivers from Subcontractors and Suppliers. 32 33 K. Consent of Surety from the bonding company. 34 35 L. Contractor's Guarantee. 36 37 1.06 FINAL ADJUSTMENT OF ACCOUNTS 38 39 A. Submit a final statement of accounting to the Engineer. 40 41 B. Statement shall reflect all adjustments to the Contract Sum: 42 43 1. The original Contract Sum. 44 45 2. Additions and deductions resulting from: 46 47 a. Previous Change Orders. CONTRACT CLOSEOUT 01700-3 01/22/16 1 2 b. Unit Prices. 3 4 c. Deductions for uncorrected Work. 5 6 d. Penalties and Bonuses. 7 8 e. Deductions for liquidated damages. 9 10 f. Deductions for re -inspection payments. 11 12 g. Other adjustments. 13 14 3. Total Contract Sum, as adjusted. 15 16 4. Previous payments. 17 18 5. Sum remaining due. 19 20 C. Engineer will prepare a final Change Order, reflecting approved adjustments 21 to the Contract Price, which were not previously made by Change Orders. 22 23 1.07 FINAL APPLICATION FOR PAYMENT 24 25 A. Contractor shall submit the final Application for Payment in accordance with 26 procedures and requirements stated in the General Conditions. 27 28 PART 2 — PRODUCTS 29 (Not Used) 30 31 PART 3 — EXECUTION 32 (Not Used) 33 34 35 END OF SECTION CONTRACT CLOSEOUT 01700-4 01/22/16 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 SECTION 01710 2 3 PROJECT CLEANING 4 5 PART 1 - GENERAL 6 7 1.01 SCOPE OF WORK 8 9 A. The Contractor shall execute cleaning during progress of Work and at 10 completion of the Work as required by the General Conditions. 11 12 1.02 DISPOSAL REQUIREMENTS 13 14 A. The Contractor shall conduct cleaning and disposal operations to comply 15 with all applicable Laws and Regulations. 16 17 PART 2 — MATERIALS 18 19 2.01 MATERIALS 20 21 A. The Contractor shall use only those cleaning materials which do not create 22 hazards to health or property and which do not damage surfaces. 23 24 B. The Contractor shall use only those cleaning materials and methods 25 recommended by the Manufacturer of the surface material to be cleaned. 26 27 C. The Contractor shall use cleaning materials only on surfaces so 28 recommended by cleaning material Manufacturer. 29 30 PART 3 — EXECUTION 31 32 3.01 CLEANING DURING CONSTRUCTION 33 34 A. The Contractor shall execute daily cleaning to keep the Work, the site and 35 adjacent properties free from accumulations of waste materials, water, 36 eroded material, rubbish and windblown debris resulting from construction 37 operations. 38 39 B. The Contractor shall provide suitable on-site containers for the daily 40 collection of all waste materials, debris and rubbish. 41 42 C. The Contractor shall remove waste materials, debris and rubbish from site 43 containers periodically and dispose of at properly licensed and permitted 44 disposal areas away from the site. 45 46 D. The Contractor shall remove from the site all surplus materials and 47 temporary structures when no further need therefore develops and as PROJECT CLEANING 01710-1 01/22/16 1 approved by the Engineer. The Contractor shall be responsible and liable 2 for all spillage and shall incur all associated costs including, but not limited 3 to, costs related to repair and maintenance resulting from any such damage. 4 5 6 END OF SECTION PROJECT CLEANING 01710-2 01/22/16 1 1 1 1 1 1 1 1 1 1 1 1 1 1 SECTION 01720 2 3 PROJECT RECORD DOCUMENTS 4 5 PART 1 - GENERAL 6 7 1.01 REQUIREMENTS INCLUDED 8 9 A. Maintain at the site for the Owner one record copy of: 10 11 1. Drawings 12 13 2. Specifications 14 15 3. Addenda 16 17 4. Requests for Information 18 19 5. Work Change Directives, Requests for Cost Proposals 20 21 6. Change Orders and other Modifications to the Contract 22 23 7. Engineer's Field Orders or written instructions 24 25 8. Approved Shop Drawings, Working Drawings and Samples 26 27 9. Field Test Records 28 29 10. Construction Photographs 30 31 11. Detailed Progress Schedule, Monthly Updates 32 33 1.02 MAINTENANCE OF DOCUMENTS AND SAMPLES 34 35 A. Store documents and samples in Contractor's field office apart from 36 documents used for construction. 37 38 1. Provide files and racks for storage of documents. 39 40 2. Provide locked cabinet of secure storage space for storage of 41 samples. 42 43 B. File documents and samples in accordance with CSI format. 44 45 C. Maintain documents in a clean, dry, legible condition and in good order. Do 46 not use record documents for construction purposes. 47 PROJECT RECORD DOCUMENTS 01720-1 01/22/16 1 D. Make documents and samples available at all times for inspection by the 2 Engineer. 3 4 E. As a pre -requisite for monthly progress payments, the Contractor is to exhibit 5 the currently updated "record documents" for review by the Engineer and 6 Owner. 7 8 1.03 MARKING DEVICES 9 10 A. Provide felt tip marking pens for recording information in the color code 11 designated by the Engineer. 12 13 1.04 RECORDING 14 15 A. Label each document "PROJECT RECORD" in neat large printed letters. 16 17 B. Record information concurrently with construction progress. 18 19 1. Do not conceal any work until required information is recorded. 20 21 C. Drawings: Legibly mark to record actual construction: 22 23 1. Depths of various elements of foundation in relation to finish first floor 24 datum 25 26 2. Denote all underground piping elevations and dimensions; all 27 changes to piping location; horizontal and vertical locations of 28 underground utilities and appurtenances, all referenced to permanent 29 surface improvements or by state Plane coordinates. Actual installed 30 pipe material, class, etc. 31 32 3. Locations of internal utilities and appurtenances concealed in the 33 construction, referenced to visible and accessible features of the 34 structure. 35 36 4. Field changes of dimension and detail. 37 38 5. Changes made by Field Order, Work Change Directives, Request for 39 Information or by Change Order. 40 41 6. Details not on original Contract Documents. 42 43 7. Equipment and piping relocations. 44 45 D. Specifications and Addenda; legibly mark each Section to record: 46 PROJECT RECORD DOCUMENTS 01720-2 01/22/16 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Manufacturer, trade name, catalog number, and supplier of each 2 product and item of equipment actually installed. 3 4 2. Changes made by Field Order or by Change Order. 5 6 E. Shop Drawings (after final review and approval) 7 8 1.05 AS -BUILT DRAWINGS 9 10 A. As -built drawings shall be maintained by the Contractor in strict Accordance 11 with SECTION III (GENERAL CONDITIONS), Article 6.11.2. 12 13 B. Payment Applications will not be approved if the As -built drawings are not 14 kept current and will not be approved until the As -built drawings show 15 completely all information required and are current. 16 17 C. The final Payment Application shall not be accepted by the Owner until the 18 As -built drawings are approved for conformance to the minimum 19 requirements. The Owner's acceptance of the Contractor's As -built drawings 20 does not relieve the Contractor of the sole responsibility for the accuracy or 21 completeness of the As -built drawings. 22 23 D. In addition to the requirements defined in the General Conditions Article 24 6.11.2, Contractor shall provide an As -Built Survey of all pipelines and 25 manholes installed in the project, signed and sealed by a Florida Registered 26 Surveyor and Mapper. As a minimum, the As -Built Survey shall provide at 27 minimum: 28 29 30 1. Pipe invert elevations at every 100 feet; 31 32 2. Pipe invert elevations at any grade change or direction changes; 33 34 3. Pipe inverts of all utilities at utility crossings where the proposed utility 35 crosses above or below other utilities; 36 37 4. Pipe invert elevations into existing/new structures or manholes; 38 39 5. If any pavement is restored and is greater than 10 feet in length, 40 pavement elevations on a 10 foot grid; 41 42 6. All other surveying as required to show that the work has been 43 completed to the lines and grades shown on the Drawings or the 44 Specifications. 45 46 7. Wetlands: Cross-sectional surveys, at 100' intervals, through all 47 impacted wetland areas to verify that final grades are in accordance PROJECT RECORD DOCUMENTS 01720-3 01/22/16 1 with project permits and the CONTRACT DOCUMENTS. 2 3 E. All deviations shall be highlighted on the As -built drawings using a "cloud". If 4 any revisions to the original plans required a CHANGE ORDER, the "cloud" 5 shall include the CHANGE ORDER number. 6 7 F. A significant deviation is defined as follows: 8 9 1. Horizontal: 1 foot or one half the diameter of the pipe, whichever is 10 less. 11 12 2. Vertical — 13 14 a. More than 1 inch for gravity pipelines and diversion weir 15 structure. 16 17 b. More than 0.2 feet for surface excavations unless sod is to be 18 placed adjacent to pavement, curbs or sidewalks, final grading 19 shall allow the top of sod soil mat to be flush with top edge of 20 pavement, curb or sidewalk. 21 22 G. The Contractor shall submit all As -built drawings after review and approval 23 by the Owner and Engineer in digital electronic format (Auto CADD and pdf) 24 along with one set of marked up drawings. 25 26 H. Submit three (3) full sized 24"x36" of as -built survey, signed and sealed by 27 the Registered Land Surveyor. 28 29 I. Submit two (2) CD-ROMS of the as -built survey in AUTOCAD 2007 or later 30 format. 31 32 1.06 SUBMITTAL 33 34 A. At contract close-out, deliver Record Documents to the Engineer for the 35 Owner. 36 37 B. Accompany submittal with transmittal letter in duplicate, containing: 38 39 1. Date 40 41 2. Project title and number 42 43 3. Contractor's name and address 44 45 4. Title and number of each Record Document 46 47 5. Signature of Contractor or his authorized representative PROJECT RECORD DOCUMENTS 01720-4 01/22/16 1 1 I 1 2 3 1.07 MAJOR EQUIPMENT SHOP DRAWINGS, PIPE LAYING SCHEDULE, AND I 4 SURVEYING MANUAL 5 6 A. This manual shall contain a copy of the final approved shop drawings for the I 7 8 major materials and equipment associated with the project. The manual shall be divided into sections with each section dedicated to a particular 9 specification section. The manual shall contain pipe laying schedules and 10 reference survey information appropriate for the project. U11 12 B. Five hard copy sets of this manual and one electronic file copy in ".pdf" 13 format are to be delivered to the Owner. The requirements for hard copies 1 14 and for electronic files are provided below in this section. 15 16 1.08 WARRANTIES, GUARANTEES, BONDS, AND CERTIFICATES MANUAL II 17 18 A. This manual shall contain all warranties, guarantees, bonds, certificates, and 19 similar documents, including those customarily provided by manufacturers I 20 21 and suppliers which cover a period greater than the two-year correction period. Show Owner as beneficiary on these documents. 22 I 23 24 B. Two hard copy sets of this manual and one electronic file copy are to be delivered to the Owner. The requirements for hard copies and for electronic 25 files are provided below in this section. I 26 27 1.09 CONSTRUCTION PHOTOGRAPHS 28 I 29 A. This manual shall contain construction photographs obtained from the 30 Contractor, Engineer, and Owner. All photographs are to be color digital 31 compiled on CD and provided with a descriptive index of the images with 32 dates 1 33 34 B. Two electronic file copies are to be delivered to the Owner. 35 36 PART 2 — PRODUCTS 37 (Not Used) 38 ' 39 PART 3 — EXECUTION 40 (Not Used) 41 I 42 43 END OF SECTION 44 1 1 1 PROJECT RECORD DOCUMENTS 01720-5 01/22/16 1 THIS PAGE INTENTIONALLY LEFT BLANK PROJECT RECORD DOCUMENTS 01720-6 01/22/16 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 SECTION 01730 2 3 OPERATING AND MAINTENANCE DATA 4 5 PART 1 - GENERAL 6 7 1.01 REQUIREMENTS INCLUDED 8 9 A. The Contractor shall compile product data and related information 10 appropriate for Owner's maintenance and operation of the actual products 11 furnished by the Contractor. 12 13 1. Prepare operating and maintenance data as specified in this Section 14 and as referenced in other pertinent sections of Specifications. 15 16 B. The Contractor shall instruct Owner's personnel in maintenance of products 17 and in operation of equipment and systems. 18 19 C. The Contractor shall furnish the Owner five (5) approved complete hardcopy 20 sets of Operation and Maintenance Data and one (1) approved complete set 21 of Operation and Maintenance Data in electronic ".pdf' format as specified 22 herein for the project. 23 24 D. The Contractor shall organize all electronic Operation and Maintenance Data 25 by specification division and section number, and shall submit on compact 26 disc (CD) media. 27 28 1.02 QUALITY ASSURANCE 29 30 A. Preparation of data shall be done by personnel: 31 32 1. Trained and experienced in maintenance and operation of described 33 products. 34 35 2. Familiar with requirements of this Section. 36 37 3. Skilled and technical writer to the extent required to communicate 38 essential data. 39 40 4. Skilled as draftsman competent to prepare required Drawings. 41 42 1.03 FORM OF SUBMITTALS 43 44 A. Prepare data in form of an instructional manual for use by Owner's 45 personnel. 46 47 B. Format: OPERATING AND MAINTENANCE DATA 01730-1 01/22/16 1 2 1. Size: 8-1/2 inches x 11 -inches. 3 4 2. Paper: 20 pound minimum white, for typed pages. 5 6 3. Text: Manufacturer's printed data, or neatly typewritten. 7 8 4. Drawings: 9 a. Provide reinforced punched binder tabs, bind in with text. 10 b. Reduce larger Drawings and fold to size of text pages but not 11 larger than 14 -inches x 17 -inches. 12 13 5. Provide fly -leaf for each separate product, or each piece of operating 14 equipment. 15 a. Provide typed description of product, and major component 16 parts of equipment. 17 b. Provide indexed tabs. 18 19 6. Cover: Identify each volume with typed or printed title "OPERATING 20 AND MAINTENANCE INSTRUCTIONS." List: 21 a. Title of Project 22 b. Identity of separate structure, as applicable. 23 c. Identity of general subject matter covered in the manual. 24 25 C. Binders: 26 27 1. Commercial quality three -post binders with durable and cleanable 28 plastic covers. 29 30 2. Maximum post width: 2 -inches. 31 32 3. When multiple binders are used, correlate the data into related 33 consistent groupings. 34 35 1.04 CONTENT OF MANUAL 36 37 A. Neatly typewritten table of contents for each volume, arranged in systematic 38 order. 39 40 1. Supplier name and contact information for parts and technical 41 assistance. 42 43 2. Contractor, name of responsible principal, address and telephone 44 number. 45 46 3. A list of each product required to be included, indexed to content of 47 the volume. OPERATING AND MAINTENANCE DATA 01730-2 01/22/16 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 2 4. List, with each product, name, address and telephone number of: 3 a. Subcontractor or installer. 4 b. Maintenance contractor, as appropriate. 5 c. Identify area of responsibility of each. 6 d. Local source of supply for parts and replacement. 7 8 5. Identify each product by product name and other identifying symbols 9 as set forth in Contract Documents. 10 11 B. Product Data: 12 13 1. Include only those sheets that are pertinent to the specific product. 14 15 2. Annotate each sheet to: 16 a. Clearly identify specific product or part installed. 17 b. Clearly identify data applicable to installation. 18 c. Delete references to inapplicable information. 19 20 C. Drawings: 21 22 1. Supplement product data with drawings as necessary to clearly 23 illustrate, where applicable to the individual subsystem: 24 a. Relationship of component parts of equipment and systems. 25 b. Control and flow diagrams. 26 27 D. Written text, as required to supplement product data for the particular 28 installation: 29 1. Organize in consistent format under separate headings for different 30 procedures. 31 32 2. Provide logical sequence of instructions of each procedure. 33 34 E. Copy of each warranty, bond and service contract issued. 35 36 1. Provide information sheet for Owner's personnel, give: 37 a. Proper procedures in event of failure. 38 b. Instances which might affect validity of warranties or bonds. 39 40 1.05 INSTRUCTION OF OWNER'S PERSONNEL 41 42 A. Prior to final inspection or acceptance, fully instruct Owner's designated 43 operating and maintenance personnel in operation, adjustment and 44 maintenance of products, equipment and systems. 45 46 B. Operating and maintenance manual shall constitute the basis of instruction. 47 OPERATING AND MAINTENANCE DATA 01730-3 01/22/16 1 1. Review contents of manual with personnel in full detail to explain all 2 aspects of operation and maintenance. 3 4 C. Two weeks prior to the schedule vendor's training, a detailed lesson plan 5 shall be submitted to the Engineer for review that is representative of the 6 material to be covered during the training period. 7 8 D. The acceptance of the manufacturer's training will be in accordance with the 9 successful completion of the attached Manufacturer's Training Summary 10 Report. This checklist will be completed by the Owner and Engineer at the 11 completion of each vendor training session. 12 13 14 PART 2 — PRODUCTS 15 (Not Used) 16 17 PART 3 — EXECUTION 18 (Not Used) 19 20 21 END OF SECTION OPERATING AND MAINTENANCE DATA 01730-4 01/22/16 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 SECTION 01740 2 3 WARRANTIES AND BONDS 4 5 PART 1 - GENERAL 6 7 1.01 REQUIREMENTS INCLUDED 8 9 A. Compile specified warranties and bonds, as required by the General 10 Conditions. 11 12 B. Co -execute submittals when so specified. 13 14 C. Review submittals to verify compliance with Contract Documents. 15 16 D. Submit to the Engineer for review and transmittal to Owner. 17 18 1.02 SUBMITTAL REQUIREMENTS 19 20 A. Assemble warranties, bonds and service and maintenance contracts, 21 executed by each of the respective manufacturers, suppliers and 22 subcontractors. 23 24 B. Number of signed originals required: two (2) each. 25 26 C. The Table of Contents shall be neatly typed in orderly sequence. Provide 27 complete information for each item. 28 29 1. Product or work item. 30 31 2. Firm, with name of principal, address and telephone number. 32 33 3. Scope. 34 35 4. Date of beginning warranty, bond or service and maintenance 36 contract. 37 38 5. Duration of warranty, bond or service maintenance contract. 39 40 6. Provide information for Owner's personnel: 41 42 a. Proper procedure in case of failure. 43 44 b. Instances which might affect the validity of warranty or bond. 45 46 7 Contractor, name of responsible principal, address and telephone 47 number. WARRANTIES AND BONDS 01740-1 01/22/16 1 2 1.03 WARRANTY SUBMITTAL REQUIREMENTS 3 4 A. For all major pieces of equipment, submit a warranty from the equipment 5 manufacturer. The manufacturer's warranty period shall be concurrent with 6 the Contractor's for one (1) year, unless otherwise specified, commencing at 7 the time of Substantial Completion. 8 9 PART 2 — PRODUCTS 10 (Not Used) 11 12 PART 3 — EXECUTION 13 (Not Used) 14 15 16 END OF SECTION WARRANTIES AND BONDS 01740-2 01/22/16 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 SECTION 02071 2 3 DIRECTIONAL BORING 4 5 6 PART 1 — GENERAL 7 8 1.01 SCOPE OF WORK 9 10 A. The work of this Section includes all labor, machinery, construction equipment 11 and appliances required to perform in a good workmanlike manner all 12 directional boring. 13 14 B. The overall work scope shall include, but not be limited to steerable 15 directional boring equipment, boring pits and equipment, sheeting, location 16 signs as required, maintenance of traffic and miscellaneous appurtenances to 17 complete the entire Work as shown on the Contract Drawings, and 18 restoration. Directional boring operations shall be performed within the right - 19 of -way and/or easements shown on the Drawings. 20 21 C. The equipment used in directional boring, also known as horizontal directional 22 drilling, shall be of adequate commercial size and satisfactory working 23 condition for safe operation, and may be subject to approval by the City or 24 State at the discretion of the Engineer. Such approval, however, shall not 25 relieve the Contractor of the responsibility for making a satisfactory installation 26 meeting the criteria set forth herein. Only workmen experienced in directional 27 boring operations shall be used in performing the Work. 28 29 D. Provide all structures, safety equipment, and professional services required to 30 provide for the health and safety of the general public and of personnel 31 involved in directional boring work in accordance with the requirements of the 32 regulatory agencies having jurisdiction. 33 34 E. Potential locations for entry and exit points are shown on the drawings. The 35 Contractor shall submit proposed locations as part of his drilling plan for 36 approval by the Engineer. The Contractor shall employ licensed, professional 37 land surveyors to locate the entry and exit points, and to establish horizontal 38 and vertical datum for the bore and the pipe layout and fabrication areas. 39 40 F. Take all measures necessary to protect surrounding public and private 41 property, adjacent buildings, roads, drives, sidewalks, and appurtenances 42 from damage due to directional boring work. Responsibility and payment for 43 correction of such damage shall be the sole responsibility of the Contractor. 44 45 G. The Directional Boring operation is to be operated in a manner to eliminate 46 the discharge of water, drilling mud, and cuttings to nearby water bodies or to 47 the land areas involved during the construction process. If inadvertent spills DIRECTIONAL BORING CONFORMED 02071-1 08/08/17 1 to nearby water bodies occur, the Contractor shall immediately provide 2 environmental controls and clean up to the satisfaction of, and at no 3 additional expense to the Owner. 4 5 H. Best Management Practices (BMP's) for erosion control within the 6 Contractor's work area shall be implemented and maintained at all times 7 during drilling and back -reaming operations to prevent siltation and turbid 8 discharges in excess of State Water quality Standards pursuant to Rule 62- 9 302, F.A.C. Methods shall include, but are not limited to the immediate 10 placement of turbidity containment devices such as turbidity screen, silt 11 containment fence, hay bails, and earthen berms, etc to contain the drilling 12 mud. 13 14 I. The Contractor shall be responsible for preparing and submitting to the 15 Engineer and all permitting agencies (described in the permits attached to 16 these specifications) sheeting, shoring, and bracing plan and dewatering plan 17 for all excavations required in the project. The Contractor shall be 18 responsible for obtaining all necessary permits including but not limited to a 19 Generic Permit under F.A.C. 62-621.300 for dewatering activities. 20 21 1.02 REFERENCE DOCUMENTS 22 23 A. Florida Department of Transportation (FDOT) Utility Accommodation Guide 24 25 B. American Society for Testing and Materials (ASTM). 26 27 C. American Water Works Associations (AWWA). 28 29 D. American Petroleum Institute (API). 30 31 E. Plastic Pipe Institute (PPI). 32 33 1.03 QUALIFICATIONS 34 35 A. The following requirements represent the minimum qualifications required by 36 the Owner for this project. The Contractor shall submit proof to the Engineer 37 that the Contractor or the HDD contractor meets these requirements below: 38 39 1. Contractor shall have been in business under the current name for the 40 past 36 months. 41 42 2. Contractor shall have a minimum of five (5) years of successful 43 experience in installing pipelines using horizontal directional drill (HDD) 44 methods. 45 DIRECTIONAL BORING CONFORMED 02071-2 08/08/17 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 3. Contractor must submit on above referenced jobs the successful 2 deployment of downhole survey tools that record fluid pressure and 3 provide steering and tracking. 4 5 4. Qualifications and Experience of Contractor Personnel: The Contractor 6 shall employ skilled, experienced superintendent(s), drill rig operators, 7 and key personnel. The superintendent(s) and drill rig operators shall 8 have at least three years of successful experience using the HDD 9 process, on at least five (5) projects with similar diameters, pull back 10 length and ground conditions. The superintendent(s), drill rig operator, 11 and key personnel shall demonstrate successful completion of at least 12 three (3) projects where pipe was installed with horizontal directional 13 drilling techniques. The Contractor shall furnish resumes of the 14 superintendent(s) and operators. Personnel experience records should 15 include project names, locations, pull back lengths, ground conditions, 16 pipe materials, project description, project owner, engineer, and 17 references with names, addresses and telephone numbers. The 18 superintendent and operators listed in the submittal shall be on site 19 during all construction related activities required for HDD installation. 20 21 5. The Contractor shall employ the services of environmental 22 scientists/biologists with at least five (5) years of experience in water 23 quality monitoring and habitat protection. 24 25 1.04 SUBMITTALS 26 27 A. All submittals shall be in conformance with Section 01340. 28 29 B. Prior to beginning work, the contractor must submit to the Owner and 30 Engineer the following items: 31 32 1. The Contractor shall provide a complete HDD work plan with a written 33 description identifying details of the proposed method of construction and 34 sequence of operations to be performed during construction. The work 35 plan shall be comprehensive, realistic and based on actual working 36 conditions for this particular project. The work plan shall address the 37 following requirements as a minimum: 38 39 a. Pre -construction walkover and site inspection. 40 41 b. Sunshine One Call for utilities location within the limits of the HDD 42 project (Ground Penetrating Radar (GPR) Electronic Locate, 43 Subsurface Location as required). 44 45 c. The Contractor shall video tape and take photographs of nearby 46 structures which may be affected by inadvertent fluid returns. 47 DIRECTIONAL BORING CONFORMED 02071-3 08/08/17 1 d. The Contractor shall review as -built drawing and prior geotechnical 2 reports of past projects in the area, if available and identify and 3 potential concerns. 4 5 e. The work plan shall include the exact locations and dimensions of all 6 drill entry/exit pits, equipment staging areas, and dewatering plans. 7 8 f. The work plans shall include a traffic control plan, a spill 9 cleanup/environmental protection plan, dewatering plan and 10 contingency plans for possible problems. 11 12 g. The Contractor shall establish a drill profile between the entry and exit 13 point by observing various framework conditions mentioned below in 14 order to ensure, that the intended theoretical drilling profile line can 15 also be realized in practice. 16 17 1) Entry and exit angle 18 2) Slant tangential sections 19 3) Radii of curvature 20 4) Cover 21 5) Borehole diameter 22 23 h. The Contractor shall provide anticipated drilling rates for pilot bore, 24 reaming and pullback procedures. These drilling rates shall be used 25 by the Contractor to calculate drilling fluid volumes required for pilot 26 hole, each reaming pass and pullback. The Contractor shall verify 27 pump capacity and that the drilling fluid cleaning system is capable of 28 sustaining the anticipated drilling rates during the pilot bore, reaming 29 and pullback. 30 31 i. The Contractor shall submit qualification documents for the HDD 32 superintendent and key personnel experience in accordance with 33 Section 1.3A of this specification. Also, the Contractor shall have 34 personnel with a Florida/OSHA Certification for the site Safety 35 Representative. 36 37 j. The Contractor shall submit make and model of the drilling rig that will 38 be used, along with maximum thrust/pull-back force, maximum 39 torque, and rated drilling fluid pumping capacity. 40 41 k. The Contractor shall provide documentation indicating that the drill rig 42 is equipped with an electrical strike package. 43 44 j. The Contractor shall submit a detailed schedule for the HDD 45 installation. The detail schedule shall identify all major construction 46 activities and durations, with beginning and completion dates shown. 47 The detail schedule shall be updated at least every two weeks or DIRECTIONAL BORING CONFORMED 02071-4 08/08/17 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 more frequently, as directed by the Engineer, and shall include but not 2 limited to the following items: 3 4 1) Pre -construction walk over and inspection. 5 2) Regular Mobilization and set-up. 6 3) Pilot bore 7 4) Pre -reaming and reaming. 8 5) Layout and fusing of pipe. 9 6) Pressure Testing of pipe prior to pullback and after installation. 10 7) Final reaming and pullback of product pipe. 11 8) Mandrel/pig test to confirm deformations of product pipe are 12 within allowable tolerances. 13 9) Cleanup, surface restoration, and demobilization. 14 15 k. MSDS of any potentially hazardous substances to be used. 16 17 C. The Contractor shall make available complete, legible, written daily logs and 18 records. 19 20 D. The Contractor shall submit a drill profile for approval by the Engineer and 21 shall be based on the control elevations and stationing of the applicable 22 construction baseline shown on the plans. The Contractor shall notify the 23 Engineer immediately upon discovery of any deviations from the design plans. 24 25 E. The Contractor shall submit an as -built profile of the pilot bore within twenty - 26 four (24) hours of completion of the pilot bore. The pilot bore profile may be 27 submitted in digital format (AUTOCAD or PDF) for review. The pilot bore 28 profile in AUTOCAD shall be placed in the same horizontal and vertical datum 29 so that the Owner and Engineer can compare the actual pilot bore profile to 30 the designed pipe profile. The Engineer will review and will contact the HDD 31 Contractor to approve or discuss remedy options if the desired tolerances are 32 not met as specified within this specification section. Hand written 33 sketches/drawings will not be accepted. 34 35 F. The Contractor shall submit records of equipment calibrations and 36 certifications for all equipment used for tracking of the drill head. Procedures 37 shall be as recommended by the equipment manufacturer, including 38 measures to verify the accuracy of the equipment readings. If the Contractor 39 is proposing to use a surface wire grid system, the Contractor shall submit a 40 drawing with the surveyed location of the surface wire grid system. The 41 Contractor shall submit methods for surveying the coordinates of the surface 42 wire grid system both outside and under the waterway. The Contractor shall 43 submit a drilling bore log within seven (7) days of performing the bore. 44 Depths shall be recorded at a maximum of every ten (10) feet. Elevations 45 shall be indicated on record drawings. During pilot bore, reaming passes and 46 pipe pullback the Contractor shall electronically record and evaluate the 47 following information a maximum of once every ten (10) feet: DIRECTIONAL BORING CONFORMED 02071-5 08/08/17 1 2 1. Rate of Penetration 3 2. Rotation 4 3. Thrust 5 4. Pump Rates 6 5. Measured Depth 7 6. Annular Pressure 8 7. Flow Meter (Returns Suction Line) 9 10 Any unexpected deviations from expected values shall be immediately 11 investigated and the cause of which determined and reported to the Engineer. 12 13 G. The Contractor shall submit calculations prepared by a licensed professional 14 engineer to show that the Contractor's proposed method and profile of 15 installing the pipe is within the allowable tensile force of the pipe. The 16 maximum tensile force shall be calculated with a 1.5 safety factor. If required 17 to maintain the 1.5 safety factor, the Contractor shall submit plans on 18 ballasting the pipe by filling it with water prior to install or other methods to 19 reduce tensile force. The Contractor shall also submit the following 20 calculations: 21 22 1. Contractor shall provide calculations (in accordance with ASTM F 1962 or 23 equal) for pull back force required and the resulting rig size proposed for 24 this project. 25 26 2. Contractor shall provide calculations (in accordance with industry 27 standards) predicting the expected annular pressure and identify areas 28 subject to hydro fracture. 29 30 3. Contractor shall provide calculations demonstrating that the pipe will not 31 be overstressed. 32 33 4. Contractor shall provide calculations for rate of penetration and maximum 34 allowable drilling fluid pressure calculations. 35 36 4. Contractor shall verify that the information and calculations presented 37 herein will be fully incorporated into the work plan. 38 39 The Contractor shall identify which, if any, items of the basis of design that 40 the Contractor proposes to change (entry/exit angles, depth, radius, etc.). 41 These changes shall be reflected in the calculations and information required 42 in these evaluation criteria. 43 44 H. Pressure testing procedures prior to pullback and after completed installation. 45 DIRECTIONAL BORING CONFORMED 02071-6 08/08/17 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 I. A drilling bore log shall be submitted within seven (7) days of performing the 2 bore. Depths shall be recorded at a maximum of every ten (10) feet. Record 3 drawings shall indicate elevations. 4 5 J. Contractor shall submit specifications on directional drilling equipment to be 6 used to ensure that the equipment will be adequate to complete the project. 7 Equipment shall include but not be limited to: drilling rig of sufficient capacity, 8 drilling rods, appropriate drill bit, reamer, product pipe, mud system, mud 9 motors (if applicable), down -hole tools, guidance system and rig safety 10 systems. All surveying equipment used for downhole wireline surveying and 11 tracking of the bore path and drill head and layout of the surface wire grid 12 system or other guidance system shall be inspected and calibrated by the 13 equipment manufacturer prior to use. Proof of this inspection and calibration 14 shall be provided to the Engineer prior to the commencement of drilling 15 operations. Specifications for any drilling fluid additives that Contractor 16 intends to use or might use shall be submitted. 17 18 K. The Contractor shall submit plans for disposal of waste materials resulting 19 from the pipeline construction, including drilling fluids, cuttings, waste oil, fuel, 20 discharge water, etc. The Contractor shall identify the disposal site and 21 submit a letter indicating willingness and legal authority to accept the 22 described anticipated waste products. 23 24 L. The Contractor shall provide details on measures to be taken to monitor and 25 protect adjacent utilities, structures, and roadways, and provide details on 26 monitoring equipment and provisions, including the layout of all settlement 27 points, and other monitoring points. 28 29 M. The Contractor shall submit to the Engineer prior to construction a Frac-out/ 30 Bentonite Management and Emergency Spill Plan for the installation of 31 pipelines using HDD under the waterways. The Contractor shall submit a 32 letter of intent signed by an authorized representative of Contractor, 33 confirming that the plan shall be followed. The Plan shall address all 34 potential pathways for release of drilling fluid, and shall address containment, 35 cleanup, and mitigation measures as well as reporting procedures and points 36 of contact for regulatory and permitting agencies. The Plan shall address 37 releases to the ground surface and to waterways. Stand-by equipment shall 38 be provided by the Contractor to recover fluids from the waterway. Floating 39 turbidity barriers shall be part of the stand-by equipment to minimize 40 dispersion into surface waters or storm drains. The Plan shall include the 41 following as a minimum. 42 43 1. Prior to commencement of construction, the Contractor shall employ 44 the services of an environmental scientist/biologist experience in 45 water quality monitoring and habitat protection to conduct visual 46 inspections during drilling operations for all subaqueous crossings for 47 any signs of frac-out. The monitoring shall cover the area of 10 feet DIRECTIONAL BORING CONFORMED 02071-7 08/08/17 1 on either side from the centerline of the HDD route for the entire 2 length of the route. The Contractor shall provide all necessary 3 watercraft or boats to perform this inspection during all water 4 crossings. 5 6 2. Rapid response procedures - Directional drilling shall be performed by 7 a Contractor who has the expertise required to perform the related 8 work. The Contractor shall designate qualified personnel and 9 equipment on the site during directional drilling operations responsible 10 for watching surface conditions for visual signs of frac-out and for 11 monitoring drilling fluid pressure; and other indicators of potential frac- 12 out. The Contractor shall provide immediate response and initiate 13 containment procedures in the event of an occurrence of a bentonite 14 spill. In the event of a bentonite spill or frac-out all drilling activities 15 shall be stopped immediately. Drill stem shall be removed from the 16 bore and the hole abandoned. The Florida Department of 17 Environmental Protection (FDEP) shall be notified immediately (within 18 2 hours) of the frac-out by telephone. 19 20 3. Containment procedures - Sediment control systems such as, silt 21 fence or earth berms on uplands, and floating silt barriers or other 22 aquatic barriers in water, and other means necessary to prevent the 23 spread of the bentonite spill shall be installed. If return drilling 24 mud/fluid is less than the projected amount to be recovered, search 25 for the missing material shall begin immediately. Once the frac-out is 26 located, then the drilling mud containment plan shall be immediately 27 implemented. Any escaped drilling lubricant shall be pumped into 28 filter bags or directly into a vactor truck. 29 30 4. Timely cleanup capability - Remediation of the lost drilling mud/fluid 31 shall begin immediately. Clean-up with a vacuum system shall 32 commence within two (2) hours of a confirmed frac-out and/or breach 33 of containment. Cleanup shall include removal of the material from 34 the site and disposal of the material to an approved upland disposal 35 location. All adjacent wetlands affected by the spill shall be restored 36 to pre -drilling condition of grade and vegetation. 37 38 5. Reports - Should a release occur, a detailed written report shall be 39 submitted to the FDEP within ten (10) business days, after 40 containment/recovery of the drilling material/resources, indicating the 41 location of the frac-out, amount of drilling material discharged and the 42 amount of drilling mud recovered, the process in which the drilling 43 mud was recovered, and the area that was affected by the drilling 44 discharge. 45 46 6. To provide an additional level of resource protection, the following 47 measures shall be included in the plan to monitor any potential DIRECTIONAL BORING CONFORMED 02071-8 08/08/17 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 release of drilling fluid: 2 3 a. At all times, adequate protection shall be taken to avoid 4 impacts to Aquatic Preserve/Outstanding Florida Waters and 5 /or contiguous wetlands. This shall include, but is not limited to 6 implementation of BMPs and/or ultimately stopping 7 construction/drilling activities. 8 9 b. Photographs and/or video of the drilling site shall be taken of 10 pre and post -recovery conditions including lat/long coordinates 11 of release locations. 12 13 c. A vactor truck (or equal) shall be available at all times. A 14 barge company shall be available within two (2) hours to 15 transport the Vactor Truck (or equal) to respond "in water" 16 should a fracout occur. Clean-up shall immediately commence 17 upon detection of a frac-out. The environmental 18 scientist/biologist and divers shall guide the suction hose of the 19 vacuum system to minimize the removal of unaffected natural 20 bottom materials and the disturbance of any existing 21 vegetation. Any escaped drill fluids shall be pumped into filter 22 bags or directly into a vactor truck. Once the spill is contained, 23 the Contractor shall be responsible for disposing of the drilling 24 fluid in an approved upland disposal site. 25 26 d. A spill kit (i.e., absorbent pads/boom, goggles, gloves, etc) 27 shall be available at all times 28 29 e. Additionally, connections between the pump and drill pipe shall 30 be leak -free. Used drilling fluid and drilling fluid spilled during 31 drilling operations shall be contained and properly disposed of. 32 The Contractor shall install and maintain a containment area 33 around drill rigs, drilling fluid mixing systems, entry and exit pits 34 and drilling fluid recycling systems, etc. to prevent spills into 35 the surrounding environment. Pumps of sufficient size shall be 36 in place to convey excess drilling fluid from containment areas 37 to storage and facilities. 38 39 PART 2 — PRODUCTS 40 41 2.01 DIRECTIONAL BORING EQUIPMENT 42 43 A. The directional boring equipment shall be suitable for installing the diameter 44 and length of pipe as indicated in the drawings. The drilling equipment shall 45 be capable of advancing through the geologic conditions to be encountered at 46 the site, as described in the geotechnical report, and as anticipated by the 47 Contractor. DIRECTIONAL BORING CONFORMED 02071-9 08/08/17 1 2 B. The directional boring equipment shall be steerable by means of an electronic 3 tool directional system and shall provide a bentonite clay slurry to completely 4 seal around the installed carrier pipe. 5 6 C. At all times during the pilot bore the Contractor shall provide and maintain a 7 bore tracking system that is capable of accurately locating the position of the 8 drill head in the x, y, and z axes. The Contractor shall record these data at 9 least once per drill pipe length or every ten (10) feet, whichever is more 10 frequent. 11 12 D. Deviations between the recorded and design bore path shall be calculated 13 and reported on the daily log. If the deviations exceed tolerances specified 14 elsewhere, such occurrences shall be reported immediately to the Engineer. 15 The Contractor shall undertake all necessary measures to correct deviations 16 and return to design line and grade. 17 18 E. Drilling fluid pressures and flow rates shall be continuously monitored and 19 recorded by the Contractor. The pressures shall be monitored at the pump 20 and within the annular space with a downhole pressure -sensing tool located 21 within thirty (30) feet of the drilling head. 22 23 F. Maximum allowable drilling speeds shall be calculated by the Contractor for 24 pilot boring and each reaming pass and shall not be exceeded for pilot boring 25 or reaming passes. Measurements shall be taken every ten (10) feet. 26 27 G. The Contractor shall provide all materials for completing the installation and 28 for adequate protection of the work. 29 30 H. The carrier pipe shall be high density polyethylene (HDPE) or Fusible 31 polyvinylchloride (FPVC) of the type and class shown on the drawings and 32 specified. All pipe 4 -inch diameter or greater shall conform to standard ductile 33 iron pipe outside diameters for use with standard ductile iron fittings. 34 35 I. Pipe shall be color -coded by the pipe manufactured during fabrication 36 indicating appropriate service. 37 38 2.02 DRILLING PIPE 39 40 A. Drill rods shall be Firestick II or equivalent. Drill rods shall be of a diameter 41 sufficient for the torque and longitudinal loads and fluid capacities required for 42 the work. 43 44 B. The Contractor shall use high quality drill pipes. The drill pipe shall be 45 inspected periodically by the Contractor and properly maintained within the 46 manufacturer's prescribed limits. 47 DIRECTIONAL BORING CONFORMED 02071-10 08/08/17 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 C. The Contractor shall adhere to the manufacturer's guidelines for using their 2 pipe, and sound practices must be followed to ensure reduced risk of 3 downhole failure, i.e. the Contractor shall not bend the drill pipe sharper than 4 the minimum bend radius stated by the manufacturer, especially on HDD 5 enter and exit locations. 6 7 2.03 BENTONITE DRILLING MUD 8 9 A. Bentonite technical criteria shall be as described in API Specification 13A, 10 "Specification for Oil Well Drilling Fluids Material" for fresh water drilling fluids. 11 12 B. Any modification to the basic drilling fluid involving additives must describe the 13 type of material to be used and be included in Contractor's drilling plan 14 presented to the Owner. The Owner retains the right to sample and monitor 15 the waste drilling mud, cuttings and water. 16 17 C. The drilling fluid shall be designed for the geologic conditions to be 18 encountered at the site, as described in the geotechnical report and as 19 anticipated by the Contractor. 20 21 2.04 PIPE LOCATION WIRE 22 23 A. All directional drilled pipe shall be installed with two (2) insulated tracer wires 24 with a 45 mil HDPE jacket and minimum average break load of 1150 lbs. 25 Tracer wires shall be 12 AWG -Solid CCS EHS Copperhead Directional Drill 26 Wire as manufactured by Copperhead Industries, the 12 AWG Pro -Trace 27 HDD -CCS PE45 Tracer Wire as manufactured by Pro -Line Safety Products, 28 or approved equal. This wire shall be spliced twelve (12) inches below grade 29 to two (2) 12-guage tracer wires and brought up in the valve boxes at the 30 ends of each line segment, splices shall be made only by methods per the 31 equipment manufacturer's recommendation. The splicing connectors shall be 32 the LSC1230 SnakeBiteTM Locking Connector from Copperhead Industries, 33 the Direct Bury Lug from DryConn®, or approved equal. All miscellaneous 34 splicing components shall be furnished and installed by the Contractor. 35 36 2.05 EROSION CONTROL MEASURES 37 38 A. Provide silt fence as approved under FDOT Standard Specifications for use 39 near open water bodies, wetlands, ditches, inlets or other areas where runoff 40 could pollute nearby water bodies. The Contractor shall place silt fence 41 between all drilling operations and any drainage, wetland, waterway, or other 42 area designated for protection by the contract documents, state, federal or 43 local regulations. Additional environmental protection necessary to contain 44 any hydraulic or drilling fluid spills shall be put in place, including berms, 45 liners, turbidity curtains and other measures. The Contractor shall adhere 46 and comply with all applicable permits/permit conditions. 47 DIRECTIONAL BORING CONFORMED 02071-11 08/08/17 1 B. Turbidity barriers shall be installed and maintained at all location where the 2 possibility of transferring suspended solids into wetlands and other surface 3 water exists. Turbidity barriers shall remain in place and shall be maintained 4 in a functional condition at all location until construction is completed and soils 5 are stabilized and vegetation had been established. 6 7 C. Turbidity barriers shall be made of material in which manatees and turtles 8 cannot become entangled, shall be properly secured and shall be regularly 9 monitored to avoid manatee entanglement. Barriers must not impede 10 manatee movement and shall not block manatee entry or exit from manatee 11 feeding areas. 12 13 2.06 STORAGE AND HANDLING OF MATERIALS 14 15 A. Inspect materials delivered to the site for damage. All materials found to have 16 cracks, flaws, cuts, abrasions or other major defects shall be rejected and 17 removed from the job site immediately. 18 19 B. Store materials under cover out of direct sunlight. Do not store directly on the 20 ground. Keep all materials free of dirt and debris. 21 22 C. Disposal of fluids is the responsibility of the Contractor, and shall be 23 performed in accordance with all permits and applicable federal, state or local 24 environmental regulations. Upon completion, the Contractor shall thoroughly 25 clean the entire area of all debris, spilled fluids and damaged plants, and 26 restored to existing or better conditions. 27 28 PART 3 — EXECUTION 29 30 3.01 GENERAL 31 32 A. All spoil and slurry must be contained in trucks, tanks, approved recirculation 33 pits, or other containers at all times. Dumping of spoil or slurry on the ground, 34 discharge into sewer, or discharge into the water bodies will not be permitted. 35 All spoils will be transported and disposed of off site at an approved disposal 36 facility that meets all State of Florida and local requirements. 37 38 B. Perform all work within areas shown on the plans. The Contractor shall 39 provide adequate control of surface water and drilling fluids drainage and 40 runoff, and provide silt fences and hay bales to prevent surface water or 41 drilling fluids from entering the adjacent environmentally sensitive area. 42 43 C. Surface settlement or heave of utilities and other features above the HDD 44 centerlines and within the zone influenced by the HDD construction shall be 45 limited in values that avoid damage. The Contractor shall repair any damage 46 resulting from settlement or heave caused by HDD activities at no additional 47 cost to the Owner. DIRECTIONAL BORING CONFORMED 02071-12 08/08/17 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 2 D. It shall be the Contractor's sole responsibility that all work is done in 3 conformance with all applicable federal, state, and local safety requirements. 4 Required safety equipment and procedures shall be employed by the 5 Contractor at all times. All materials and methods of construction shall meet 6 the applicable requirements of Pinellas County and the applicable 7 requirements of the State of Florida Administrative Code. 8 9 E. Contractor shall comply with the City of Clearwater Noise Ordinance per 10 Chapter 34 Article II of the City of Clearwater Code of Ordinances. Sound 11 levels in excess of these values are sufficient cause to have the work halted 12 until equipment can be quieted to these levels. Work stoppage by the Owner 13 for excessive noise shall not relieve the Contractor of the other portions of this 14 specification including, but not limited to, completion of all Work within 15 specified contract time and contract price. The Contractor shall submit a plan 16 prior to construction identifying all noise reduction/abatement procedures. 17 The plan will be approved by the Engineer prior to construction. If mufflers 18 cannot achieve the necessary noise reduction, noise abatement shall be 19 accomplished by the Contractor's installation of baffles (or other acceptable 20 means) positioned to break line -of -sight from the noise source to affected 21 residences and/or commercial structures. Minimum noise abatement 22 measures shall consist of equipping all engines with hospital grade mufflers or 23 silencers. 24 25 F. Contractor shall provide at least seventy-two (72) hours advance written 26 notice to the Owner of the planned inception of major drilling activities, 27 including pilot bore launch, pre -reaming, reaming, and product pipe pullback. 28 The Contractor shall immediately notify the Owner, in writing, when any 29 significant problems are encountered or if ground conditions are considered 30 by the Contractor to be materially and significantly different than those 31 represented within the Contract Documents. The Contractor shall perform the 32 pilot bore in the presence of the Owner, unless Owner grants prior written 33 approval to perform such work in Owner's absence. 34 35 G. All surveying equipment used tracking of the bore path and drill head shall be 36 inspected and calibrated by the equipment manufacturer prior to use. Proof 37 of this inspection and calibration shall be provided to the Engineer prior to the 38 commencement of drilling operations. 39 40 H. The directional boring equipment shall be operated by individuals trained by 41 the manufacturer as experienced operators. 42 43 1 The directional boring equipment shall produce a stable, clay sealed tunnel 44 with a minimum burial depth consistent with the design profile or approved 45 drill profile. 46 DIRECTIONAL BORING CONFORMED 02071-13 08/08/17 1 J. The directional boring equipment shall employ a fluid cutting technique. The 2 soil shall be cut by small diameter, high pressure jets of liquefied clay. The 3 jets shall cut the soil in advance of the boring tool, impregnating and lining the 4 tunnel wall with clay. The clay shall be totally inert and pose no 5 environmental risk. A pilot hole shall be drilled with an appropriately sized drill 6 pipe. The pilot hole will then be increased to the appropriate diameter by a 7 reaming operation. The boring tool will then be connected to the pipe, and 8 the boring tool shall pull the carrier pipe through the clay lined tunnel as it 9 traverses under the surface being crossed. The pulling strength of the boring 10 equipment shall not exceed pipe safety pull strength as per manufacturer's 11 recommendations. Surface excavations shall be limited to small launching 12 and receiving pits. Pits shall be no larger than that required for launching and 13 receiving. Adequate "pit -tail" lengths of service connection piping shall be 14 provided at both the launching and receiving ends to facilitate service 15 connection assembly. 16 17 K. The Contractor shall notify the Engineer immediately in the event that any 18 obstruction is encountered that prevents further advancement of the drill pipe, 19 or pull back of the pre -reamer, reamer, and/or pipe. The Contractor shall 20 make all diligent and reasonable efforts to advance past the object by drilling 21 slowly through the object, pulling back, and drilling along a new bore path that 22 avoids the object, or excavating and exposing and removing the object, and 23 all other reasonable attempts to continue the bore. The Contractor shall 24 notify the Engineer of proposed measures to attempt to advance past the 25 object, prior to initiating the attempt. If the Contractor attempts to pull back 26 and re -drill, the Contractor shall adhere to line and grade tolerances 27 established in this specification section, unless the Engineer approves 28 variance, in writing, prior to the Contractor's attempt to re -drill. The Contractor 29 shall investigate the cause and together determine an appropriate response. 30 Appropriate response may include revisions to equipment or methods, 31 retraction and re -drilling of a portion of the borehole, or abandonment of the 32 borehole. If abandonment is deemed necessary, the Contractor shall recover, 33 to the extent practicable, any drill pipe, product pipe, and tools in the 34 borehole, and properly abandon the borehole by contact grouting, unless 35 otherwise directed in writing by the Engineer. If the borehole is abandoned, 36 the Contractor shall be allowed to begin a second attempt to install the 37 pipeline at an alternate location subject to approval, in writing, by the 38 Engineer at no additional expense to the Owner. The Contractor shall take all 39 reasonable actions to complete the installation with minimal delays. 40 41 L. The Contractor shall monitor for settlement or heave before and during drilling 42 and grouting operations. The Contractor shall measure and record drilling 43 fluid viscosity and density at least three times per shift with at least two hours 44 between readings, using calibrated Marsh funnel and mud balance. These 45 measurements shall be included in daily logs submitted to the Engineer. The 46 Contractor shall document modifications to the drilling fluids, by noting the 47 types and quantities of drilling fluid additives and the dates and times when DIRECTIONAL BORING CONFORMED 02071-14 08/08/17 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 introduced. The reason for the addition of drilling fluid additives or other 2 modifications shall be documented and reported. 3 4 M. The Contractor shall measure and record the pH on a regular basis (three 5 times per shift with at least two hours between readings) with pH strips, paper 6 or a pH meter. 7 8 N. The Contractor shall constantly monitor and record the circulating volume, 9 particularly for the early detection of drilling fluid losses, or thinning, or the 10 danger of borehole collapse. Ground upheavals can also be detected early 11 from such differences, and necessary action can be implemented to prevent 12 further damage. 13 14 O. Butt fused MJ adapters are required at both ends of the bore for HDPE pipe 15 only. 16 17 P. All directional bores crossing a ditch/swale/creek must be at least 36 inches 18 below actual/design bottom of conveyance. 19 20 3.02 PILOT BORE 21 22 A. The pilot bore shall follow the design path of the bore shown on the Drawings. 23 24 B. Horizontal and vertical deviations shall be less than plus or minus one foot 25 from the design path centerline. The Contractor shall continuously monitor 26 horizontal and vertical position and record the position at least once per drill 27 pipe length, or at ten (10) feet intervals, whichever is most frequent. 28 29 C. The radius of curvature shall not be less than that shown on the Drawings. 30 The radius of curvature shall be calculated over the distance of three drill pipe 31 sections. 32 33 D. The Contractor shall be solely responsible for all work necessary to correct 34 excessive deviations from line and grade, including re -drilling, redesigning 35 connections, and acquiring additional easement, at no additional cost to the 36 Owner and without schedule extension. 37 38 3.03 REAMING 39 40 A. Upon approval of the pilot hole location by the Engineer, the hole opening or 41 enlarging phase of the installation shall begin. The bore hole shall be reamed 42 to 120% to 150% larger than the pipe or per the manufactures 43 recommendation. Drilling mud shall then be injected into the hole to stabilize 44 the hole and remove soil cuttings. The type of reamer to be utilized in this 45 phase shall be determined by the types of subsurface soil conditions that 46 have been encountered during the pilot hole drilling operation. The reamer 47 type shall be at the Contractor's discretion. DIRECTIONAL BORING CONFORMED 02071-15 08/08/17 1 2 3.04 PIPE PULLBACK OPERATION 3 4 A. The pipes shall be assembled in a manner that does not obstruct adjacent 5 roads, driveways or public activities adjacent to the layout areas except as 6 directed otherwise by the Owner. 7 8 B. The Contractor shall provide adequate support/rollers along the stringing area 9 to support the required length of pipe for each bore. Such support/rollers 10 shall be comprised of a non-abrasive material arranged in a manner to 11 provide support to the bottom and bottom quarter points of the pipeline 12 allowing for free movement of the pipeline during pullback. The Contractor 13 must use a sufficient number of pipe rollers or skids to prevent excess 14 sagging of the pipe and/or dragging of the pipe on the ground. 15 Pulling/dragging the pipe on asphalt or concrete shall not be permitted. 16 17 C. Each length of pipe shall be inspected and cleaned as necessary to be free of 18 debris immediately prior to joining. 19 20 D. The Contractor shall perform air pressure test in accordance with the 21 manufacturer's guidelines prior to pipe pullback. Air pressure test shall be a 22 minimum 4 psi or per the pipe manufacturer's recommendation. If the pipe is 23 fused in multiple sections, each section of pipe shall be air pressure tested 24 prior to pullback. The Contractor shall perform hydrostatic water pressure test 25 in accordance with the manufacturer's guidelines after installation. 26 Hydrostatic pressure test shall be a minimum 150 psi or per the pipe 27 manufacturer's recommendation. 28 29 E. All plastic pipe installed by directional boring shall be provided with a 30 minimum of two (2) insulated 12 AWG -Solid CCS Directional Drill 31 Copperhead Tracer Wire as manufactured by Copperhead Industries, the 12 32 AWG Pro -Trace HDD -CCS PE45 Tracer Wire as manufactured by Pro -Line 33 Safety Products, or approved equal. This wire is to be continuous and brought 34 up in the valve boxes at the ends of each line segment with splices made only 35 by methods approved by the Engineer. Trace wires shall be secured to the 36 pipe prior to pulling. The locator wire shall be tested by voltage of at least 12 37 DC. Test each wire with both positive and negative charge with not more than 38 1 volt of loss per 1000 feet will be allowed. The wire will be tested prior to the 39 pressure test of pipeline. If wire fails, pressure test will not be done until wire 40 is repaired. 41 42 F. Pulling Loads: The maximum pull (axial tension force) exerted on the 43 pipelines shall be measured continuously and limited to the maximum allowed 44 by the pipe manufacturer so that the pipe or joints are not overstressed. 45 DIRECTIONAL BORING CONFORMED 02071-16 08/08/17 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 G. Torsion and Stresses: A swivel shall be used to connect the pipeline and 2 tracer wires to the drill pipe to prevent torsional stresses from occurring in the 3 pipe. 4 5 H. Pipeline Support: The pipelines shall be adequately supported during 6 installation so as to prevent overstressing or buckling. 7 8 I. The Contractor shall at all times handle the pipe in a manner that does not 9 overstress the pipe. Vertical and horizontal curves shall be limited so that wall 10 stresses do not exceed 50% of yield stress for flexural bending of the pipe. If 11 the pipe is buckled or otherwise damaged, the damaged section shall be 12 removed and replaced by the Contractor at his expense. The contractor shall 13 take appropriate steps during pullback to ensure that the pipe will be installed 14 without damage. 15 16 J. During the pullback operation, the Contractor shall monitor roller operation 17 and sidebooms if required to assist above ground movement of the pipe. 18 Surface damage or cuts that exceed 10% of the pipe wall thickness shall be 19 repaired by Contractor before pulling operations resume. 20 21 K. The lead end of the pipe shall be closed during the pull back operation. If 22 necessary to reduce pull back loads and to ensure that adequate internal 23 pressure is maintained at all points to counter balance collapse pressures, the 24 pipe shall be filled with water as in enters the borehole. 25 26 L. After completion of "pull back" and prior to the final pipe tie-in, pipe shall be 27 provided a sufficient relaxation period as recommended by the specified pipe 28 manufacturer. 29 30 M. The Contractor shall install, maintain, and leave in place any sheeting, 31 underpinning, cribbing, and other related items (other than that required for 32 the boring and receiving pits) to support any structure or facility affected by 33 the boring operations. The Engineer, depending upon existing conditions, 34 may require that additional sheeting for the excavation be left in place. 35 36 N. Damage to the product pipe resulting from manufacturer defects, installation, 37 contact grouting, or grouting of the annulus is the responsibility of the 38 Contractor, including costs for replacement and labor and materials. To 39 confirm no damage to the pipe, upon completion of pull back and grouting, 40 the Contractor shall perform the following test on the completed pipeline: 41 42 1. A sphere or pig, one inch less in diameter than the internal diameter of 43 the product pipe, which is capable of allowing water to pass through it, 44 complete with a pulling cable on either side of sphere or pig, shall be 45 pulled through the entire length of the pipeline. If the pig or sphere 46 cannot pass through the pipe, it shall be considered collapsed and 47 damaged. DIRECTIONAL BORING CONFORMED 02071-17 08/08/17 1 2 2. After the product pipe is completely pulled through the borehole, a 3 sufficient relaxation period, if recommended by the pipe manufacturer, 4 shall be provided before the final pipe tie-in. 5 6 O. Contractor shall flush, clean, pig and hydrostatically test each pipeline 7 according to the test procedures required for the respective material per 8 Sections 15066 and Section 02600. 9 10 3.05 HANDLING DRILLING FLUIDS AND CUTTINGS 11 12 A. During the drilling, reaming, or pullback operations, the Contractor shall make 13 adequate provisions for handling the drilling fluids, or cuttings at the entry and 14 exit pits. These fluids shall not be discharged into the waterways. Care shall 15 be taken to avoid spillage on sidewalks, roadways or other public thorough 16 fares. Spills shall be cleaned prior to resuming public access to construction 17 area. When the Contractor's provisions for storage of the fluids or cuttings on 18 site are exceeded, these materials shall be hauled away to a suitable legal 19 disposal site. After completion of the directional drilling work, the entry and 20 exit pit locations shall be restored to original conditions. The Contractor shall 21 comply with all Florida Department of Environmental Protection permit 22 provisions. 23 24 3.06 WATER 25 26 A. The Contractor shall be responsible for providing/obtaining water for 27 construction purposes. The Contractor shall be responsible to pay for all 28 costs for water for construction purposes. 29 30 3.07 NEARBY UTILITIES 31 32 A. The drawings show existing buried utilities that are assumed to be near the 33 directional drill alignment. There is no guarantee that these utilities are 34 located as shown or that additional utilities may not be present. It will be the 35 Contractor's responsibility to locate all nearby utilities or other subsurface 36 obstructions that may interfere with the work by contacting Sunshine One 37 Call, excavating windows along the pipeline drill alignment, or other means. 38 39 3.08 RESPONSIBILITY 40 41 A. The Contractor shall be fully responsible for the steerable, clay lined 42 directional drilling operation. Any noticeable surface defects resulting from 43 installation activities or operation of boring equipment shall be repaired by the 44 Contractor, at his expense. All exploratory, entrance, exit and slurry pits shall 45 be restored by the Contractor to the preconstruction condition or better at no 46 additional cost. Care shall be taken to avoid unnecessary construction DIRECTIONAL BORING CONFORMED 02071-18 08/08/17 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 equipment traffic on sidewalks, driveways and green spaces. Damage to 2 these areas shall be repaired by the Contractor, at his expense. 3 4 3.09 CLEANING AND SIZING PIGS 5 6 A. After the pipe is in place, cleaning pigs shall be used to remove residual water 7 and debris. After the cleaning operation, the Contractor shall provide and run 8 a sizing pig to check for abnormalities in the form of buckles, dents, excessive 9 out -of -roundness, and any other deformations. The sizing pig run shall be 10 considered acceptable if the survey results indicate that there are no sharp 11 anomalies (e.g. dents, buckles, gouges, and internal obstructions) greater that 12 2 -percent of the nominal pipe diameter, or excessive ovality greater than 5- 13 percent of the nominal pipe diameter. For gauging purposes, dent locations 14 are those defined above which occur within a span of five feet or less. Pipe 15 ovality shall be measured as the percent difference between the maximum 16 and minimum pipe diameters. 17 18 3.10 SUCCESSFUL COMPLETION 19 20 A. The contractor shall be considered as having completed the requirements of 21 any directional boring when he has successfully completed the work and 22 tested the pipe to the satisfaction of the Engineer. 23 24 B. At the completion of construction, the Contractor shall remove all temporary 25 facilities installed by the Contractor. Unused soil, aggregate, and other 26 materials shall be removed and disposed of at approved sites in accordance 27 with all Federal, State, and Local regulations. Any damage to streets, lawns, 28 common areas, and sidewalks shall be restored to original or better 29 conditions. All disturbed areas shall be re -vegetated. 30 31 3.11 RECORD KEEPING 32 33 A. Daily logs and records shall be maintained by the Contractor and shall 34 include annular pressure, drilling lengths, location of drill head, drilling fluid 35 pressures and flow rates, drilling fluid losses, inadvertent returns, drilling 36 times required for each pipe joint, any instances of retraction and re -drilling 37 of the pilot bore or segments thereof, and any other relevant observations, 38 including any observed settlement, heave, frac-outs or surface spills. The 39 drilling fluid pressures shall be measured at the entry point and at the drill 40 head and recorded at least twice per drill pipe length. These records shall be 41 maintained and provided daily to the Engineer. The position of the drill head 42 shall be continuously tracked and recorded by a downhole wireline tracking 43 locator system, Sharewell MGS , and shall be supplemented by a surface 44 grid or equivalent tracking system installed that completely encompasses the 45 area between the entry point and the exit point. The coordinates of the 46 surface wire grid system shall be surveyed and recorded. A plot of actual 47 locations of the bore path shall be maintained and updated daily, or more DIRECTIONAL BORING CONFORMED 02071-19 08/08/17 1 frequently, as directed by the Engineer. Contractor shall maintain a daily 2 project log of drilling operations and a guidance system log with a copy given 3 to Engineer at completion of boring. As -built drawings with x, y, z 4 coordinates of the pipe shall be certified by the Contractor, for accuracy and 5 shall be provided to the Engineer within 48 hours after completion of the 6 boring. 7 8 B. Drill profile submitted by the Contractor shall be based on the control 9 elevations and stationing of the applicable construction baseline shown in the 10 drawings. 11 12 C. The Contractor shall submit measured mud and/or drilling fluid weights used 13 during pilot boring and reaming of the bore measured at a minimum of twice 14 per shift or at least once per two hundred (200) feet of drilled or reamed 15 length, whichever is more frequent. 16 17 18 END OF SECTION 19 DIRECTIONAL BORING CONFORMED 02071-20 08/08/17 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 SECTION 02140 2 3 TEMPORARY DEWATERING 4 5 PART 1 — GENERAL 6 7 1.01 DESCRIPTION 8 9 A. The Work to be performed includes the furnishing of all equipment, 10 materials and labor necessary to remove surface or subsurface waters 11 from excavation areas in accordance with the requirements set forth and 12 as shown on the Drawings or as specified. 13 14 B. Unless specifically authorized by the Engineer, all pipe and structures 15 shall be laid "in the dry". 16 17 1.02 QUALITY ASSURANCE 18 19 A. The dewatering of any excavation areas and the disposal of the water 20 produced shall be in strict accordance with the latest revision of all Laws 21 and Regulations; with the local, State and Federal permits for the project; 22 and, with the Contractor's approved Storm Water Pollution Prevention 23 Plan (SWPPP). 24 25 PART 2 — PRODUCTS (Not Applicable) 26 27 PART 3 — EXECUTION 28 29 3.01 TEMPORARY DEWATERING 30 31 A. Prior to commencing work, the Contractor shall submit to the Engineer for 32 approval the Contractor's plans for dewatering. The dewatering system 33 shall be in conformity with the overall construction plan. 34 35 B. The Contractor shall obtain a dewatering permit per Chapter 62-621.300 36 F.A.C. necessary for dewatering. 37 38 C. The Contractor shall provide adequate equipment for the removal of 39 surface or subsurface waters that may accumulate in the excavation. 40 Flotation and migration of fines shall be prevented by the Contractor by 41 maintaining a positive and continuous operation of the dewatering system. 42 The Contractor shall be fully responsible and liable for all damages that 43 may result from the operation and/or failure of this system. 44 45 D. If subsurface water is encountered, the Contractor shall utilize suitable 46 equipment to adequately dewater the excavation so that it will be dry to a 47 depth of 12 -inches below the pipeline subgrade compaction level or over - TEMPORARY DEWATERING 02140-1 01/22/16 1 excavation level, whichever is lower, but not more than 5 -feet, to facilitate 2 effective subgrade compaction and to provide for a stable trench bottom. 3 For concrete structures, the dewatering system shall maintain the water at 4 such a level at least 2 feet below the subgrade of the structure. A 5 wellpoint system, trench drain, sump pump operation, or other dewatering 6 method shall be utilized to maintain the excavation in a dry condition for 7 preparation of the trench bottom and until the fills, structures or pipes to be 8 built thereon have been completed to such extent that they will not be 9 floated or otherwise damaged by allowing water levels to return to natural 10 levels. No water shall be allowed to contact masonry or concrete within 11 24 hours after being placed. 12 13 E. Dewatering shall at all times be conducted in such a manner as to 14 preserve the undisturbed bearing capacity of the subgrade soils at 15 proposed bottom of excavation and to preserve the integrity of adjacent 16 structures and utilities. Well or sump installations shall be constructed and 17 operated continuously with proper sand filters to prevent drawing of finer 18 grained soil from the surrounding ground. Dewatering by trench pumping 19 shall not be permitted if migration of fine grained natural material from 20 bottom, side walls, or bedding material may occur. 21 22 F. In the event that satisfactory dewatering cannot be accomplished due to 23 subsurface conditions, or where dewatering could damage existing 24 structures, the Contractor shall obtain the Engineer's approval of wet 25 trench construction or procedure before commencing construction. 26 27 G. Engine -driven dewatering pumps shall be equipped with residential type 28 mufflers. Where practical and feasible, electrical "power drops" and 29 electric motor -driven equipment shall be used in lieu of portable 30 generators. 31 32 H. The Contractor shall take all additional precautions to prevent uplift of any 33 structure during construction. 34 35 I. The Contractor shall take all precautions to preclude the accidental 36 discharge of fuel, oil, etc. to prevent adverse effects on groundwater 37 quality. All costs associated with any such adverse effects shall be borne 38 by the Contractor. 39 40 J. The Contractor shall, at no expense to the Owner, be required to excavate 41 below grade and refill with approved fill material if the Engineer 42 determines that adequate drainage has not been provided. 43 44 TEMPORARY DEWATERING 02140-2 01/22/16 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 3.02 DISPOSAL 2 3 A. All product water from dewatering shall be pumped from the trench or 4 other excavation and shall be disposed of in strict accordance with the 5 Permits. The Contractor will be allowed to discharge product water from 6 dewatering offsite into storm sewers, or ditches having adequate capacity, 7 canals or suitable disposal pits, or other surface waters in accordance with 8 the Dewatering Plan, provided that the water has been sampled and 9 tested by the Contractor, is in compliance with the concentration limits 10 specified in 62-621.300(2) FAC, and the Contractor has obtained a 11 Generic Permit for the Production of Groundwater. The frequency of 12 water sampling and testing shall be determined by the Engineer based on 13 existing conditions and field observations. 14 15 B. Prior to discharging produced groundwater from any construction site, the 16 contractor must collect samples and analyze the groundwater, which must 17 meet acceptable discharge limits per 62-621.300(2) FAC. 18 19 C. Permission to use any storm sewers, or drains, for water disposal 20 purposes shall be obtained from the authority having jurisdiction. Any 21 requirements and costs for such use shall be the responsibility of the 22 Contractor. However, the Contractor shall not cause flooding by 23 overloading or blocking up the flow in the drainage facilities, and shall 24 leave the facilities unrestricted and as clean as originally found. Any 25 damage to existing facilities shall be repaired or restored as directed by 26 the Engineer or the authority having jurisdiction, at no cost to the Owner. 27 28 D. Contractor shall be responsible for acquiring and complying with all 29 permits required to discharge the product water from dewatering and shall 30 protect waterways from turbidity during the operation. 31 32 E. In areas where adequate disposal sites are not available, partially 33 backfilled trenches may be used for water disposal only when the 34 Contractor's plan for trench disposal is approved in writing by the 35 Engineer. The Contractor's plan shall include temporary culverts, 36 barricades and other protective measures to prevent damage to property 37 or injury to any person or persons. 38 39 F. Contractor shall not dam, divert, or cause water to flow in excess in 40 existing gutters, pavements or other structures: and to do this he may be 41 required to conduct the water to a suitable place of discharge determined 42 by the Engineer. 43 44 G. No flooding of streets, roadways, driveways or private property shall be 45 permitted. 46 47 TEMPORARY DEWATERING 02140-3 01/22/16 1 3.03 EQUIPMENT REMOVAL 2 3 A. Removal of dewatering equipment shall be accomplished after the system 4 is no longer required. All materials and equipment constituting the system 5 shall be removed by the Contractor. 6 7 8 END OF SECTION TEMPORARY DEWATERING 02140-4 01/22/16 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 SECTION 02221 2 3 EXCAVATION AND BACKFILL FOR PIPES 4 5 PART 1 — GENERAL 6 7 1.01 SCOPE OF WORK 8 9 A. This work covers clearing and grubbing, site work, excavation, and backfill 10 for sanitary sewers, force mains, potable water mains, reclaimed water mains 11 and their appurtenances. 12 13 1.02. BURNING 14 15 A. Burning of debris shall not be permitted. 16 17 1.03 CLEAN-UP 18 19 A. Clean-up is an essential part of the work. As the work progresses and is 20 completed, the Contractor shall clean the various sites of all operations and 21 completely restore all work areas to the satisfaction of the Engineer and the 22 Owner. This clean-up shall be done as promptly as practical and shall not be 23 left until the end of the construction period. No part of the work shall be 24 considered complete, and no payment will be made, until clean-up is 25 completed. 26 27 B. It is the Contractor's responsibility to assure that all construction sites and all 28 other affected properties are restored to a condition equal to, or better than, 29 the existing conditions prior to construction. All restoration is subject to the 30 approval of the Engineer and/or Property Owners. 31 32 1.04 DRAINAGE 33 34 A. It is the responsibility of the Contractor to maintain the existing drainage 35 systems during construction. Any damage done to an existing drainage 36 structure or system is to be immediately repaired at no additional cost to the 37 Owner to a condition equal to or better than its original condition to the 38 satisfaction of the Engineer. 39 40 EXCAVATION AND BACKFILL FOR PIPES 02221-1 01/22/16 1 1.05 DUST CONTROL 2 3 A. It is the responsibility of the Contractor to control all dust problems that may 4 occur during the construction with required watering. Dust control will be 5 required seven days a week. 6 7 1.06 SPRINKLERS 8 9 A. The Contractor shall be responsible for sprinklers encountered within the 10 area of excavation and shall make sure that, if disturbed or damaged, they 11 shall be rebuilt to the satisfaction of the Engineer or property Owner and with 12 no additional cost to the Owner. 13 14 1.07 EROSION CONTROL 15 16 A. It is the Contractor's responsibility to erect suitable silt fences, hay bales or 17 other erosion runoff control devices prior to commencement of earth moving 18 or excavation activities. The Contractor shall be responsible for maintaining 19 the silt fences, hay bales or other erosion runoff control devices in an 20 effective manner, repairing or replacing damaged or ineffective section 21 during the course of the work until a ground cover of grass is established and 22 final environmental approval has been obtained. 23 24 1.08 PERMITS FOR DEWATERING OPERATIONS 25 26 A. The Contractor is responsible for obtaining all permits required for 27 dewatering discharges, including a Florida Department of Environmental 28 Protection Generic Permit for Produced Groundwater per F.A.0 62-621.300 29 and as specified in Section 02140. 30 31 PART 2 — PRODUCTS 32 33 2.01 MATERIALS 34 35 A. General 36 37 1. Materials for use as fill are described below. For each material, the 38 Contractor shall notify the testing lab of the source of the material at 39 least ten (10) calendar days prior to the date of anticipated use of 40 such material. 41 42 2. Materials shall be furnished as required from off site sources and 43 hauled to the site. 44 45 3. Disposal of unsuitable material is specified in this Section. 46 47 EXCAVATION AND BACKFILL FOR PIPES 02221-2 01/22/16 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 B. Common Fill 2 3 1. Common fill shall consist of mineral soil, free of organic material, 4 loam, wood, trash and other objectionable materials, which may be 5 compressible or which cannot be compacted properly. Common fill 6 shall not contain stones larger than four inches in any dimension, 7 broken concrete, masonry, rubble, or other similar materials. It shall 8 have physical properties such that it can be readily spread and 9 compacted during filling. 10 11 2. Material falling within the above Specification, encountered during the 12 excavation, may be stored in segregated stockpiles for reuse. All 13 material, which in the opinion of the Engineer, is not suitable for reuse 14 shall be spoiled as specified herein for disposal of unsuitable 15 materials. 16 17 C. Crushed Stone 18 19 1. Crushed stone for all other pipe bedding shall be FDOT No. 57 in 20 accordance with Section 901 of the FDOT Standard Specifications for 21 Road and Bridge Construction. 22 23 D. Select Fill 24 25 1. Select fill shall be noncohesive, non -plastic material free of all debris, 26 lumps or clods. Fill material shall be clean earth fill composed of sand 27 or an approved mixture of clay and sand. Backfill material placed 28 within one foot of piping and appurtenances shall not contain any 29 stones or rocks larger than two inches in diameter, or three-quarter 30 inch in diameter for PVC pipe. 31 32 PART 3 — EXECUTION 33 34 3.01 SAFETY PRECAUTIONS AND TEMPORARY WORKS 35 36 A. The Contractor shall provide and maintain adequate barricades, construction 37 signs, torches, flashers and guards as required in pedestrian and vehicular 38 traffic areas. All safety rules and regulations of local authorities shall be 39 observed. Local fire officials shall be kept advised of roads closed and roads 40 re -opened. 41 42 B. Where required, the Contractor shall provide suitable crossings at street 43 intersections and driveways, and supply such aid, as may be required for 44 pedestrians and motorists, including delivery vehicles, to safely negotiate the 45 construction area. "Street Closed to Through Traffic" signs and "Detour" 46 routes shall be indicated and maintained by the Contractor when the job is 47 located in a public or private street or way. In the case of dead end streets, EXCAVATION AND BACKFILL FOR PIPES 02221-3 01/22/16 1 the Contractor shall advise all concerned residents and make all 2 arrangements to maintain reasonable ingress and egress for the residents. 3 Particular attention shall be given to residents in bad health, emergencies 4 and emergency vehicles. The Contractor shall be responsible for building 5 and maintaining all by-pass roadway areas and restoring those areas to their 6 original condition. 7 8 C. The Contractor shall furnish temporary or permanent support, adequate 9 protection and maintenance of all underground facilities and utilities 10 encountered. Support, protection, maintenance and restoration are the 11 Contractor's responsibility at no additional cost to the Owner. 12 13 3.02 CLEARING AND GRUBBING 14 15 A. The Contractor shall remove only vegetation such as trees, shrubs, and 16 grass, which interfere with the construction, as may be determined by the 17 Engineer, and he shall preserve and protect all other existing vegetation. 18 19 3.03 EXCAVATION 20 21 A. General 22 23 1. The Contractor shall perform all excavation of every description, and 24 of whatever substances encountered, to the depth indicated on the 25 Drawings, or as otherwise specified. 26 27 2. Trench excavation shall be such that the pipe can be laid to the 28 alignment and grade required. Trenches shall be shored and drained 29 in such a manner that work may proceed safely and efficiently. 30 31 3. Trench dewatering pumps shall discharge to natural drainage 32 channels, drains or sewers and shall be adequate to remove 33 accumulated storm and/or subsurface water. The Contractor shall 34 take necessary action to prevent surface water from flowing into the 35 trenches. It is the responsibility of the Contractor to assure that all 36 trench walls and trench bottoms are dry and remain dry during 37 pipeline construction. 38 39 4. The Contractor shall separate, remove and dispose of excavated 40 material not suitable for backfill, as directed by the Engineer. 41 42 5. All excavated material retained for backfill shall be piled in such a 43 manner as not to endanger the work or obstruct the sidewalks, 44 driveways or drainage. Fire hydrants, valve pit covers and hoses, curb 45 stop boxes, fire and police call boxes and other utility controls shall be 46 unobstructed and accessible at all times during construction. 47 EXCAVATION AND BACKFILL FOR PIPES 02221-4 01/22/16 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 B. Unclassified Excavation 2 3 1. Unclassified excavation shall include soil, clay, silt, sand, muck, 4 gravel, hardpan, loose shale, loose stones in masses and boulders 5 measuring less than one-half cubic yard in volume. 6 7 C. Classified Excavation 8 9 1. Classified excavation shall be rock further defined as follows: 10 boulders, measuring one-half cubic yard or more in volume, rock 11 material in ledges, bedded deposits and unstratified masses, 12 conglomerate deposits firmly cemented and concrete or masonry 13 structures, except sidewalks and paving, that in the opinion of the 14 Engineer, requires removal by drilling and blasting, wedging, sledging, 15 barring or breaking up with a power operated hand tool. 16 17 2. No soft or disintegrated rock that can be removed with a hand pick or 18 power operated excavator or shovel, no loose, shaken, or previously 19 blasted rock or broken stone in rock fillings or elsewhere, and no rock 20 exterior to the minimum limits of measurement all owed, which may 21 fall into the excavation, shall be considered as rock. 22 23 3.04 TRENCH PREPARATION 24 25 A. Unsupported trench width shall be limited to the minimum practicable width 26 allowing working space to place and compact the haunching material. The 27 maximum width shall be the pipe diameter plus one foot on each side of the 28 pipe at springline for pipe in unsupported trenches. In sheeted trenches the 29 width of trench between faces of the sheeting shall be adequate to allow the 30 pipe bedding and haunching to be placed and completed, and the sheeting 31 removed without disturbing the bedding and haunching material within two) 32 pipe diameters on each side of the pipe. Trench boxes and moveable 33 sheeting shall be wide enough to allow moving without disturbing the bedding 34 and haunching within two pipe diameters on each side of the pipe. Trench 35 boxes and moveable sheeting shall be constructed and used in the trench to 36 avoid disturbing the piping, bedding and haunching when being moved 37 forward in the trench. 38 39 B. Dewatering of the trench bottom shall be accomplished using adequate 40 means to allow preparation of bedding, placement of haunching and pipe in 41 a trench environment without standing water. Dewatering shall continue until 42 sufficient backfill is placed above the pipe to prevent flotation. 43 44 C. The trench shall be dug so that the pipe can be laid to the alignment and 45 depth required, and it shall be excavated only so far in advance of the pipe 46 laying as allowed by the Engineer. The trench shall be so braced and 47 drained that the workmen may work in it safely and efficiently. All trench EXCAVATION AND BACKFILL FOR PIPES 02221-5 01/22/16 1 preparation shall comply with all the latest applicable Local, State (Florida 2 Trench Safety Act) and Federal Regulations (OSHA: Safe Trench Act). It is 3 essential that the discharge of the trench dewatering pumps be conducted to 4 natural drainage channels, drains or storm sewers. 5 6 D. Bell holes shall be provided at each joint to permit the joint to be made 7 properly. Ledge rock, boulders and large stones shall be removed to provide 8 a clearance of six inches on all pipe twenty-four (24) inches and smaller and 9 nine inches on pipe larger than twenty-four (24) inches. If such removal is 10 required, backfilling will be done with selected material approved by the 11 Engineer and tamped to establish the proper grade. 12 13 E. Trench Bottom 14 15 1. Where the bottom of the trench at subgrade is found to be unstable or 16 to include ashes, cinders, refuse, vegetable or other organic matter, 17 or Targe pieces or fragments of inorganic material that, in the 18 judgment of the Engineer, should be removed, the Contractor shall 19 excavate and remove such unsuitable material to the width and depth 20 as directed by the Engineer. Before the pipe is laid, the subgrade 21 shall be made by backfilling with an approved material in three inch 22 uncompacted layers. The layers shall be thoroughly tamped as 23 specified by the Engineer to provide the uniform and continuous 24 bearing support as heretofore described. 25 26 2. The trench shall be dry when the bottom is prepared. The trench 27 bottom shall be excavated, or filled and compacted, as required to 28 bring it to grade and shaped to receive and support the pipe barrel. In 29 addition, bell holes shall be excavated so that after placement only 30 the barrel of the pipe receives bearing pressure from and is uniformly 31 supported by, the bottom of the trench. Preparation of the trench 32 bottom and placement of the pipe shall be such that the final position 33 of the pipe is true to line and grade, and uniformly supported 34 throughout the barrel of each length. When pipe is placed in refill 35 material, additional refill of the same material shall be tamped on 36 each side of the barrel to the springline, thus forming a trough of firm 37 bedding. 38 39 F. All materials that, in the opinion of the Engineer, are suitable for reuse in 40 restoring the disturbed surface shall be kept separated from the general 41 excavation material and can only be used as directed by the Engineer. 42 43 G. All excavated material shall be piled in a manner that will not endanger the 44 work and that will avoid obstructing sidewalks and driveways. Hydrants, valve 45 pit covers, valve boxes, curb stop boxes, fire and police call boxes, or other 46 utility controls shall be left unobstructed and accessible until the work is 47 completed. Gutters, drainage inlets, natural water courses and EXCAVATION AND BACKFILL FOR PIPES 02221-6 01/22/16 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 miscellaneous drainage structures shall be kept clear or other satisfactory 2 provisions made for their proper operation. 3 4 H. Hand methods for excavation shall be employed when damage to existing 5 facilities is likely if heavy equipment is utilized or as directed by the Engineer. 6 7 3.05 DEPTH 8 9 A. Overdepth 10 11 1. When classified excavation is required, the rock shall be excavated to 12 a minimum depth of six inches below the trench depths as indicated 13 on the drawings or Specifications. Authorized overdepths in rock 14 excavation shall be refilled to grade with loose granular moist earth or 15 shell thoroughly tamped in place. 16 17 B. Trench shall be excavated to the depth required so as to provide a uniform 18 and continuous bearing and support for the pipe on solid and undisturbed 19 ground at every point between bell holes, except as necessary for removal of 20 pipe slings or other lifting tackle. Any part of the bottom of the trench 21 excavated to a point below the specified grade shall be corrected with 22 approved material at the Contractor's expense and thoroughly tamped as 23 directed by the Engineer. 24 25 C. Wherever unstable soil or muck that is determined by the Engineer to be 26 incapable of properly supporting the pipe is encountered in the bottom of the 27 trench, such material shall be removed to the required depth and the trench 28 refilled as specified to proper grade. If, in the opinion of the Engineer, 29 removal of the unstable material by this method is impractical, then the 30 Contractor shall support the pipe as detailed on the plans, or as directed by 31 the Engineer. 32 33 3.06 BACKFILL 34 35 A. General 36 37 1. The Contractor shall not perform any of the backfilling operations until 38 after he has inspected the lines and found them to be acceptable to 39 the Owner. 40 41 2. Backfill material shall consist of earth, loam, sandy clay, sand, gravel, 42 soft shale or other materials, free from organic materials, large clods 43 of earth, or stones. Where excavated material is not suitable for 44 backfill, it shall be replaced by excess excavated material from other 45 areas. 46 EXCAVATION AND BACKFILL FOR PIPES 02221-7 01/22/16 1 3. In all areas, backfill material shall be deposited in six -inch layers and 2 carefully tamped until the compacted backfill depth reaches one foot 3 above the top of pipe. 4 5 4. No mechanical equipment, or machinery other than a hand operated 6 mechanical vibrator, shall be allowed within the trench area until the 7 backfill has been properly tamped to one foot above the top of pipe. 8 The remainder of the backfill shall be deposited in one foot layers and 9 thoroughly tamped. Settling the backfill with water shall not be 10 permitted. 11 12 5. Where trenches are improperly backfilled, or where settlement occurs, 13 the trenches shall be reopened to the depth required for proper 14 compaction, refilled and compacted, and the surface restored to the 15 required grade and compaction, mounded over and smoothed off. 16 17 B. Compaction Requirements 18 19 1. Trenches located under pavement or inside the two feet horizontal to 20 one foot vertical slope, downward from roadway shoulder or the back 21 of curb and from spring line to bottom of sub -grade or the finished 22 surface of the embankment, as appropriate, shall be compacted to a 23 density of ninety-eight (98) percent as determined by AASHTO T- 24 180, Modified Density Test. 25 26 2. Trenches located outside of the two feet horizontal to one foot vertical 27 slope downward from roadway shoulder or the back of curb and 28 where no vehicular traffic will pass over the trenches, backfill shall be 29 compacted to a density approximately equal to that soil adjacent to 30 the trench but not Tess than ninety-five (95) percent of the maximum 31 density as determined by AASHTO T-180, Modified Density Test. 32 33 C. Testing of Backfill 34 35 1. Trenching within, or across roadways, or other areas to be paved, or 36 stabilized shall be backfilled and compacted to their full depth. 37 Compaction testing shall also meet the requirements of Section 38 01410. 39 40 2. Where unsatisfactory compaction is revealed by the test, the 41 Contractor shall re -excavate, backfill, re -compact and/or rework the 42 backfill as required, to obtain the required degree of compaction over 43 the entire depth of the trench. 44 45 3. Satisfactory backfill compaction is an integral part of pipe laying, 46 paving, and stabilizing. Satisfactory density reports shall be on file 47 before each Contractor's statement is submitted for payment. EXCAVATION AND BACKFILL FOR PIPES 02221-8 01/22/16 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 2 3.07 DISPOSAL OF SURPLUS MATERIAL 3 4 A. All excavated material not required or not suitable for fill, or backfill, shall be 5 disposed of by the Contractor, as directed by the Engineer. 6 7 B. Material suitable for backfill shall be stockpiled on, or near site, until released 8 by the Engineer for disposal. 9 10 C. The Contractor shall bear all costs for disposal of all surplus or unsuitable 11 materials. 12 13 D. Temporary fills must be removed in their entirety and the affected areas 14 returned to pre -construction elevations. The affected areas must be 15 revegetated, as appropriate. 16 17 3.08 SHEETING AND BRACING 18 19 A. The Contractor shall do all shoring and sheeting required to perform and 20 protect the excavation and, as required, for the safety of the employees. 21 22 B. All trenches shall be sheeted and braced as required by the Engineer and all 23 applicable Federal, State, County and Municipal regulations. Sheeting and 24 bracing shall be used to prevent shifting of adjacent soil and to prevent 25 damage to structures or the work. The sole responsibility for the design, 26 methods of installation, and adequacy of the sheeting and bracing, shall be 27 and shall remain that of the Contractor. 28 29 C. Sheeting and bracing or approved laying box shall be used in all trenches 30 unless the slopes are excavated until the natural angle of repose of the soil is 31 encountered. 32 33 D. In general, sheeting and bracing shall be removed as the excavation is 34 backfilled in such a manner as to avoid the caving in of the bank or 35 disturbance of adjacent areas or structures. The voids left by withdrawal of 36 the sheeting and bracing shall be carefully filled by jetting, ramming or other 37 means approved by the Engineer. Permission shall be obtained from the 38 Engineer prior to removal of any sheeting or bracing. Permission shall not 39 relieve the Contractor of any responsibility for damage due to failure to leave 40 such sheeting and bracing in place. 41 42 E. The Engineer may order, in writing, any or all sheeting or bracing to be left in 43 place for the purpose of preventing injury to adjacent structures, property, 44 etc. If left in place, such sheeting shall be cut off at the elevation ordered, but 45 in no case less than thirty-six (36) inches below the existing grade. Bracing 46 remaining in place shall be driven in tight. The right of the Engineer to order 47 sheeting and bracing to remain in place shall not be construed as creating EXCAVATION AND BACKFILL FOR PIPES 02221-9 01/22/16 1 any obligation on his part to issue such orders. Payment for sheeting and 2 bracing, unless specifically called for on the Drawings shall not be paid under 3 separate item, but shall be included in the payment for other items of Work. 4 5 3.09 DEWATERING BY WELLPOINT 6 7 A. Well points shall be spaced and at sufficient depths as required to eliminate 8 water during the excavation period until the work is completed. Ample means 9 and equipment shall be provided with which to remove promptly, and dispose 10 properly all water entering any excavation. This includes the use of sand or 11 gravel as required to maintain adequate flow during the pipe laying or 12 installation of other items of work within the excavation. 13 14 B. Water pumped or drained shall be disposed of in a suitable manner without 15 damage to adjacent property to other work under construction or to street 16 pavements or public parks. Water shall not be discharged onto streets 17 without adequate protection of the surface at the point of discharge. All 18 gutter, drains, culverts, sewers and inlets shall be kept clean and open for 19 surface drainage. Water shall not be directed across or over pavements 20 except through approved pipes or properly constructed troughs. Contractor 21 shall obtain permission from the owner of any property involved before 22 digging ditches or constructing water courses for removal of water, and 23 provide for disposal of the water without ponding or creating a public 24 nuisance. Water may be discharged into storm sewers provided that such 25 water has been pre-treated to meet the Contractor's Storm Water Pollution 26 Prevention Plan (SWPPP). Payment for dewatering shall not be paid for 27 under a separate item, but shall be included in the payment for other items of 28 work, unless it is specifically included as a Pay Item in the Contract. 29 30 3.10 APPURTENANCES 31 32 A. Excavation for manholes and other appurtenances shall be made to size that 33 will allow at least twelve (12) inches between their outer surfaces and the 34 embankment or shoring. Overdepth excavation and backfill to required 35 depth below such appurtenances, which have not been directed by the 36 Engineer, shall be at the expense of the Contractor. 37 38 39 END OF SECTION EXCAVATION AND BACKFILL FOR PIPES 02221-10 01/22/16 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 SECTION 02276 2 3 TEMPORARY EROSION AND SEDIMENTATION CONTROL 4 5 PART 1 - GENERAL 6 7 1.01 SCOPE OF WORK 8 9 A. The work specified in this Section consists of designing, providing, 10 maintaining and removing temporary erosion and sedimentation controls as 11 necessary. 12 13 B. Temporary erosion controls include, but are not limited to, straw, hay, filter 14 fabric, permanent vegetation, grassing, mulching, netting, watering and 15 reseeding on-site surfaces, spoil and borrow areas and providing interceptor 16 ditches at those locations that will ensure that erosion during construction will 17 be either eliminated or maintained within acceptable limits as established by 18 the Engineer, Owner and the permitting agencies. 19 20 C. Temporary sedimentation controls include, but are not limited to, silt dams, 21 traps, barriers and appurtenances, which ensure that sedimentation will be 22 either eliminated or maintained within acceptable limits as established by the 23 Owner and the permitting agencies. 24 25 D. The Contractor shall provide routine re-establishment, daily maintenance of 26 permanent and temporary erosion and sediment control measures features 27 until the project is complete and all soil stabilized. 28 29 E. Contractor shall be required to comply with all permit conditions included as 30 attachments to these Contract Documents and as required by these 31 Specifications. 32 33 F. The Contractor shall use all methods and products that meet or exceed 34 those set forth in the FDOT Standard Specifications. 35 36 37 1.02 REFERENCE SPECIFICATIONS, CODES AND STANDARDS 38 39 A. Standard Building Code. 40 41 B. Environmental Resource Permit 42 43 PART 2 - PRODUCTS 44 45 2.01 EROSION CONTROL 46 47 A. Loaming, seeding, sodding, and mulching is specified in Section 02485. TEMPORARY EROSION AND SEDIMENTATION CONTROL 02276-1 01/22/16 1 2 B. Netting - fabricated of material acceptable to the Engineer. 3 4 2.02 SEDIMENTATION CONTROL 5 6 A. Bales — synthetic. 7 8 B. Netting - fabricated of material acceptable to the Engineer. 9 10 C. Filter stone - crushed stone conforming to Florida Department of 11 Transportation specifications. 12 13 D. Concrete block - hollow, non -load-bearing type. 14 15 E. Concrete - exterior grade not less than one inch thick. 16 17 F. Drain pipe with sock (sedimentation control) shall be used to prevent and 18 control soil erosion runoff and intrusion into stormwater drainage systems. 19 20 1. Drain sock products such as "ADSSock" or approved equal. 21 22 2. Sock material shall be on ultra -porous filter (synthetic wrap material) 23 fitted snuggly over pipe. Material shall be 100 percent knitted 24 polyester (or approved equal), equivalent opening size of 30 to 40, 25 burst strength of 100-135 (ASTM D 3786), fiber size of 100-40 200 26 denier filament, 2.5 to 3.5 ounces per square yard (ASTM D 3776). 27 28 3. Approval of material is required by Owner prior to use. 29 30 4. Drain pipe with sock shall span the entire opening of the inlet. 31 32 PART 3 - EXECUTION 33 34 3.01 EROSION CONTROL 35 36 A. Type of erosion control barriers used shall be governed by the nature of the 37 construction operation, Contract Documents and all applicable permits. 38 39 B. Diversion ditches or swales may be required to prevent turbid storm water 40 runoff from being discharged to wetlands or other water bodies. It may be 41 necessary to employ a combination of barriers, ditches and other 42 erosion/turbidity control measures as conditions warrant. 43 44 C. Fill material stockpiles shall be protected at all times by on-site drainage 45 controls which prevent erosion of the stockpiled material. Control of dust 46 from such stockpiles may be required, depending upon their location and the TEMPORARY EROSION AND SEDIMENTATION CONTROL 02276-2 01/22/16 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 expected length of time the stockpiles will be present. In no case shall an 2 unstabilized stockpile remain after thirty (30) calendar days. 3 4 D. No disturbed area may be denuded for more than thirty (30) calendar days 5 unless otherwise authorized by the City Engineer. Within sixty (60) calendar 6 days after final grade is established on any portion of a project site, that 7 portion of the site shall be provided with established permanent soil 8 stabilization measures per the original site plan, whether by impervious 9 surface or landscaping. 10 11 E. Minimum procedures for grassing are: 12 13 1. Scarify slopes to a depth of not less than 6 inches and remove large 14 clods, rock, stumps and roots all larger than 1/2 -inch in diameter and 15 debris. 16 17 2. Sow seed within twenty-four (24) hours after the ground is scarified 18 with either mechanical seed drills or rotary hand seeders. 19 20 3. Apply mulch loosely and to a thickness between 3/4 -inch and 1-1/2 21 inches. 22 23 4. Apply netting over mulched areas on all sloped surfaces. 24 25 5. Roll and water seeded areas in a manner which will encourage 26 sprouting of seeds and growing of grass. Reseed areas that exhibit 27 unsatisfactory growth. Backfill and seed eroded areas. 28 29 3.02 SEDIMENTATION CONTROL 30 31 A. Install and maintain silt dams, traps, barriers and appurtenances, as shown 32 on the Drawings and as described herein. Hay bales that deteriorate and 33 filter stone that is dislodged shall be replaced. 34 35 B. Existing storm water systems shall be protected at all times to prevent 36 sedimentation of the storm water system. Sedimentation prevention shall 37 comply with or exceed "Best Management Practices" in accordance with the 38 Southwest Florida Water Management District. 39 40 C. Siltation accumulations greater than the lesser of 12 inches or one-half the 41 depth of the siltation control barrier shall be immediately removed and 42 placed in upland areas. 43 44 D. Where pumps are to be used to remove turbid waters from the construction 45 area, the water shall be treated to reduce turbidity to state water quality 46 standards prior to discharge to the wetlands. Treatment methods include, 47 for example, turbid water being pumped into grassed swales or appropriate TEMPORARY EROSION AND SEDIMENTATION CONTROL 02276-3 01/22/16 1 vegetated areas (other than upland preservation areas and wetland buffers), 2 sediment basins, or confined by an appropriate enclosure such as turbidity 3 barriers and kept confined until its turbidity level meets state water quality 4 standards. 5 6 E. Sediment basins and traps, perimeter berms, filter fences, berms, sediment 7 barriers, vegetative buffers and other measures intended to trap sediment 8 and/or prevent the transport of sediment onto adjacent properties, or into 9 existing water bodies; must be installed, constructed, or, in the case of 10 vegetative buffers, protected from disturbance, as a first step in the land 11 alteration process. Such systems shall be fully operative and inspected by 12 the City before any other disturbance of the site begins. Earthen structures 13 including but not limited to berms, earth filters, dams or dikes shall be 14 stabilized and protected from drainage damage or erosion within one week 15 of installation. 16 17 F. Areas of 3 acres or more shall be required to have temporary sedimentation 18 basins as a positive remedy against downstream siltation and will be shown 19 and detailed on construction plans. During development, permanent 20 detention areas may be used in place of silt basins provided they are 21 maintained to the satisfaction of the City. 22 23 G. The Contractor shall be prohibited from discharging silt through any 24 stormwater outfall structure during construction. When temporary 25 sedimentation basins are used, they shall be capable at all times of 26 containing at least one (1) cubic foot of sediment for each one hundred 27 (100) square feet of area tributary to the basin. Such capacity shall be 28 maintained throughout the project by regular removal of sediment from the 29 basin. 30 31 H. Land alteration and construction shall be minimized in both permanent and 32 intermittent waterways and the immediately adjacent buffer of 25 feet from 33 top of bank of the waterways and the buffer area whenever possible, and 34 barriers shall be used to prevent access. Where in channel work cannot be 35 avoided, precautions must be taken to stabilize the work area during land 36 alteration, development and/or construction to minimize erosion. If the 37 channel and buffer area are disturbed during land alteration, they must be 38 stabilized within three (3) calendar days after the in channel work is 39 completed. 40 41 I. Silt curtains or other filter/siltation reduction devices must be installed on the 42 downstream side of the in channel alteration activity to eliminate impacts 43 due to increased turbidity. Wherever stream crossings are required, properly 44 sized temporary culverts shall be provided by the contractor and removed 45 when construction is completed. The area of the crossing shall be restored 46 to a condition as nearly as possible equal to that which existed prior to any 47 construction activity. TEMPORARY EROSION AND SEDIMENTATION CONTROL 02276-4 01/22/16 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 3.03 FLOATING TURBIDITY BARRIERS 2 3 A. The Contractor shall deploy floating turbidity barriers (curtains) when shown 4 on the drawings or as required by the Engineer in order to contain bentonite 5 slurry during horizontal directional drill operations. 6 7 B. Floating turbidity barriers shall be Type III for use in tidal waters where 8 curtains will be subject to high wind and wave action. 9 10 3.04 PERFORMANCE 11 12 A. Should any temporary erosion and sediment control measures employed by 13 the Contractor fail to produce results, which comply with the requirements of 14 the State of Florida, the Contractor shall immediately take the necessary 15 steps to correct the deficiency at his or her own expense. 16 17 3.05 MAINTENANCE 18 19 All erosion and siltation control devices shall be checked regularly, especially 20 after each rainfall and will be cleaned out and/or repaired as required. 21 22 3.06 COMPLIANCE 23 24 A. Failure to comply with the aforementioned requirements may result in a fine 25 and/or more stringent enforcement procedures such as (but not limited to) 26 issuance of a "Stop Work Order". 27 28 29 END OF SECTION 30 TEMPORARY EROSION AND SEDIMENTATION CONTROL 02276-5 01/22/16 1 THIS PAGE INTENTIONALLY LEFT BLANK TEMPORARY EROSION AND SEDIMENTATION CONTROL 02276-6 01/22/16 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 SECTION 02335 2 3 FLOWABLE FILL 4 5 6 PART 1 - GENERAL 7 8 1.01 SCOPE OF WORK 9 10 A. This Section specifies the requirements for flowable fill used in backfill and to 11 fill all abandoned pipelines. All existing mains shown on the Drawings to be 12 cut and capped shall be filled with flowable fill meeting the requirements 13 specified herein. 14 15 B. Flowable fill for the roadway restoration shall be as shown on the Drawings 16 and shall meet all FDOT Standard Specification. 17 18 1.02 REFERENCES 19 20 The materials used shall conform to the requirements specified in Division III 21 of the Standard Specifications, and herein. Specific references are as 22 follows: 23 24 (1) Portland Cement (Types I, II, or III) Section 921 25 26 (2) Fly Ash, Slag and other Pozzolanic 27 Materials for Portland Cement Concrete Section 929 28 29 (3) Fine Aggregate (Sand)* Section 902 30 31 (4) Water Section 923 32 33 * Any clean sand with 100% passing 3/8" sieve and not more than 10% 34 passing the 200 mesh may be used. 35 36 1.03 SUBMITTALS 37 38 A. Technical information for equipment and operational procedures including 39 projected slurry injection rate, flowable fill pressure, method of controlling 40 flowable fill pressure. 41 42 B. At least 60 days prior to commencing abandonment activities, submit plan for 43 abandonment, describing proposed sequence and any other information 44 pertinent to completion of work. 45 46 PART 2 — PRODUCTS FLOWABLE FILL 02335-1 01/22/16 1 2 2.01 MATERIALS 3 4 A. The Contractor shall be responsible for producing a flowable mixture using 5 these guidelines and adjusting his mixture design as called for by 6 circumstances or as may be directed by the Engineer. 7 8 B. The Flowable fill material shall be proportioned to produce a 28 -day 9 compressive strength of approximately 150-450 psi. 10 11 C. General mix requirements are as follows: 12 13 Components Pounds per Cubic Yard 14 Cement 50-100* 15 Fly Ash or Granulated Blast Furnace Slag 0-600 16 Find Sand 2750 17 (adjust to yield one cubic yard 18 of flowable fill) 19 20 Water 500 (maximum) 21 22 *The percentage of cement may be increased above these limits only when 23 early strength is required and future removal is very unlikely. 24 25 D. Weights for fine aggregate and water shall be adjusted according to 26 cementitious content. The mix proportions shall be adjusted for removability, 27 pumpability and fiowability. If required, strength test data shall be provided 28 prior to batching. 29 30 E. If required by the Engineer, the flowability can be measured by afflux time 31 determined in accordance with ASTM C 939 and shall be 30 seconds +/- 5 32 seconds as measured on mortar passing the No. 4 sieve. The equipment 33 required to perform this test shall be provided by the Contractor. 34 35 PART 3 — EXECUTION 36 37 3.01 PREPARATION 38 39 A. The Contractor shall flush all raw sewage, sludge, debris, and water from the 40 force mains prior to filling pipeline with flowable fill. If not discharged into a 41 sanitary sewer system, the Contractor shall collect all flushing water and 42 disposed of at a wastewater treatment facility. 43 44 B. Locate previously unidentified connections, which have not been redirected 45 and reconnected as part of this project, and report them to the Engineer. 46 During placement of fill, compensate for irregularities in sewer pipe, such as 47 obstructions, open joints, or broken pipe to ensure no voids remain unfilled. FLOWABLE FILL 02335-2 01/22/16 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 2 C. Clean placement areas of sewer and water lines of debris that may hinder fill 3 placement. Remove excessive amounts of sludge and other substances that 4 may degrade performance of fill. 5 6 D. Remove free water prior to starting fill placement. 7 8 F. All proposed new force mains shall be installed, pressure tested, and placed 9 in-service prior to abandoning the existing force mains. 10 11 3.02 PRODUCTION AND PLACING 12 13 A. Flowable fill shall be produced and delivered using concrete construction 14 equipment. Placing flowable fill shall be by chute, pumping or other methods 15 approved by the Engineer. 16 17 B. The flowable fill shall be placed to the designated fill line without vibration or 18 other means of compaction. Placement shall be avoided during inclement 19 weather, e.g. rain or ambient temperatures below 40 degrees F. The 20 Contractor shall take all necessary precautions to prevent any damages 21 caused by the hydraulic pressure of the fill during placement prior to 22 hardening. Also, necessary means to confine the materials within the 23 designated space shall be provided by the Contractor. 24 25 C. All pipes shall be abandoned in the manner which results in the abandoned 26 pipeline not being pressurized. 27 28 D. During placement of the fill the Contractor is to avoid construction stoppage 29 that would exceed the working time of the fill. If for any case that the fill 30 would harden the Contractor is responsible for properly installing fill into the 31 abandoned pipeline from another location and shall meet the requirements 32 specified herein. 33 34 3.03 ACCEPTANCE 35 36 A. An Owner Representative shall be present to witness the placement of 37 flowable fill in abandoned pipelines. A 48-hour notice shall be given by the 38 Contractor before the placement of fill. 39 40 B. The flowable fill shall be proportioned and placed as specified herein. In 41 general, the strength desired is the maximum hardness that can be 42 excavated at a later date using conventional excavating equipment. No 43 curing protection is required. 44 45 C. The fill shall be left undisturbed until material obtains sufficient strength. 46 Sufficient strength is 250 psi penetration resistance as measured using a 47 hand held penetrometer. The penetrometer, shall be provided by the FLOWABLE FILL 02335-3 01/22/16 1 2 3 4 5 6 Contractor. D. All flowable fill areas subjected to traffic loads must have a durable riding surface. END OF SECTION FLOWABLE FILL 02335-4 01/22/16 1 SECTION 02485 2 3 SURFACE RESTORATION 4 5 PART 1 - GENERAL 6 7 1.01 SCOPE OF WORK 8 9 A. Furnish all labor, materials, and equipment necessary to satisfactorily return 10 all construction areas to their original conditions or better. 11 12 B. Work includes furnishing and placing sod, fertilizer, gravel, concrete, asphalt, 13 planting, watering and maintenance until acceptance by the Owner. 14 15 C. All grassed areas disturbed by the work of this contract shall be sodded in 16 conformance with Sections 575, 981, 982 and 983 of FDOT's Standard 17 Specifications (latest edition) unless noted herein or shown on the plans. 18 Seeding/Hydroseeding shall not be acceptable, unless shown on the plans. 19 20 1.02 QUALITY ASSURANCE 21 22 A. Requirements: It is the intent of this Specification that the Contractor is 23 obliged to deliver a satisfactory stand of grass as specified. If necessary, the 24 Contractor shall repeat any or all of the work, including grading, fertilizing, 25 watering, and sodding at no additional cost to the Owner until a satisfactory 26 stand is obtained. 27 28 B. Satisfactory Stand: For purposes of grassing, a satisfactory stand of grass is 29 herein defined as a full lawn cover over areas to be sodded, with grass free 30 of weeds, alive and growing, leaving no bare spots larger than 3/4 sq. yd. 31 within a radius of 10 ft. 32 33 1.03 SUBMITTALS 34 35 A. Provide technical data as required for shop drawings on all materials or 36 installation procedures required under this Section. 37 38 PART 2 - PRODUCTS 39 40 2.01 MATERIALS 41 42 A. Fertilizer 43 44 1. Fertilizer shall be a complete fertilizer, the elements of which are 45 derived from organic sources. Fertilizer shall be a standard product 46 complying with State and Federal fertilizer laws. 47 SURFACE RESTORATION 02485-1 01/22/16 1 2. Percentages of nitrogen, phosphorus and potash shall by based on 2 laboratory tests on soils outlined in Paragraph 1.038 and approved by 3 the Engineer. For purpose of bidding, assume 6% nitrogen, 6% 4 phosphorus and 6% potash by weight. At least 50% of the total 5 nitrogen shall contain no Tess than 3% water -insoluble nitrogen. 6 7 3. Fertilizer shall be delivered to the site, mixed as specified, in the 8 original unopened standard size bags showing weight, analysis and 9 name of manufacturer. Containers shall bear the manufacturer's 10 guaranteed statement of analysis, or a manufacturer's certificate of 11 compliance covering analysis shall be furnished to the Engineer. 12 Store fertilizer in a weatherproof place and in such a manner that it 13 will be kept dry and its effectiveness will not be impaired. 14 15 4. Superphosphate shall be composed of finely ground phosphate rock 16 as commonly used for agricultural purposes containing not Tess than 17 20% available phosphoric acid. 18 19 B. Sodding 20 21 1. Sod shall be Argentine Bahia or St. Augustine to match existing sod 22 of firm texture having a compacted growth and good root 23 development as approved. 24 25 2. Sod shall be certified to meet Florida State Plant Board 26 Specifications, absolutely true to varietal type, and free from weeds or 27 other objectionable vegetation, fungus, insects and disease of any 28 kind. 29 30 3. Before being cut and lifted the sod shall have been mowed 3 times 31 with the final mowing not more than a week before cutting into uniform 32 dimensions. 33 34 4. Areas disturbed by construction activities in Coachman Park shall be 35 restored with Tiftway 419 Bermuda or match existing. 36 37 C. Water 38 39 It is the Contractor's responsibility to water the site, as required during 40 sodding operations and through the maintenance period and until the work is 41 accepted. The Contractor shall make whatever arrangements may be 42 necessary to ensure an adequate supply of water to meet the needs for his 43 work. The Contractor shall also furnish all necessary hose, equipment, 44 attachments and accessories for the adequate irrigation of lawns and planted 45 areas as may be required. 46 47 D. Asphalt Restoration 48 SURFACE RESTORATION 02485-2 01/22/16 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1. Asphalt restoration along all streets shall meet the Details and 2 Standard Specifications by the City of Clearwater. 3 4 PART 3 - EXECUTION 5 6 3.01 INSTALLATION 7 8 A. Following the subgrade preparation, the Contractor shall commence work on 9 lawns and grassed areas. Areas to be sodded shall be free from soft spots 10 and uneven grades. Apply 20 lbs. of 12-3-6 fertilizer per 1,000 sq. ft. 11 12 B. Protection 13 14 Sodded areas shall be protected against the traffic or other use by placing 15 warning signs or erecting barricades as necessary. Any areas damaged 16 prior to actual acceptance by the Owner shall be repaired by the Contractor 17 as directed by the Engineer. 18 19 3.02 LAWN BED PREPARATION 20 21 A. Areas to be sodded shall be cleared of all rough grass, weeds, and debris, 22 and the ground brought to an even grade as approved. 23 24 B. The soil shall then be thoroughly tilled to a minimum 8 -inch depth. 25 26 C. Superphosphate at a rate for bidding purposes of 5 pounds per 1,000 square 27 foot and complete fertilizer at a rate for bidding purposes of 16 pounds per 28 1000 square foot shall be evenly distributed over entire area and cross - 29 disced into a depth of 4-6 inches. 30 31 D. The areas shall then be brought to proper grade, free of sticks, stones, or 32 other foreign matter over 1 -inch in diameter of dimension. The surface shall 33 conform to finish grade, less the thickness of sod, free of water -retaining 34 depressions, the soil friable and of uniformly fill texture. 35 36 3.03 SOD HANDLING AND INSTALLATION 37 38 A. During delivery, prior to planting, and during the planting of the lawn areas, 39 the sod panels at all times be protected from excessive drying and 40 unnecessary exposure of the roots to the sun. All sod shall be stacked 41 during construction and planting so as not to be damaged by sweating or 42 excessive heat and moisture. 43 44 B. After completion of soil conditioning as specified above, sod panels shall be 45 laid tightly together so as to make a solid sodded lawn area. On mounds 46 and other slopes, the long dimension of the sod shall be laid perpendicular 47 to the slope. Immediately following sod laying the lawn areas shall be rolled SURFACE RESTORATION 02485-3 01/22/16 1 with a lawn roller customarily used for such purposes, and then thoroughly 2 watered. 3 4 C. Bring the sod edge in a neat, clean manner to the edge of all paving and 5 shrub areas. Top dressing with approved, clean, weed free, sand may be 6 required at no additional cost to the Owner if deemed necessary by the 7 Engineer. 8 9 3.04 CLEANUP 10 11 A. Soil, mulch, or similar materials spilled onto paved areas shall be removed 12 promptly, keeping those areas as clean as possible at all times. Upon 13 completion of sodding operations, all excess soil, stones, and debris 14 remaining shall be removed from the construction areas. 15 16 3.05 MAINTENANCE 17 18 A. Any existing landscape items damaged or altered during construction by the 19 Contractor shall be restored or replaced as directed by the Engineer. 20 21 B. Maintain landscape work until Owner accepts project. Watering, weeding, 22 cultivating, restoration of grade, mowing and trimming grass, protection from 23 insects and diseases, fertilizing and similar operations as needed to ensure 24 normal growth and good health for live plant material shall be the 25 responsibility of the Contractor and at no additional cost to the Owner. 26 Sodded areas shall receive no Tess than 1.5 inches of water per week. 27 28 3.06 REPAIRS TO LAWN AREAS DISTURBED BY CONTRACTOR'S OPERATIONS 29 30 A. Lawn areas planted under this Contract and all lawn areas damaged by the 31 Contractor's operation shall be repaired by proper soil preparation, fertilizing, 32 and resodding, in accordance with these Specifications. 33 34 35 END OF SECTION SURFACE RESTORATION 02485-4 01/22/16 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 SECTION 15066 2 3 HIGH DENSITY POLYETHYLENE (HDPE) PIPE 4 5 6 PART 1 — GENERAL 7 8 1.01 SCOPE OF WORK 9 10 A. This Section includes materials and methods of installation of high density 11 polyethylene pipe (HDPE) and fittings for water and wastewater utility use as 12 indicated on the Drawings, and as specified herein. 13 14 1.02 SUBMITTALS 15 16 A. Submit shop drawings to the Engineer for review in accordance with the Section 17 01340 for all pipe and appurtenances. 18 19 B. Furnish in duplicate to the Engineer affirmation that product shipped meets or 20 exceeds the standards set forth in this specification. This shall be in the form of 21 a written document from the manufacturer attesting to the manufacturing 22 process meeting the standards. 23 24 C. Provide a statement in writing from the HDPE pipe manufacturer that it is listed 25 with the Plastic Pipe Institute as a qualified extruder for the polyethylene resin 26 being used to manufacture the pipe for this project. 27 28 D. Provide a certified statement from the pipe supplier that those personnel 29 responsible for fusing the pipe have been trained and certified. 30 31 E. Contractor shall also submit the following to the Engineer for approval: 32 33 1. Certified dimensional drawings/profile of all pipe, specials and fittings. 34 35 2. Details of fittings and specials such as elbows, wyes, tees, outlets, 36 connections, test bulkheads, bosses and nozzles or other specials where 37 shown on the Construction Drawings, which indicate amount and position 38 of reinforcement. All fittings and specials shall be properly reinforced to 39 withstand the internal pressure both circumferential and longitudinal, and 40 the external loading conditions as indicated in the Contract Documents. 41 Shop Drawings shall clearly detail special castings indicating all pertinent 42 dimensions. 43 44 3. The Supplier of the pipe shall submit, through the Contractor, a Certificate 45 of Compliance that the pipe, fittings and other products or materials 46 furnished for this project comply with all applicable provisions of these HIGH DENSITY POLYETHYLENE (HDPE) PIPE 15066-1 02/04/16 1 Specifications. 2 3 1.03 REFERENCE DOCUMENTS 4 5 A. ANSI/AWWA C901, Polyethylene (PE) Pressure Pipe and Tubing, 1/2 In. (13mm) 6 Through 3 In. (76mm), for Water Service. 7 8 B. ANSI/AWWA C906 Polyethylene (PE) Pressure Pipe and Fittings, 4 In. (100 9 mm) Through 63 In. (1,600 mm), for Water Distribution and Transmission 10 11 C. ANSI/AWWA C651 Standard for Disinfecting Water Mains 12 13 D. AWWA M55 Manual of Water Supply Practices, PE Pipe—Design and 14 Installation 15 16 E. PPI Handbook of Polyethylene Pipe — 2009 (2ndEdition) 17 18 F. PPI TR -33 Generic Butt Fusion Joining Procedure for Polyethylene Gas Pipe 19 20 G. PPI TR -34 Disinfection of Newly Constructed Polyethylene Water Mains 21 22 H. PPI TR -41 Generic Saddle Fusion Joining Procedure for Polyethylene Gas 23 Piping 24 25 I. PPI TN -42 Recommended Minimum Training Guidelines for PE Pipe Butt Fusion 26 Joining Operators for Municipal and Industrial Projects (2009) 27 28 J. ASTM F 714 Standard Specification for Polyethylene (PE) Plastic Pipe (SDR - 29 PR) Based on Outside Diameter 30 31 K. ASTM F905 Standard Practice for Qualification of Polyethylene Saddle -Fused 32 Joints 33 34 L. ASTM F1417 Standard Test Method for Installation Acceptance of Plastic 35 Gravity Sewer Lines Using Low -Pressure Air 36 37 M. ASTM F 2164 Standard Practice for Field Leak Testing of Polyethylene (PE) 38 Pressure Piping Systems Using Hydrostatic Pressure 39 40 N. ASTM F2206 Standard Specification for Fabricated Fittings of Butt -Fused 41 Polyethylene (PE) Plastic Pipe, Fittings, Sheet Stock, Plate Stock, or Block 42 Stock 43 44 O. ASTM D 2321 Standard Practice for Underground Installation of Thermoplastic 45 Pipe for Sewers and Other Gravity -Flow Applications 46 HIGH DENSITY POLYETHYLENE (HDPE) PIPE 15066-2 02/04/16 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 P. ASTM F 2620 Standard Practice for Heat Fusion Joining of Polyethylene Pipe 2 and Fittings 3 4 Q. ASTM D 2683 Standard Specification for Socket -Type Polyethylene Fittings for 5 Outside Diameter -Controlled Polyethylene Pipe and Tubing 6 7 R. ASTM D 2737 Standard Specification for Polyethylene (PE) Plastic Tubing 8 9 S. ASTM D 2774 Standard Practice for Underground Installation of Thermoplastic 10 Pressure Piping 11 12 T. ASTM F 3124 Standard Practice for Data Recording the Procedure Used to 13 Produce Heat Butt Fusion Joints 14 15 U. ASTM D 3261 Standard Specification for Butt Heat Fusion Polyethylene (PE) 16 Plastic Fittings for Polyethylene (PE) Plastic Pipe and Tubing 17 18 V. ASTM D 3350-08 Standard Specification for Polyethylene Plastics Pipe and 19 Fittings Materials 20 21 PART 2 — PRODUCTS 22 23 2.01 HIGH DENSITY POLYETHYLENE PIPE 24 25 A. General: 26 27 1. All High Density Polyethylene (HDPE) shall be manufactured by 28 Performance Pipe; ISCO Industries Inc. or approved equal. All HDPE 29 piping system components shall be the products of one manufacturer. 30 31 2. All HDPE pipe 4" and greater shall have a Ductile Iron Pipe Sizing (DIPS) 32 outside diameter unless otherwise specified in the Contract Documents. 33 34 B. HDPE Pipe Specifications 35 36 1. Polyethylene pipe shall be made from a HDPE material having a minimum 37 material designation code of PE 4710. The materia! shall meet the 38 requirements of ASTM D 3350 and shall have a minimum cell 39 classification of PE445474C. In addition, the pipe shall be listed as 40 meeting NSF -61. Minimum pressure rating shall be 250 psi DR 9 and 200 41 psi for DR -11. 42 43 2. The polyethylene compound shall be suitably protected against 44 degradation by ultraviolet Tight by means of carbon black, well dispersed 45 by pre -compounding in a concentration of not less than 2 percent. 46 HIGH DENSITY POLYETHYLENE (HDPE) PIPE 15066-3 02/04/16 1 3. The pipe manufacturer shall be listed with the Plastic Pipe Institute as 2 meeting the recipe and mixing requirements of the resin manufacturer for 3 the resin used to manufacture the pipe in this project. 4 5 4. All pipe shall be color coded for the intended service. For pipe 6" and 6 greater, color coding shall be accomplished through an exterior surface of 7 the required color or through striping. Pipe and tubing less than 6" shall 8 be manufactured entirely in the required color. The color coding shall be 9 permanently co -extruded on pipe outside surface as part of the pipe's 10 manufacturing process. Painting HDPE pipe to accomplish color coding is 11 not permitted. Color coding shall be as follows: 12 13 a. Sewer — green 14 b. Water - blue 15 16 C. Fittings. 17 18 1. Mechanical Joint Adapters (MJ Adapters) — Mechanical Joint Adapters 19 shall have a material designation code of PE4710 a minimum Cell 20 Classification of PE445474C. Mechanical Joint Adapters can be made to 21 ASTM D 3261 or if machined, must meet the requirements of ASTM F 22 2206. MJ Adapters shall have a pressure rating equal to the pipe unless 23 otherwise specified on the plans. Markings for molded or machined MJ 24 Adapters shall be per ASTM D 3261. 25 26 2. Where shown on the drawings, 4" and larger transitions to mechanical 27 joint fittings and valves shall be ductile iron mechanical joint as specified in 28 Section 02650. Connection to the mechanical joint fittings shall be 29 accomplished using a mechanical joint adapter kit. The mechanical joint 30 adapter shall be fused onto the pipe and shall result in a restrained joint 31 with a pressure rating no Tess than 150 psi. The D.I./HDPE mechanical 32 joint adaptor shall consist of: 33 34 a. A molded or fabricated HDPE mechanical joint transition 35 fitting. 36 b. A rubber gasket. 37 c. A mechanical joint backup drive ring. 38 d. Corten mechanical joint tee bolts. 39 40 D. HDPE Pipe Jointing Method 41 42 1. Butt Fusion: The pipe shall be joined by the butt fusion procedure 43 outlined in ASTM F 2620 or PPI TR -33. All fusion joints shall be made in 44 compliance with the pipe or fitting manufacturer's recommendations. 45 Fusion joints shall be made by qualified fusion technicians per PPI TN - HIGH DENSITY POLYETHYLENE (HDPE) PIPE 15066-4 02/04/16 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 42. A record or certificate of training for the fusion operator must be 2 provided that documents training to the fundamentals of ASTM F 2620. 3 4 2. All HDPE fusion equipment operators shall be qualified to perform pipe 5 joining. Fusion equipment operators shall have current, formal training on 6 all fusion equipment employed on the project. Training received more 7 than two years prior to operation with no evidence of activity within the 8 past 6 months shall not be considered current. 9 10 3. When the fusion machine operator is employed by the HDPE pipe and 11 fusion machine supplier, the supplier shall maintain an ISO 9001 Certified 12 Quality Management System. 13 14 2.02 LOCATOR WIRE 15 16 A. All directional drilled pipe shall be installed with two (2) insulated tracer wires 17 with a 45 mil HDPE jacket and minimum average break load of 1150 lbs. 18 Tracer wires shall be 12 AWG -Solid CCS EHS Copperhead Directional Drill 19 Wire as manufactured by Copperhead Industries, the 12 AWG Pro -Trace 20 HDD -CCS PE45 Tracer Wire as manufactured by Pro -Line Safety Products, 21 or approved equal. This wire shall be spliced twelve (12) inches below grade 22 to two (2) 12-guage tracer wires and brought up in the valve boxes at the 23 ends of each line segment, splices shall be made only by methods per the 24 equipment manufacturer's recommendation. The splicing connectors shall be 25 the LSC1230 SnakeBiteTM Locking Connector from Copperhead Industries, 26 the Direct Bury Lug from DryConn®, or approved equal. All miscellaneous 27 splicing components shall be furnished and installed by the Contractor. 28 29 PART 3 — EXECUTION 30 31 3.01 GENERAL 32 33 A. All HDPE pipe shall be cut, fabricated, and installed in strict conformance with 34 the pipe manufacturer's recommendations. Joining, laying, and pulling of 35 polyethylene pipe shall be accomplished by personnel experienced in working 36 with polyethylene pipe. The pipe supplier shall certify in writing that the 37 Contractor is qualified to join, lay, and pull the pipe or representative of the pipe 38 manufacturer shall be on site to oversee the pipe joining. Expenses for the 39 representative shall be paid for by the Contractor. 40 41 3.02 HANDLING AND STORAGE 42 43 A. Handle the pipe in accordance with the PPI Handbook of Polyethylene Pipe (2nd 44 Edition), all pipe and accessories shall be loaded and unloaded by lifting with 45 hoists or by skidding in order to avoid shock or damage. Under no 46 circumstances shall materials be dropped. Pipe handled on skidways shall not 47 be rolled or skidded against pipe on the ground. Slings, hooks or pipe tongs HIGH DENSITY POLYETHYLENE (HDPE) PIPE 15066-5 02/04/16 1 shall be padded and used in such a manner as to prevent damage to the 2 exterior surface or interior of the pipe. 3 4 B. Materials, if stored, shall be kept safe from damage. The interior as well as all 5 sealing surfaces of all pipe and other appurtenances shall be kept free from dirt 6 or foreign matter at all times. 7 8 C. Pipe stored outside and exposed to prolonged periods of sunlight shall be 9 covered with canvas or other opaque material. Air circulation shall be provided 10 under covering. 11 12 D. Pipe shall not be stacked higher than the limits recommended by the 13 manufacturer. The bottom tiers shall be kept off the ground on timbers, rails, or 14 concrete. Pipe shall not be stored close to heat sources. 15 16 3.03 PIPE INSPECTION 17 18 A. The Contractor shall obtain from the pipe manufacturer a certificate of 19 compliance to the effect that the pipe and fittings supplied for this Contract have 20 been inspected at the plant and that they meet the requirements of these 21 specifications. The Contractor shall submit these certificates to the Engineer 22 prior to installation of the pipe materials. Ali pipe and fittings shall be subjected 23 to visual inspection at time of delivery and before they are lowered into the 24 trench to be laid. Joints or fittings that do not conform to these specifications 25 will be rejected and must be removed immediately by the Contractor. The entire 26 product of any plant may be rejected when, in the opinion of the Owner, the 27 methods of manufacture fail to secure uniform results, or where the materials 28 used are such as to produce inferior pipe or fittings. 29 30 3.04 TRANSPORTATION 31 32 A. Care shall be taken during transportation of the pipe that it is not cut, kinked, or 33 otherwise damaged. 34 35 3.05 HANDLING PIPE 36 37 A. The handling of the joined pipeline shall be in such a manner that the pipe is 38 not damaged by dragging it over sharp and cutting objects. Ropes, fabric, or 39 rubber -protected slings and straps shall be used when handling pipes. Chains, 40 cables, or hooks inserted into the pipe ends shall not be used. Two slings 41 spread apart shall be used for lifting each length of pipe. Pipe or fittings shall 42 not be dropped onto rocky or unprepared ground. Slings for handling the 43 pipeline shall not be positioned at butt -fused joints. Sections of the pipes with 44 cuts and gouges exceeding 10 percent of the pipe wall thickness or kinked 45 sections shall be removed and the ends rejoined. The dragging of fused HDPE 46 pipe along asphalt and concrete paving shall not be permitted. HIGH DENSITY POLYETHYLENE (HDPE) PIPE 15066-6 02/04/16 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 2 B. The open ends of all sections of joined and/or installed pipe (not in service) 3 shall be plugged at night to prevent animals or foreign material from entering 4 the pipe line or pipe section. 5 6 C. Waterproof nightcaps of approved design may be used but they shall be so 7 constructed that they will prevent the entrance of any type of natural 8 precipitation into the pipe and will be fastened to the pipe in such a manner that 9 the wind cannot blow them loose. 10 11 D. The practice of stuffing cloth or paper in the open ends of the pipe will not be 12 permitted. 13 14 E. Where possible, the pipe shall be raised and supported at a suitable distance 15 from the open end such that the open end will be below the level of the pipe at 16 the point of support. 17 18 3.06 LAYING PIPE 19 20 A. HDPE Pipe by Directional Boring - See Section 02071. 21 22 B. Joints: 23 24 1. All HDPE pipe shall be jointed by the heat fusion process which produces 25 homogeneous, seal, leak tight joints. 26 2. Restrained mechanical joint adapter kits shall be provided at valves, 27 fittings and transition to other pipe materials. 28 29 C. The pipe fusion machine shall be a self-contained hydraulic fusion machine 30 capable of butt fusing HDPE pipe. The carriage must be removable from the 31 chassis for in -ditch use. The machine must be compatible with an electronic 32 data recording device. Accessories will include all butt fusion inserts for the 33 specified range of pipe sizes, a pyrometer kit for checking the surface 34 temperature of the heater, extension cord (25' minimum), and hydraulic 35 extension hoses (minimum of four). The butt fusion machine will be McElroy, or 36 approved equivalent. In areas where there may be insufficient space to layout 37 the entire length of fused pipe to be pulled -back, the Contractor shall utilize a 38 continuous HDPE pipe fusion equipment such as a PolyHorse by McElroy or 39 other means in order to fuse the length of pipe necessary for the installation. 40 The Contractor shall be responsible for securing and obtaining 41 permission/permits from adjacent property if necessary, for staging and/or 42 fusing of the pipe and HDD equipment at no additional cost to the Owner. 43 44 D. The DataLogger or equivalent fusion data recorder shall be used to record all 45 fusion welds. The device shall be capable of meeting the requirements of 46 ASTM F3124, "Standard Practice for Data Recording the Procedure used to HIGH DENSITY POLYETHYLENE (HDPE) PIPE 15066-7 02/04/16 1 Produce Heat Butt Fusion Joints in Plastic Piping Systems or Fittings". The 2 device, or combination of devices, shall record the following variables of each 3 fused joint: 4 5 1. Heater surface temperature immediately before inserting the heater plate. 6 Alternatively, the heater plate may be measured with a pyrometer and 7 entered into the weld record. 8 2. Gauge pressure during the initial heat cycle 9 3. Gauge pressure and elapsed time during the heat -soak cycle 10 4. Heater removal (dwell) time 11 5. Gauge pressure and elapsed time during the fusing/cool cycle 12 6. Drag pressure 13 7. Pipe diameter and wall thickness 14 8. Type of HDPE material(Specification and Classification) and manufacturer 15 9. Fusion Machine Identification 16 17 E. Butt Fusion Testing: 18 19 1. Contractor shall test the first fusion of the day on a daily basis. 20 2. In testing, the fusion shall be allowed to cool completely, then fusion test 21 straps shall be cut out. All specimens shall be tested by one of the 22 following methods: 23 a. Reverse Bend Test are allowed for pipe sizes 4" IPS or 24 smaller. The specimens shall be removed and tested in 25 accordance with ASTM F 2620, Appendix X4. 26 b. Guided Side Bend Test are allowed for all pipe sizes 4" IPS 27 and larger. The specimens shall be removed and tested in 28 accordance to recommendations and procedures provided by 29 McElroy Manufacturing. 30 3. Contractor shall not commence until a fusion test has passed the bent 31 strap test. 32 33 3.07 PIGGING, FLUSHING AND CLEANING 34 35 A. All mains shall be pigged, cleaned and flushed to remove all sand and other 36 foreign matter. The Contractor shall be responsible for developing a pigging 37 and flushing plan to be submitted to the Engineer for approval prior to pigging 38 and flushing. 39 40 3.08 TESTING AND LEAKAGE 41 42 A. The Contractor shall furnish all valves, gauges, meters, pressure pumps and 43 other equipment required to test the line. 44 45 B. The Contractor shall perform air pressure test in accordance with the 46 manufacture's guidelines prior to pipe pullback. Hydrostatic leakage testing HIGH DENSITY POLYETHYLENE (HDPE) PIPE 15066-8 02/04/16 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 and shall comply with ASTM F 2164, AWWA Manual of Practice M55 Chapter 2 9, and PPI Handbook of Polyethylene Pipe Chapter 2 (2ndEdition). If the test 3 section fails this test, the Contractor shall repair or replace all defective 4 materials and/or workmanship at no additional cost to the Owner. Pneumatic 5 (compressed air) leakage testing of HDPE pressure piping is prohibited for 6 safety reasons. 7 8 C. Hydrostatic Tests — HDPE PIPE ONLY 9 10 1. The piping shall be tested between valved sections to a maximum length 11 of 3,000 feet. 12 2. In testing, the part of the system under test shall be filled with water and 13 subjected to a sustained pressure of 150 pounds per square inch. The 14 piping shall be tested in sections, thereby, testing each valve for secure 15 closure. While the system is being filled with water, air shall be carefully 16 and completely exhausted. If permanent air vents are not located at all 17 high points, the Contractor shall install corporation stops or fittings and 18 valves at such points so the air can be expelled as the pipe system is 19 slowly filled with water. Service shall be tested as part of the main 20 pipeline. 21 3. All components of the piping system, including fittings, service 22 connections and valves shall be hydrostatically tested per the test method 23 given in the Plastic Pipe Institute Handbook of Polyethylene Pipe Chapter 24 2. The test procedure for HDPE pipe consists of two steps: 1) the initial 25 expansion and 2) the test phase. During the expansion phase, sufficient 26 make-up water shall be added hourly for 3 hours to return to the test 27 pressure. The test phase shall not begin until the pipeline has been under 28 pressure for a minimum of 3 hours. Under no circumstances shall the 29 total time under test exceed eight (8) hours. If the test is not completed 30 due to leakage, equipment failure or any other reason, the test section 31 shall be permitted to "relax" for eight (8) hours prior to the next testing 32 sequence. 33 4. All pumps, gauges and measuring devices shall be furnished, installed 34 and operated by the Contractor and all such equipment and devices and 35 their installation shall be approved by the Owner's Engineer. The 36 pressure gauges or data recorders should be calibrated and sufficiently 37 sized to provide mid-range data, easy reading, interpretation, and 38 accuracy of resolution to +/-2.0 psi. The test pressure should be taken at 39 the position in the pipeline at the lowest point in elevation along the test 40 section's vertical pipeline profile. All pressure and leakage testing shall be 41 done in the presence of a representative of the Owner and Engineer. 42 5. If the Contractor elects to perform hydrostatic testing against valves in an 43 existing distribution system, he does so at his own risk and will bear the HIGH DENSITY POLYETHYLENE (HDPE) PIPE 15066-9 02/04/16 1 cost of any damages to the existing valve, piping system, private or public 2 property, or the new pipeline under test. 3 6. The Contractor may backfill fittings, valves and service connections prior 4 to testing at his own risk. Any section of piping system which fails to meet 5 the testing criteria will be excavated and repaired by the Contractor, 6 including restoration, at his own expense. 7 7. Test pressure shall be maintained by pumping for at least 2 hours and 8 until all sections under test have been checked for evidence of leakage. 9 Rate of loss shall not exceed that specified, in Table 1, "Allowance for 10 Expansion Under Pressure". Visible Teaks shall be corrected regardless of 11 total leakage shown by test. 12 HIGH DENSITY POLYETHYLENE (HDPE) PIPE 15066-10 02/04/16 1 A 1 2 3 4 5 6 7 8 9 10 11 12 13 Table 1: Allowance for Expansion Under Test Pressure* Allowance for Expansion (U.S. Gals/100 ft of pipe) Nominal Pipe Size, in. 1 -Hour Test 2 -Hour Test 3 -Hour Test 3 0.10 0.15 0.25 4 0.13 0.25 0.40 6 0.30 0.60 0.90 8 0.50 1.0 1.5 10 0.75 1,3 2.1 11 1.0 2.0 3.0 12 1.1 2.3 3.4 14 1.4 2.8 4.2 16 1.7 3.3 5.0 18 2.2 4.3 6.5 20 2.8 5.5 8.0 22 3.5 7.0 10.5 24 4.5 8.9 13.3 28 5.5 11.1 16.8 32 7.0 14.3 21.5 36 9.0 18.0 27.0 40 11.0 22.0 33.0 48 15.0 27.0 43.0 54 22.0 35.0 55.0 *These allowances only apply to the test period and not to the initial expansion phase. END OF SECTION HIGH DENSITY POLYETHYLENE (HDPE) PIPE 15066-11 02/04/16 1 THIS PAGE INTENTIONALLY LEFT BLANK HIGH DENSITY POLYETHYLENE (HDPE) PIPE 15066-12 02/04/16 1 1 1 1 1 SECTION 15100 2 3 VALVES AND APPURTENANCES 4 5 6 PART 1 — GENERAL 7 8 1.01 SCOPE OF WORK 9 10 A. Furnish all labor, materials, equipment and incidentals required and complete 11 and ready for operation all valves and appurtenances shown on the Drawings 12 and as specified herein. 13 14 B. All valves and appurtenances shall be of the size shown on the Drawings. 15 Insofar as possible, all equipment of the same type shall be from one 16 manufacturer. 17 18 C. All valves and appurtenances shall have the name of the maker and the 19 pressure for which they are designed cast in raised letters some appropriate 20 part of the body. 21 22 D. The equipment shall include, but not be limited to, the following: 23 24 1. Ball valves 25 2. Air release valves 26 3. Valve tags 27 4. Tapping sleeves 28 5. Line stop sleeves 29 30 1.02 DESCRIPTION OF SYSTEMS 31 32 A. All of the equipment and materials specified herein are intended to be 33 standard for use in chlorinated potable water, reclaimed water or wastewater. 34 35 B. Valves and appurtenances for use with potable water shall be NSF -61 36 certified. 37 38 C. All buried valves shall have polyethylene encasement. 39 40 1.03 QUALIFICATIONS 41 42 All of the types of valves and appurtenances shall be products of well established 43 firms, who are fully experienced, reputable and qualified in the manufacture of the 44 particular equipment to be furnished. The equipment shall be designed, 45 constructed and installed in accordance with the best practices and methods and 46 shall comply with these Specifications, as applicable. 47 VALVES AND APPURTANCES 15100-1 01/22/16 1 1.04 SUBMITTALS 2 3 Complete shop drawings of all valves and appurtenances shall be submitted to the 4 Engineer for review, in accordance with the requirements of Section 01340. 5 6 1.05 TOOLS 7 8 Special tools, if required for normal operation and maintenance, shall be supplied 9 with the equipment. 10 11 1.06 VALVE INDICES 12 13 The Contractor shall be responsible for furnishing tags for all valves required on the 14 work and installing the tags required for his own work. Tags on above ground 15 valves shall be noncorrosive metal or plastic, 2 inches in diameter, 19 gauge thick. 16 Tags for buried valves shall be secured to a concrete base as shown on the 17 Drawings. Submit to the Engineer for approval, two (2) samples of each type of tag 18 proposed and manufacturer's standard color chart and letter styles. Tags shall have 19 stamped on them the information shown on the Drawings and the data described 20 herein 21 22 PART 2 — PRODUCTS 23 24 2.01 BALL VALVES 25 26 A. Stainless steel ball valves shall be of 2 -piece (1" and smaller) or 3 -piece (1- 27 1/2" and larger) construction. Valves shall be rated for 150 psi saturated 28 steam pressure and 400 psi WOG pressure. Valves shall have stainless steel 29 body, stainless steel ball, replaceable Teflon or TFE seats and seals, blowout 30 proof stem and vinyl covered steel handle. All end connections shall be 31 threaded. 32 33 B. All valves shall be mounted in such a position that valve position indicators are 34 plainly visible when standing on the floor. 35 36 C. Valves shall be manufactured by Jamesbury or equal. 37 38 2.02 COMBINATION AIR AND VACUUM VALVES 39 40 A. Combination Air Valves shall conform to the following: Automatic Air and 41 Vacuum Valves shall be infinitely variable automatic air and vacuum valves 42 designed to allow escape of air for a operating range starting from pressure 43 range: 0,0 through 250 psi (0 —17,2 bar ), close watertight when liquid enters 44 the valve even when the fluid is rising without pressure (no minimum operating 45 pressure required), allow air to enter in the event of a vacuum, and soft 46 working behavior as water hammer inhibition realized by roll-on diaphragm and 47 spring mechanism. When the sealing device of the valve is closed an air VALVES AND APPURTANCES 15100-2 01/22/16 1 1 1 1 1 1 1 1 cushion is trapped between the fluid and sealing area, a mud deflector made 2 of PE allows no contact between fluid and sealing area. The Sch 80 threaded 3 nipple, valve body and spindle spring shall be stainless steel, grade 316Ti, 4 designed to facilitate disassembly for cleaning and maintenance. The float 5 shall be Delrin (POM); the valve seat and all working parts shall be of 6 corrosion -resistant materials. Valves shall be equipped with the necessary 7 attachments, including ball valve and camlock fitting to permit back flushing 8 after installation without dismantling the valve. Valves shall be recommended 9 by the manufacturer for wastewater service. Air and vacuum valves shall be H- 10 Tec as manufactured by Hawle. No equals shall be accepted. 11 12 2.03 VALVE TAGS 13 14 A. Valve Identification Disk: Solid cast bronze, three (3) inch diameter with 15 integral anchor pin for embedment in concrete. Anchor shall be suitable for 16 securing to a concrete base in theft or tamper proof manner. Surface of disk 17 shall be engraved with 1/4" to 3/8" capital letters and numbers, approximately 18 0.015 inch depth, as shown in City of Clearwater detail drawing. Surface shall 19 be ground smooth and epoxy -coated to prevent tarnishing. 20 21 2.04 TAPPING SLEEVES 22 23 A. Tapping sleeves shall be constructed of (316) stainless steel. All tapping 24 sleeves shall be suitable for tapping cast iron pipe, ductile iron pipe, C-905 25 PVC pipe, asbestos cement pipe and all pipe manufactured in accordance 26 with ANSI A21 Standard. 27 28 B. All tapping sleeves shall be split sleeve design with one half containing the 29 outlet half of the sleeve, the hub, and the other half completing the 30 encompassing effect of the sleeve, the back. A 3/4 -inch NPT test plug shall 31 be provided on the outlet throat of the sleeve for pressure testing the sealed 32 sleeve at 150 psi prior to tapping the pipe. All tapping sleeves shall allow a 33 full size cutting head to pass through the outlet of the hub. All bolts joining the 34 two halves of the sleeve shall be type (316) stainless steel in accordance with 35 ASTM A193 and A194, latest edition. 36 37 C. Tapping sleeves shall seal to the pipe by the use of a confined "0" ring gasket 38 around the tap opening between the sleeve and pipe or by a full 39 circumferential gasket between the sleeve and pipe. 40 41 D. Welds shall be fully passivated for corrosion resistance. 42 43 E. Mechanical joint tapping sleeves shall, after bolting the halves together, form 44 a mechanical joint at each end of the sleeve. The sleeve shall then be sealed 45 to the pipe by assembling the mechanical joint using split gaskets and 46 follower glands. 47 VALVES AND APPURTANCES 15100-3 01/22/16 1 F. All tapping sleeves shall be PowerSeal Pipeline Products Corporation model 2 3490MJSS-316, JCM model 6439MJSS-316, or approved equal. 3 4 2.05 LINE STOP SLEEVES 5 6 A. Line stop sleeves shall be constructed of stainless steel with stainless steel 7 outlet and stainless steel flange. All tapping sleeves shall be suitable for 8 tapping cast iron pipe, ductile iron pipe, C-905 PVC pipe, asbestos cement 9 pipe and all pipe manufactured in accordance with ANSI A21 Standard. 10 11 B. All line stop sleeves shall be split sleeve design with one half containing the 12 outlet half of the sleeve, the hub, and the other half completing the 13 encompassing effect of the sleeve, the back. A NPT test plug shall be 14 provided on the outlet throat of the sleeve for pressure testing the sealed 15 sleeve at 150 psi prior to tapping the pressurized line. This includes the 16 sleeve to pipe seal and the completion plug seal. All line stop sleeves shall 17 allow a full size cutting head to pass through the outlet of the hub. All bolts 18 joining the two halves of the sleeve shall be stainless steel in accordance with 19 ASTM A193 and A194, latest edition. 20 21 C. Line Stop sleeves shall seal to the pipe by the use of a confined "0" ring 22 gasket around the tap opening between the sleeve and pipe or by a full 23 circumferential gasket between the sleeve and pipe. 24 25 D. Line Stop Sleeves shall be furnished and installed at locations shown on the 26 drawings. Contractor shall expose the existing pipeline and determine the 27 outside diameter of the existing main prior to ordering the line stop sleeve. 28 29 E. All line stop sleeves shall be JCM model 440MJSS, or approved equal. 30 31 PART 3 — EXECUTION 32 33 3.01 INSTALLATION 34 35 A. All valves and appurtenances shall be installed in the locations shown, true to 36 alignment and rigidly supported. Any damage to the above items shall be 37 repaired to the satisfaction of the Engineer before they are installed. 38 39 B. Valves above grade or in vaults 40 41 1. Position valve with the actuator in the position indicated by the 42 drawings; or positioned to be accessible from the floor, vault access, or 43 cabinet opening. Valve position indicators shall be plainly visible when 44 standing on the floor or ground surface. 45 46 C. Install all floor boxes, brackets, extension rods, guides, the various types of 47 operators and appurtenances as shown on the Drawings that are in masonry VALVES AND APPURTANCES 15100-4 01/22/16 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 floors or walls, and install concrete inserts for hangers and supports as soon 2 as forms are erected and before concrete is poured. Before setting these 3 items, the Contractor shall check all plans and figures which have a direct 4 bearing on their location and he shall be responsible for the proper location of 5 these valves and appurtenances during the construction of the structures. 6 7 3.02 LINE STOP GENERAL PROCEDURES 8 9 A. Follow the procedure outlined within the accepted submittal for a respective 10 location. The following is intended as a general procedure for performing a line 11 stop procedure. 12 13 B. All existing piping requiring a new connection shall be restrained prior to the 14 connection being made. Install mechanical restraint devices on the existing 15 Pipelines. 16 17 C. Support the pipeline in a manner that will not damage the pipe. 18 19 D. Excavate around the pipe at the proposed line stop. Limit excavation to area 20 immediately beyond the limits of the line stop sleeve. Clean the existing 21 pipeline and smooth any roughness that may inhibit sealing with the line stop 22 sleeve. 23 24 E. Install the line stop sleeve. 25 26 F. Tap pipeline, remove coupon, close tapping valve and remove tapping 27 machine. 28 29 G. Attach the line stop valve, connect the bypass or new pipeline, and close the 30 line stopping valve. 31 32 H. Construct the new in-line isolation valve, cap or appurtenance as illustrated 33 within the Drawings. 34 35 I. Repair damage that occurs due to the Contractor's, or Subcontractor's, work at 36 the Contractor's, or Subcontractor's expense. 37 38 J. Remove the line stop and install a blind flange on the line stop sleeve. 39 40 3.03 INSPECTION AND TESTING 41 42 A. Valve and service components shall be inspected for damage and shall be 43 repaired to the satisfaction of the Engineer before they are installed. 44 45 B. Completed pipe, valves and service lines shall be subjected to a hydrostatic 46 pressure and leakage test in accordance with technical specification Section 47 01410. All Teaks shall be repaired and lines retested. Prior to testing, the VALVES AND APPURTANCES 15100-5 01/22/16 1 pipelines shall be restrained to prevent movement during tests. If any joint, 2 connection, or device proves to be defective, it shall be repaired or replaced to 3 the satisfaction of the Engineer. 4 5 6 END OF SECTION 7 VALVES AND APPURTANCES 15100-6 01/22/16 APPENDIX — Owner Direct Purchase (ODP) Documents AND OTHER PROJECT DOCUMENTATION APPENDIX OWNER DIRECT PURCHASE (ODP) DOCUMENTS AND OTHER PROJECT DOCUMENTATION PROJECT PERMITS Florida Department of Environmental Protection - General Permit for Construction of a Domestic Wastewater Collection/Transmission System Permit Florida Department of Environmental Protection — General Permit for Construction of a Potable Water System Permit Florida Department of Environmental Protection — State Wide Environmental Resource Individual Permit Florida Department of Transportation - Right of Way Permit Army Corps of Engineers - Nationwide 12 Permit GEOTECHNICAL SOIL REPORT Report of the Geotechnical Investigation by Driggers Engineering Services dated 07/07/15 APPENDIX 1 Updated 2/11/2016 THIS PAGE INTENTIONALLY LEFT BLANK Florida Department of Environmental Protection - General Permit for Construction of a Domestic Wastewater Collection/Transmission System Permit THIS PAGE INTENTIONALLY LEFT BLANK October 13, 2016 Florida Department of Environmental Protection Southwest District Office 13051 North Telecom Parkway Temple Terrace, FL 33637-0926 PERMITTEE: Robert Fahey, Utilities Engineering Manager City of Clearwater 100 South Myrtle Avenue Clearwater, FL 33756 robert. fahey(a,myclearwater. com PERMIT NUMBER: COUNTY: PROJECT NAME: WWTF NAME: FACILITY ID: Rick Scott Governor Carlos Lopez-Cantera Lt. Governor Jonathan P. Steverson Secretary CS52-32571-119-DWC/CM Pinellas Clearwater Memorial Causeway Subaqueous Pipelines Marshall Street WRF FL0021857 NOTICE OF PERMIT ISSUANCE Enclosed is Permit Number CS52-32571-119-DWC/CM to construct a domestic wastewater collection/transmission system, issued pursuant to 403.087(1), Florida Statutes. The Department's proposed agency action shall become final unless a timely petition for an administrative hearing is filed under Sections 120.569 and 120.57, Florida Statutes, within fourteen days of receipt of notice. The procedures for petitioning for a hearing are set forth below. A person whose substantial interests are affected by the Department's proposed permitting decision may petition for an administrative proceeding (hearing) under Sections 120.569 and 120.57, Florida Statutes. The petition must contain the information set forth below and must be filed (received by the Clerk) in the Office of General Counsel of the Department at 3900 Commonwealth Boulevard, Mail Station 35, Tallahassee, Florida 32399-3000. Under Rule 62-110.106(4), Florida Administrative Code, a person may request an extension of the time for filing a petition for an administrative hearing. The request must be filed (received by the Clerk) in the Office of General Counsel before the end of the time period for filing a petition for an administrative hearing. Petitions by the applicant or any of the persons listed below must be filed within fourteen days of receipt of this written notice. Petitions filed by any persons other than those entitled to written notice under Section 120.60(3), Florida Statutes, must be filed within fourteen days of publication of the notice or within fourteen days of receipt of the written notice, whichever occurs first. Section www. dep.state. f/, us Robert S. Fahey, Utilities Engineering Manager Page 2 October 13, 2016 120.60(3), Florida Statutes, however, also allows that any person who has asked the Department in writing for notice of agency action may file a petition within fourteen days of receipt of such notice, regardless of the date of publication. The petitioner shall mail a copy of the petition to the applicant at the address indicated above at the time of filing. The failure of any person to file a petition or request for extension of time within fourteen days of receipt of notice shall constitute a waiver of that person's right to request an administrative determination (hearing) under Sections 120.569 and 120.57, Florida Statutes. Any subsequent intervention (in a proceeding initiated by another party) will be only at the discretion of the presiding officer upon the filing of a motion in compliance with Rule 28-106.205, Florida Administrative Code. A petition that disputes the material facts on which the Department's action is based must contain the following information, as indicated in Rule 28-106.201, Florida Administrative Code: (a) The name and address of each agency affected, each agency's file or identification number, if known, and the county in which the project is located; (b) The name, address, any e-mail address, any facsimile number, and telephone number of the petitioner, if the petitioner is not represented by an attorney or a qualified representative; the name, address, and telephone number of the petitioner's representative, if any; which shall be the address for service purposes during the course of the proceeding; and an explanation of how the petitioner's substantial interests will be affected by the determination; (c) A statement of when and how the petitioner received notice of the Department's decision; (d) A statement of all disputed issues of material fact. If there are none, the petition must so indicate; (e) A concise statement of the ultimate facts alleged, including the specific facts the petitioner contends warrant reversal or modification of the Department's proposed action; (f) A statement of the specific rules or statutes the petitioner contends require reversal or modification of the Dept tuient's proposed action, including an explanation of how the alleged facts relate to the specific rules or statutes; and (g) A statement of the relief sought by the petitioner, stating precisely the action petitioner wishes the Department to take with respect to the Depaituuent's proposed action. Because the administrative hearing process is designed to formulate final agency action, the filing of a petition means that the Department's final action may be different from the position taken by it in this notice. Persons whose substantial interests will be affected by any such final decision of the Department have the right to petition to become a party to the proceeding, in accordance with the requirements set forth above. Mediation under Section 120.573, Florida Statutes, is not available for this proceeding. This permit action is final on the date filed with the Clerk of the Depai tiuent unless a petition (or request for extension of time) is filed in accordance with the above. Upon the timely filing of a petition (or request for an extension of time), this permit will not be effective until further order of the Depaitment. Any party to the permit has the right to seek judicial review of the permit action under Section 120.68, Florida Statutes, by the filing of a notice of appeal under Rules 9.110 and 9.190, Florida Rules of Appellate Procedure, with the Clerk of the Department in the Office of General Counsel, 3900 Commonwealth Boulevard, Mail Station 35, Tallahassee, Florida, 32399-3000, and by filing a copy Robert S. Fahey, Utilities Engineering Manager Page 3 October 13, 2016 of the notice of appeal accompanied by the applicable filing fees with the appropriate district court of appeal. The notice of appeal must be filed within 30 days from the date when this permit action is filed with the Clerk of the Department. Executed in Hillsborough County, Florida. STATE OF FLORIDA DEPARTMENT OF ENVIRONMENTAgg LOTECTION ae p a for Pamala Vazquez Program Administrator Permitting & Waste Cleanup Program Southwest District FILING AND ACKNOWLEDGMENT FILED, on this date, under Section 120.52, Florida Statues, with the designated deputy clerk, receipt of which is hereby acknowledged. CERTIFICATE OF SERVICE The undersigned hereby certifies that this NOTICE OF PERMIT ISSUANCE and all copies were mailed before the close of business on this date to the listed persons. October 13, 2016 [Clerk] [Date] Copies furnished to: Loc P. Truong, P.E., King Engineering Associates, Inc., ltruongAkingengineering.com Christopher B. High, King Engineering Associates, Inc., chigh(a,kingengineering.com SWD Clerical, SWD ClericalAdep.state.fl.us David Ayala, FDEP SWD, david.ayalaa,dep.state.fl.us Florida Department of Environmental Protection Southwest District Office 13051 North Telecom Parkway Temple Terrace, FL 33637-0926 STATE OF FLORIDA DOMESTIC WASTEWATER COLLECTION/TRANSMISSION PERMITTEE: Robert Fahey, Utilities Engineering Manager City of Clearwater 100 South Myrtle Avenue Clearwater, FL 33756 robert. fahey(aimyclearwater. com PERMIT NUMBER: ISSUE DATE: EXPIRATION DATE: COUNTY: PROJECT NAME: WWTF NAME: FACILITY ID: PROCESSOR: Rick Scott Governor Carlos Lopez-Cantera Lt. Governor Jonathan P. Steverson Secretary INDIVIDUAL PERMIT CS52-32571-119-DWC/CM October 13, 2016 October 12, 2021 Pinellas Clearwater Memorial Causeway Subaqueous Pipelines Marshall Street WRF FL0021857 David Ayala This permit is issued under the provisions of Chapter 403, Florida Statutes (F.S.), and Chapters 62-4 and 62-604, Florida Administrative Code (F.A.C.). The above named permittee is hereby authorized to construct the facilities shown on the application and other documents on file with the Department and made a part hereof and specifically described as follows: DESCRIPTION OF PROJECT: Construction of a domestic wastewater collection/transmission system to replace an existing 20 -inch force main. This project consists of 16 -inch, 20 -inch, and 24 -inch diameter force mains. LOCATION OF PROJECT: The domestic wastewater collection/transmission system is located in Section 03, Township 29, and Range 15 of Clearwater, Pinellas County, Florida. IN ACCORDANCE WITH: The limitations, requirements and other conditions set forth in pages 1 through 2 of this permit. www. dep.state. fl. us Robert S. Fahey, Utilities Engineering Manager Page 2 October 13, 2016 PERMIT CONDITIONS: 1. This permit is subject to the general conditions of Rule 62-4.160, F.A.C., as applicable. This rule is available at the Department's Internet site at: http://www.dep.state.fl.us/water/rulesprog.htm#ww [62-4.160] 2. Upon completion of construction of the collection/transmission system project, and before placing the facilities into operation for any purpose other than testing for leaks or testing equipment operation, the permittee shall submit to the Department's Southwest District Office Form 62-604.300(8)(b), Request for Approval to Place a Domestic Wastewater Collection/Transmission System into Operation. This form is available at the Department's Internet site at: http://www.dep.state.fl.us/water/wastewater/forms.htm [62-604.700(2)] 3. The new or modified collection/transmission facilities shall not be placed into service until the Department clears the project for use. [62-604.700(3)] 4. Permit revisions shall only be made in accordance with Rule 62-4.050(4)(s), F.A.C. Request for revisions shall be made to the Department in writing and shall include the appropriate fee. Revisions not covered under Rule 62-4.050(4)(s), F.A.C., shall require a new permit. [62-604.600(8)] 5. Abnormal events shall be reported to the Department's Southwest District Office in accordance with Rule 62-604.550, F.A.C. For unauthorized spills of wastewater in excess of 1000 gallons per incident, or where information indicates that public health or the environment may be endangered, oral reports shall be provided to the STATE WATCH OFFICE TOLL FREE NUMBER, (800) 320-0519, as soon as practical, but no later than 24 hours from the time the permittee or other designee becomes aware of the circumstances. Unauthorized releases or spills less than 1000 gallons per incident are to be reported orally to the Department's Southwest District Office within 24 hours from the time the permittee, or other designee becomes aware of the circumstances. [62-604.550] 6. This permit is for CONSTRUCTION ONLY of the collection/transmission system project. This permit does not authorize the connection of this collection/transmission system project to the designated wastewater treatment plant. This permit shall not be construed to infer that the clearance necessary for connection shall be granted. Any such clearance shall be granted only when reasonable assurance is given that adequate treatment and disposal is available in accordance with Department rules, regulations, and permits. Partial clearance may be granted, if required. [62-604.130(1) and 62- 604.600(7)] Executed in Hillsborough County, Florida. STATE OF FLORIDA DEPARTMENT OF ENVIRONMENTAL, PROTECTION { for Pamala Vazquez Program Administrator Permitting & Waste Cleanup Program Southwest District LOCATION OF PUBLIC WATER SYSTEM MAINS IN ACCORDANCE WITH F.A.C. RULE 62-555.314 Other Pipe Horizontal Separation Crossings (1) Joint Spacing Crossings (Full Joint Centered) Storm Sewer•. Stormwiter Force Main, Reclaimed Water (2) Vacuum Sanitary Sewer Gratin- or Pressure Sanitary Sewer. Sanitary Sewer Force Main, Reclaimed Water (4) IWater Man 10 ft_ preferred 3 ft. minimum Water Main 12 inches is the minimum except for storm sewer, then 6 inches is the minimum and 12 inches is preferred Water Main 12 inches preferred 6 inches minimum Lister Main 12 inches is the m+ninmm, except for gravity sewer. then 6 inches is the mirn:im na and 12 inches is preferred Alternate 3 ft. minimum 1 1 Wates Maier n ternare 6 ft. minimum On -Site Sewage Treatment & Disposal System (1) Water main should cross above other pipe. When water main must be below other pipe. the +mtnum separation (2) Reclaimed water regulated under Part 111 of Chapter 62-610. F.A.C. (3) 3 ft. for gravity sanitary sewer ubere the bottom of the water main is laid at least 6 inches ab (4) Reclaimed water not regulated under Part III of Chapter 62-610, F.A.C. 10 ft. nutumum Disclaimer -'Stas dream n prniird to gar camsaos a oats, chaser refs to FAC. RNM 61-50314 for 12 inches. e the top of the gravity sanitary sewer_ — — — — — — — — — — — — — — — — — — — Florida Department of Environmental Protection — General Permit for Construction of a Potable Water System Permit Florida Department of Environmental Protection Southwest District Office 13051 North Telecom Parkway Temple Terrace, Florida 33637-0926 Rick Scott Governor Carlos Lopez-Cantera Lt. Governor Jonathan P. Steverson Secretary Notification of Acceptance of Use of a General Permit PERMITTEE: Mr. Robert S. Fahey, P.E., Engineering Manager City of Clearwater 100 S Myrtle Avenue, Room 220 Clearwater, Florida 33756-5520 Robert. Fahey@myclearwater.com Permit Number: 125966-365-DSGP/02 Issue Date: October 13, 2016 Expiration Date: October 12, 2021 County: Pinellas Project Name: Clearwater Memorial Causeway Subaqueous Pipelines Water Supplier: City of Clearwater PWS ID: 652-0336 Dear Mr. Fahey: On October 11, 2016, the Florida Department of Environmental Protection received a "Notice of Intent to Use the General Permit for Construction of Water Main Extensions for PWSs" [DEP Form No. 62-555.900(7)1, under the provisions of Rule 62-4.530 and Chapter 62-555, Florida Administrative Code (F.A.C.). The proposed project includes the construction of a new 20 -inch diameter water main across the Intracoastal Waterway from the Memorial Causeway to Drew Street. Based upon the submitted Notice and accompanying documentation, this correspondence is being sent to advise that the Department does not object to the use of such general permit at this time. Please be advised that the permittee is required to abide by Rule 62-555.405, F.A.C., all applicable rules in Chapters 62-4, 62-550, 62-555, F.A.C., and the General Conditions for All General Drinking Water Permits (found in 62-4.540, F.A.C.). The permittee shall comply with all sampling requirements specific to this project. These requirements are attached for review and implementation. Pursuant to Rule 62-555.345, F.A.C., the permittee shall submit a certification of construction completion [DEP Form No. 62-555.900(9)] to the Department and obtain approval, or clearance, from the Department before placing any water main extension constructed under this general permit into operation for any purpose other than disinfection or testing for leaks. Within 30 days after the sale or legal transfer of ownership of the permitted project that has not been cleared for service in total by the Department, both the permittee and the proposed permittee shall sign and submit an application for transfer of the permit using Form 62- 555.900(8), F.A.C., with the appropriate fee. The permitted construction is not authorized past the 30 -day period unless the permit has been transferred. www, dep,state. fl. us Permittee: Mr. Robert S. Fahey - Engineering Manager Page 2 DEP File No.: 125966-365-DSGP/02 This permit will expire five years from the date of issuance. If the project has been started and not completed by that time, a new permit must be obtained before the expiration date in order to continue work on the project, per Rule 62-4.030, F.A.C. STATE OF FLORIDA DEPARTMENT OF ENVIRONMENTAL PROTECTION for Pamala Vazquez Program Administrator Permitting & Waste Cleanup Program Southwest District Enclosures: Clearance Requirements/Utilities Separation Requirements cc: Loc P. Truong, P.E., King Engineering Associates, Inc., LTruong(a,kingengineering.com Christopher B. High, EI, King Engineering Associates, Inc., CHighc2 kingengineering.com Larisa Orekhova, FDEP SWD, Larisa.Orekhova@dep.stste.fl.us SWD Clerical, SWD Clerical(a,,dep.state.fl.us Permittee: Mr. Robert S. Fahey - Engineering Manager Page 3 DEP File No.: 125966-365-DSGP/02 A Civil Penalty May Be Incurred if this project is placed into operation before obtaining a clearance from this office. Requirements for clearance upon completion of projects are as follows: 1) Clearance Form Submission of a fully completed Department of Environmental Protection (DEP) Form 62- 555.900(9) Certification of Construction Completion and Request for Clearance to Place Permitted PWS Components into Operation. 2) Record Drawings, if deviations were made Submission of the portion of record drawings showing deviations from the DEP construction permit, including preliminary design report or drawings and specifications, if there are any deviations from said permit (Note that it is necessary to submit a copy of only the portion of record drawings showing deviations and not a complete set of record drawings.). 3) Bacteriological Results Copies of satisfactory bacteriological analysis (a.k.a. Main Clearance), taken within sixty (60) days of completion of construction, from locations within the distribution system or water main extension to be cleared, in accordance with Rules 62-555.315(6), 62-555.340, and 62-555.330, F.A.C. and American Water Works Association (AWWA) Standard C 651-92, as follows: • Connection to an existing system • The end point of the proposed addition • Any water lines branching off a main extension • Every 1,200 feet on straight runs of pipe Each location shall be sampled on two consecutive days, at least 6 hours apart, with sample points and chlorine residual readings clearly indicated on the report. A sketch or description of all bacteriological sampling locations must also be provided. 11111 11111 111111 11111 1111111 11111 MI MB 111111 NIB 111111 11111 LOCATION OF PUBLIC WATER SYSTEM MAINS IN ACCORDANCE WITH F.A.C. RULE 62-555.314 Other Pipe Horizontal Separation Crossings (1) Joint Spacing Er, Crossings (Full Joint Centered) Storm Sewer, Stormwater Force Main, Reclaimed 'Water (2) Water Main 12 inches is the =mum= except for storm sewer, then 6 inches is the minimum and 12 inches is preferred Alternate 3 ft. minimum .1 1 Water Main L 1 11 Vacuum Sanitary' Sewer Gravity or Pressure Sanitary Sewer. Sanitary Sewer Force Alain, Reclaimed Water (4) water Main 10 ft preferred 3 ft. minimum 10 ft preferred 6 ft. minimum (3) Water Main 12 inches preferred 6 inches minimum Water Main 12 inches is the flmmfllufl except for gravity sewer. then 6 inches is the minimum and 12 inches is preferred Alternate 3 ft 4 r 11 1 11 11 1 Water Main Alternate 6 ft. minimum On -Site Sewage Treatment & Disposal System 10 ft. minimum (1) Water main should cross above other pipe. When water main must be below other pipe, the minimum separation is 12 inches. (2) Reclaimed water regulated under Part III of Chapter 62-610. F.A.C. (3) 3 ft. for gravity sanitary sewer where the bonorn of the water main is laid at least 6 inches above the top of the gravity sanitary sewer. (4) Reclaimed water not regulated under Part III of Chapter 62-610, F.A.C. Disrbizor tiotoosest is provided 1or row convool000r oaltr. Please rotor to F.A.C. Rale 61-555.1114 for sidirional reastroctios ropir THIS PAGE INTENTIONALLY LEFT BLANK Florida Department of Environmental Protection — State Wide Environmental Resource Individual Permit THIS PAGE INTENTIONALLY LEFT BLANK Florida Department of Environmental Protection Southwest District Office 13051 North Telecom Parkway Temple Terrace, FL 33637-0926 September 22, 2016 Robert Fahey City of Clearwater Utility Engineering Manager 100 S. Myrtle Ave., Suite 200 Clearwater, FL 33756 Robert.fahey@myclearwater.com File No.: 52 -0347018 -001 -EE, Pinellas County BOT File No.: 520240283 Easement No.: 41953 Dear: Mr. Fahey: Rick Scott Governor Carlos Lopez-Cantera Lt. Governor Jonathan P. Steverson Secretary On August 26, 2016, we received your application for an individual permit to perform the following activities: Replace an existing 20" force main (which will be abandoned in place by cutting, grouting, and capped), with approximately 2,300 linear feet of 24" HDPE force main and approximately 1,500 linear feet of 20" HDPE force main via Horizontal Directional Drill (HDD) within Clearwater Harbor a Class III Outstanding Florida Waterway and part of the Pinellas County Aquatic Preserve. The project also includes the installation of 800 feet of 20" ductile iron pipe via open trenching, which will be used to connect existing utilities to the new pipe segment. This installation via trenching shall be conducted within uplands at least 25 feet landward of jurisdictional wetlands. The project will begin at 868 Bayway Blvd, Clearwater, and terminate near 100 N. Osceola Ave, Clearwater, in Sections 16, 17, Township 29 South, Range 15 East, Pinellas County. Your application for an individual permit was processed as a request for verification of exemption pursuant under Section 373.406(6) of the Florida Statutes. Your request has been reviewed to determine whether it qualifies for (1) a regulatory exemption, (2) proprietary authorization (related to state-owned submerged lands), and (3) federal approval that may be necessary for work in wetlands or waters of the United States. Your project did not qualify for the proprietary and federal review portions of this verification request. Additional authorization must be obtained prior to commencement of the proposed activity. This letter does not relieve you from the responsibility of obtaining other federal, state, or local authorizations that may be required for the activity. Please refer to the specific section(s) dealing with that portion of the review for advice on how to proceed. www.dep.state.f1.us File Name: Clearwater Memorial Causeway Subaqueous Pipeline File No: 52 -0347018 -001 -EE Page 2 of 6 If you change the project from what you submitted, the authorization(s) granted may no longer be valid at the time of commencement of the project. Please contact us prior to beginning your project if you wish to make any changes. If you have any questions regarding this matter, please contact Kevin MacLachlan at the letterhead address or at 813-470-5747 or at kevin maclachlan@dep.state.fl.us. 1. Regulatory Review — VERIFIED Based on the information submitted, the Department has determined that the activity as proposed is exempt, under Section 373.406(6) of the Florida Statutes, from the need to obtain a regulatory permit under Part IV of Chapter 373 of the Florida Statutes. This determination is made because the activity, in consideration of its type, size, nature, location, use and operation, is expected to have only minimal or insignificant individual or cumulative adverse impacts on the water resources. This exemption verification is based on the information you provided the Department and the statutes and rules in effect when the information was submitted. This verification may not be valid if site conditions materially change, the project design is modified, or the statutes or rules governing the exempt activity are amended. In the event you need to re -verify the exempt status for the activity, a new request and verification fee will be required. Any substantial modifications to the project design should be submitted to the Department for review, as changes may result in a permit being required. In the event of a frac-out, the Standard Manatee Construction Conditions for In -water Work (2011) shall be followed for all in -water activity, and the Florida Fish and Wildlife Conservation Commission shall be notified of the event immediately at ImperiledSpeciesC myfwc.com, including the permit number, dates and status of the event. 2. Proprietary Review - DENIED The Department acts as staff to the Board of Trustees of the Internal Improvement Trust Fund (Board of Trustees) and issues certain authorizations for the use of sovereign submerged lands. The Department has the authority to review activities on sovereign submerged lands under Chapters 253 and 258 of the Florida Statutes, and Chapters 18-20, and 18-21, Florida Administrative Code, as applicable. The activity appears to be located on sovereign submerged lands owned by the Board of Trustees. The activity is not exempt from the need to obtain the applicable proprietary authorization. As staff to the Board of Trustees, the Department has reviewed the activity described above, and has determined that the activity requires a public easement for the use of sovereign submerged lands. you must make application to the Department for such authorization. Please contact Kevin MacLachlan at 813-470-5747 for additional information. 3. SPGP Review - NOT APPROVED Your proposed activity as outlined on your application and attached drawings does not qualify for Federal authorization pursuant to the State Programmatic General Permit and a separate permit or authorization may be required from the Corps. A copy of your application has been forwarded to the Corps for their review. The Corps will issue their File Name: Clearwater Memorial Causeway Subaqueous Pipeline File No: 52 -0347018 -001 -EE Page 3 of 6 authorization directly to you or contact you if additional information is needed. If you have not heard from the Corps within 30 days from the date your application was received at the local FDEP Office, contact the Corps at the Tampa Regulatory Field Office at (813) 769- 7073 for status and further information. Failure to obtain Corps authorization prior to construction could subject you to federal enforcement action by that agency. Authority for review - an agreement with the USACOE entitled "Coordination Agreement Between the U. S. Army Corps of Engineers (Jacksonville District) and the Florida Department of Environmental Protection, or Duly Authorized Designee, State Programmatic General Permit", Section 10 of the Rivers and Harbor Act of 1899, and Section 404 of the Clean Water Act. Additional Information Please retain this letter. The activities may be inspected by authorized state personnel in the future to ensure compliance with appropriate statutes and administrative codes. If the activities are not in compliance, you may be subject to penalties under Chapter 373, F.S., and Chapter 18- 14, F.A.C. NOTICE OF RIGHTS This action is final and effective on the date filed with the Clerk of the Department unless a petition for an administrative hearing is timely filed under Sections 120.569 and 120.57, F.S., before the deadline for filing a petition. On the filing of a timely and sufficient petition, this action will not be final and effective until further order of the Department. Because the administrative hearing process is designed to formulate final agency action, the filing of a petition means that the Department's final action may be different from the position taken by it in this notice. Petition for Administrative Hearing A person whose substantial interests are affected by the Department's action may petition for an administrative proceeding (hearing) under Sections 120.569 and 120.57, F.S. Pursuant to Rule 28-106.201, F.A.C., a petition for an administrative hearing must contain the following information: (a) The name and address of each agency affected and each agency's file or identification number, if known; (b) The name, address, any email address, any facsimile number, and telephone number of the petitioner; the name, address, and telephone number of the petitioner's representative, if any, which shall be the address for service purposes during the course of the proceeding; and an explanation of how the petitioner's substantial interests are or will be affected by the agency determination; (c) A statement of when and how the petitioner received notice of the agency decision; (d) A statement of all disputed issues of material fact. If there are none, the petition must so indicate; (e) A concise statement of the ultimate facts alleged, including the specific facts that the petitioner contends warrant reversal or modification of the agency's proposed action; (f) A statement of the specific rules or statutes that the petitioner contends require reversal or modification of the agency's proposed action, including an explanation of how the alleged facts relate to the specific rules or statutes; and (g) A statement of the relief sought by the petitioner, stating precisely the action that the petitioner wishes the agency to take with respect to the agency's proposed action. File Name: Clearwater Memorial Causeway Subaqueous Pipeline File No: 52 -0347018 -001 -EE Page 4 of 6 The petition must be filed (received by the Clerk) in the Office of General Counsel of the Department at 3900 Commonwealth Boulevard, Mail Station 35, Tallahassee, Florida 32399- 3000 or by email to Agency clerk�u,dep.state.fl.us. Also, a copy of the petition shall be mailed to the applicant at the address indicated above at the time of filing. Time Period for Filing a Petition In accordance with Rule 62-110.106(3), F.A.C., petitions for an administrative hearing by the applicant must be filed within 21 days of receipt of this written notice. Petitions filed by any persons other than the applicant, and other than those entitled to written notice under Section 120.60(3), F.S. must be filed within 21 days of publication of the notice or within 21 days of receipt of the written notice, whichever occurs first. Under Section 120.60(3), F.S., however, any person who has asked the Department for notice of agency action may file a petition within 21 days of receipt of such notice, regardless of the date of publication. The failure to file a petition within the appropriate time period shall constitute a waiver of that person's right to request an administrative determination (hearing) under Sections 120.569 and 120.57, F.S., or to intervene in this proceeding and participate as a party to it. Any subsequent intervention (in a proceeding initiated by another party) will be only at the discretion of the presiding officer upon the filing of a motion in compliance with Rule 28-106.205, F.A.C. Extension of Time Under Rule 62-110.106(4), F.A.C., a person whose substantial interests are affected by the Department's action may also request an extension of time to file a petition for an administrative hearing. The Department may, for good cause shown, grant the request for an extension of time. Requests for extension of time must be filed with the Office of General Counsel of the Department at 3900 Commonwealth Boulevard, Mail Station 35, Tallahassee, Florida 32399- 3000, before the applicable deadline for filing a petition for an administrative hearing. A timely request for extension of time shall toll the running of the time period for filing a petition until the request is acted upon. Mediation Mediation is not available in this proceeding. FLAWAC Review The applicant, or any party within the meaning of Section 373.114(1)(a) or 373.4275, F.S., may also seek appellate review of this order before the Land and Water Adjudicatory Commission under Section 373.114(1) or 373.4275, F.S. Requests for review before the Land and Water Adjudicatory Commission must be filed with the Secretary of the Commission and served on the Department within 20 days from the date when the order is filed with the Clerk of the Department. File Name: Clearwater Memorial Causeway Subaqueous Pipeline File No: 52 -0347018 -001 -EE Page 5 of 6 Judicial Review Any party to this action has the right to seek judicial review pursuant to Section 120.68, F.S., by filing a Notice of Appeal pursuant to Rules 9.110 and 9.190, Florida Rules of Appellate Procedure, with the Clerk of the Department in the Office of General Counsel, 3900 Commonwealth Boulevard, M.S. 35, Tallahassee, Florida 32399-3000; and by filing a copy of the Notice of Appeal accompanied by the applicable filing fees with the appropriate District Court of Appeal. The Notice of Appeal must be filed within 30 days from the date this action is filed with the Clerk of the Department. Executed in Hillsborough County, Florida Enclosures: 373.406(6), F.S. Attachments: Project drawings STATE OF FLORIDA DEPARTMENT OF ENVIRONMENTAL PROTECTION Sincerely, Mark Langford Environmental Consultant Permitting and Waste Cleanup Program Southwest District cc: Kevin MacLachlan, Environmental Specialist, kevin.maclachlan(aiidep.state.fl.us DEP Southwest, SW_ERPaden.state.fl.us DEP Southwest, SWD_Clerical(2 dep.state.fl.us U.S. Army Corps of Engineers, TampaReg(a,usace.army.mil Benjamin Ballard, King Engineering Assoc. Inc., bballardakingengineering.com State Lands, Kathy.Griffin(a�dep.state.fl.us File Name: Clearwater Memorial Causeway Subaqueous Pipeline File No: 52 -0347018 -001 -EE Page 6 of 6 CERTIFICATE OF SERVICE The undersigned duly designated deputy clerk hereby certifies that this document including all copies, was mailed before the close of business on September 22, 2016, to the above listed person(s). FILING AND ACKNOWLEDGMENT FILED, on this date, pursuant to Section 120.52(7), F.S., with the designated Department clerk, receipt of which is hereby acknowledged. F September 22, 2016 Clerk Date Section 373.406(6), F.S. 373.406 Exemptions. —The following exemptions shall apply: (6) Any district or the department may exempt from regulation under this part those activities that the district or department determines will have only minimal or insignificant individual or cumulative adverse impacts on the water resources of the district. The district and the department are authorized to determine, on a case-by-case basis, whether a specific actiyity comes within this exemption. Requests to qualify for this exemption shall be submitted in writing to the district or department, and such activities shall not be commenced without a written determination from the district or department confirming that the activity qualifies for the exemption. Florida Department of Transportation - Right of Way Permit RULE 14-46 STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION UTILITY PERMIT 710-010-85 UTILITIES OGC - 08/10 PERMIT NO.:2016-H-799-178 SECTION NO.: STATE ROAD 60 COUNTYPINELLAS FDOT construction is proposed or underway. ❑ Yes ❑x No Financial Project ID: Is this work related to an approved Utility Work Schedule? ❑ Yes ❑x No If yes, Document Number: PERMITTEE: City of Clearwater Utilities ADDRESS: 100 South Myrtle Ave. TELEPHONE NUMBER:(727) 562-4750 CIN/STATE/ZIP: Clearwater, FL 33756 The above PERMITTEE requests permission from the State of Florida Department of Transportation, hereinafter called the FDOT, to construct, operate and maintain the following:The purpose of this project is to construct a new 20 -inch water main across the Intracoastal Waterway from the Memorial Causeway ... (see cont. page) FROM: Memorial Causeway TO: Coachman Park Submitted for the PERMITTEE by: Name and Company (Typed or Printed Le Ibl 9 y) Contact Information Address/Telephone/E-Mail (if applicable) Signature Date KHANG NGUYEN 4921 Memorial Hwy. Tampa, FL 33634 KHANG NGUYEN (sig) 11/15/2016 1. The Permittee declares that prior to filing this application, the location of all existing utilities that it owns or has an interest in, both aerial and underground, are accurately shown on the plans and a letter of notification was mailed on 01/07/2015 • to the following utilities known to be involved or potentially impacted in the area of the proposed installation: Clearwater Traffic 2. The local Maintenance or Resident Engineer, hereafter referred to as the FDOT Engineer, shall be notified a minimum of forty eight (48) hours in advance prior to starting work and again immediately upon completion of work. The FDOT's Engineer is Brian Bennett located at 5211 Ulmerton Road, MS 7-1210 (Route 1) Clearwater, FL 33760 Telephone Number (727) 575-8302 The Permittee's employee responsible for MOT is Telephone Number (This name may be provided at the time of the forty eight (48) hour advance -notice prior to starting work). 3. All work, materials, and equipment shall be subject to inspection and approval by the FDOT Engineer. 4. All plans and installations shall conform to the requirements of the FDOT's UAM in effect as of the date this permit is approved by FDOT, and shall be made a part of this permit. This provision shall not limit the authority of the FDOT under Paragraph 8 of this Permit. 5. This Permittee shall commence actual construction in good faith within 60 days after issuance of permit, and shall be completed within 365 days after the permitted work has begun. If the beginning date is more than sixty (60) days from the date of permit approval, the Permittee must review the permit with the FDOT Engineer to make sure no changes have occurred to the Transportation Facility that would affect the permitted construction. 6. The construction and maintenance of such utility shall not interfere with the property and rights of a prior Permittee. 7. ft is expressly stipulated that this permit is a license for permissive use only and that the placing of utilities upon public property pursuant to this permit shall not operate to create or vest any property right in said holder, except as provided in executed subordination and Railroad Utility Agreements. 8. Pursuant to Section 337.403, Florida Statutes, any utility placed upon, under, over, or along any public road or publicly owned rail corridor that is found by FDOT to be unreasonably interfering in any way with the convenient, safe, or continuous use, or maintenance, improvement, extension, or expansion, of such public road or publicly owned rail corridor shall, upon thirty (30) days written notice to the utility or its agent by FDOT, be removed or relocated by such utility at its own expense except as provided in Section 337.403(1), Florida Statutes, and except for reimbursement rights set forth in previously executed subordination and Railroad Utility Agreements, and shall apply to all successors and assigns for the permitted facility. 9. It is agreed that in the event the relocation of said utilities are scheduled to be done simultaneously with the FDOT's construction work, the Permittee will coordinate with the FDOT before proceeding and shall cooperate with the FDOT's contractor to arrange the sequence of work so as not to delay the work of the FDOT's contractor, defend any legal claims of the FDOT's contractor due to delays caused by the Permittee's failure to comply with the approved schedule, and shall comply with all provisions of the law and the FDOT's current UAM. The Permittee shall not be responsible for delay beyond its control. 10. In the case of non-compliance with the FDOT's requirements in effect as of the date this permit is approved, this permit is void and the facility will have to be brought into compliance or removed from the R/W at no cost to the FDOT, except for reimbursement rights set forth in previously executed subordination and Railroad Utility Agreements. This provision shall not limit the authority of the FDOT under Paragraph 8 of this Permit. 11. It is understood and agreed that the rights and privileges herein set out are granted only to the extent of the State's right, title and interest in the land to be entered upon and used by the Permittee, and the Permittee will, at all times, and to the extent permitted by law, assume all risk of and indemnify, defend, and save harmless the State of Florida and the FDOT from and against any and all loss, damage, cost or expense arising in any manner on account of the exercise or attempted exercises by said Permittee of the aforesaid rights and privileges. 12. During construction, all safety regulations of the FDOT shall be observed and the Permittee must take measures, including placing and the display of safety devices that may be necessary in order to safely conduct the public through the project area in accordance with the Federal MUTCD, as amended by the UAM. 13. Should the Permittee be desirous of keeping its utilities in place and out of service, the Permittee, by execution of this permit acknowledges its present and continuing ownership of its utilities located between Memorial Causeway and Coachman Park within the FDOT's R/W as set forth above. Whenever the Permittee removes its facilities, it shall be at the Permittee's sole cost and, expense. The Permittee, at its sole expense, shall promptly remove said out of service utilities whenever the FDOT determines said removal is in the public interest. 14. In the event contaminated soil is encountered by the Permittee or anyone within the permitted construction limits, the Permittee shall immediately cease work and notify the FDOT. The FDOT shall notify the Permitee of any suspension or revocation of the permit to allow contamination assessment and remediation. Said suspension or revocation shall remain in effect until otherwise notified by FDOT 15. For any excavation, construction, maintenance, or support activities performed by or on behalf of the FDOT, within its R/W, the Permittee may be required by the FDOT or its agents to perform the following activities with respect to a Permittee's facilities: physically expose or direct exposure of underground facilities, provide any necessary support to facilities and/or cover, de -energize or alter aerial facilities as deemed necessary for protection and safety. Page 1 of 2 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 RULE 14-46 STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION UTILITY PERMIT 16. Pursuant to Section 337.401(2), Florida Statutes, the permit shall require the permit holder to be responsible for damage resulting from the issuance of the permit. The FDOT may initiate injunctive proceedings as provided in s.120.69 to enforce provisions of this subsection or any rule or order issued or entered into pursuant thereto. 17. Pursuant to Section 337.402, Florida Statutes, when any public road or publicly owned rail corridor is damaged or impaired in any way because of the installation, inspection, or repair of a utility located on such road or publicly owned rail corridor, the owner of the utility shall, at his or her own expense, restore the road or publicly owned rail corridor to its original condition before such damage. If the owner fails to make such restoration, the authority is authorized to do so and charge the cost thereof against the owner under the provisions of s.337.404. 18. The Permittee shall comply with all provisions of Chapter 556, Florida Statutes, Underground Facilities Damage Prevention and Safety Act. 19. Special FDOT instructions: 710-010-85 UTILITIES OGC - 08/10 All work and inspections must be scheduled with Broadspectrum Services prior to beginning work within the right of way. Please contact: BROADSPECTRUM SERVICES (727) 573-7672. Permittee shall notify TMC @ (813) 615-8657 of the exact time any ane closure begins and a second phone call when the lane closure is removed. t is understood and agreed that commencement by the Permittee is acknowledgment and acceptance of the binding nature of all the above listed permit conditions and special instructions. 20. By receipt of this permit, the Permittee acknowledges responsibility to comply with Section 119.07, Florida Statutes. 21. By the below signature, the Permittee hereby represents that no change to the FDOT's standard Utility Permit form, as incorporated by reference into Rule 14-46.001, for this Utility Permit has been made which has not been previously called to the attention of the FDOT (and signified to by checking the appropriate box below) by a separate attached written document showing all changes and the written and dated approval of the FDOT Engineer. Are there attachments reflecting change/s to the standard form? ONO I] YES If Yes, pages are attached. PERMITTEE City of Clearwater Utilities SIGNATURE City of Clearwater Utilities DATE: 11/15/2016 DATE: Name & Title of Authorized Permittee or Agent (Typed or Printed Legibly) APPROVED BY: Brian Bennett (sig) ISSUE DATE: 12/13/2016 District Maintenance Engineer or Designee UTILITY PERMIT FINAL INSPECTION CERTIFICATION DATE: DATE WORK STARTED: DATE WORK COMPLETED: INSPECTED BY: (Permittee or Agent) CHANGE APPROVED BY: N/A DATE: District Maintenance Engineer or Designee I the undersigned Permittee do hereby CERTIFY that the utility construction approved by the above numbered permit was inspected and installed in accordance with the approved plans made a part of this permit and in accordance with the FDOT's current UAM. All plan changes have been approved by the FDOT's Engineer and are attached to this permit. I also certify that the work area has been left in as good or better condition than when the work was begun. PERMITTEE:City of Clearwater Utilities SIGNATURE:City Of Clearwater Utilities DATE: Name & Title of Authorized Permittee or Agent (Typed or Printed Legibly) CC: District Permit Office Permittee Page 2 of 2 UTILITY PERMIT PERMIT NO.: 2016-H-799-178 Financial Project ID: COUNTY: SECTION NO.: STATE ROAD: Preferred Contact Address Telephone E -Mail LOC TRUONG 4921 Memorial Hwy. Suite 300 Tampa, FL 33634 (813) 880-8881 ext.1155 TRUONG@KINGENGINEERING.CON The above PERMITTEE requests permission from the State of Florida Department of Transportation, hereinafter called the FDOT, to construct, operate and maintain the following (continued): The purpose of this project is to construct a new 20 -inch water main across the Intracoastal Waterway from the Memorial Causeway to Drew Street; approximately 2,300 LF). The scope of the work includes the installation of 1,500 LF of 20 -inch water main via Horizontal Directional Drill under the Intracoastal Waterway from the Memorial Causeway to Coachman Park and 800 LF of 20 -inch water main via Open Cut along the Memorial Causeway adjacent to the Memorial Causeway Bridge. Location from/to: Utilities notified (continuation of provision 1): Clearwater Traffic (1/7/2015 12:00:00 AM), Church of Scientology (1/7/2015 12:00:00 AM), Brighthouse (1/7/2015 12:00:00 AM), Clearwater Gas (1/7/2015 12:00:00 AM), Duke Energy (1/7/2015 12:00:00 AM), Verizon (1/7/2015 12:00:00 AM), Wide Open West (1/7/2015 12:00:00 AM) Ownership of utilities located at (continuation of provision 13): Memorial Causeway Coachman Park Supporting documents attached: 2015-04-14_Duke Energy_UNLetter.pdf, 2015-04-14_Scientology Flag_UNLetter.pdf, 2015-04-14_Brighthouse UNLetter.pdf, 2015- 04-14_Clearwater Gas_UNLetter.pdf, 2015-04-14_Verizon_UNLetter.pdf, MOT Certificate Advanced (Refresher).pdf, 2015-04- 14_Clearwater Traffic_UNLetter.pdf, 2015-04-14_Knology_UNLetter.pdf, 2016-H-799-178 Plan Page Breakdown.docx, FDOT_Clearwater Memorial Causeway_Water Main_Revl .pdf, OSP 48 hour - Broad Spectrum Office.pdf continuation page 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Before work is to begin under this permit, the Permittee must change the status of the permit to "work initiated" on the One Stop Permitting website 48 hours in advance of beginning work. Upon completion of the construction performed under this permit, the Permittee shall notify the Department that construction is complete by changing the permit's status within the One Stop Permitting (OSP) Website from Work Initiated to Construction Complete, and the Permittee shall certify final inspections completed within OSP. https://gis.dot.state.fl.us/OneStopPermitting/Home All work and inspections must be scheduled with Broadspectrum Services prior to beginning work within the right of way. Please contact: BROADSPECTRUM SERVICES (727) 573-7672 Permittee shall notify TMC @ (813) 615-8657 of the exact time any lane closure begins and a second phone call when the lane closure is removed. I 1 RULE 14-46 STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION UTILITY PERMIT 710-010-85 UTILITIES OGC - 08/10 PERMIT NO.:2016-H-799-179 SECTION NO.: STATE ROAD 60 COUNTY PINELLAS FDOT construction is proposed or underway. 0 Yes ❑x No Financial Project ID: Is this work related to an approved Utility Work Schedule? 0 Yes ❑x No If yes, Document Number: PERMITTEE: City of Clearwater Utilities ADDRESS: 100 South Myrtle Ave. TELEPHONE NUMBER:(727) 562-4750 CITY/STATE/ZIP: Clearwater, FL 33756 The above PERMITTEE requests permission from the State of Florida Department of Transportation, hereinafter called the FDOT, to construct, operate and maintain the following:The purpose of this project is to construct a new 24 -inch force main across Clearwater Harbor from Bayway Blvd to SR 60 to ... (see cont. page) FROM: Bayway Blvd TO: SR 60 Submitted for the PERMITTEE by: Name and Company (Typed or Printed Legibly) Contact Information Address/Telephone/E-Mail (if applicable) Signature Date KHANG NGUYEN 4921 Memorial Hwy Tampa, FL 33634 KHANG NGUYEN (sig) 11/15/2016 1. The Permittee declares that prior to filing this application, the location of all existing utilities that it owns or has an interest in, both aerial and underground, are accurately shown on the plans and a letter of notification was mailed on 01/07/2015 to the following utilities known to be involved or potentially impacted in the area of the proposed installation: Clearwater Traffic 2. The local Maintenance or Resident Engineer, hereafter referred to as the FDOT Engineer, shall be notified a minimum of forty eight (48) hours in advance prior to starting work and again immediately upon completion of work. The FDOT's Engineer is Brian Bennett located at 5211 Ulmerton Road, MS 7-1210 (Route 1) Clearwater, FL 33760 , Telephone Number (727) 575-8302 The Permittee's employee responsible for MOT is Telephone Number starting work). 3. All work, materials, and equipment shall be subject to inspection and approval by the FDOT Engineer. 4. All plans and installations shall conform to the requirements of the FDOT's UAM in effect as of the date this permit is approved by FDOT, and shall be made a part of this permit. This provision shall not limit the authority of the FDOT under Paragraph 8 of this Permit. 5. This Permittee shall commence actual construction in good faith within 60 days after issuance of permit, and shall be completed within 365 days after the permitted work has begun. If the beginning date is more than sixty (60) days from the date of permit approval, the Permittee must review the permit with the FDOT Engineer to make sure no changes have occurred to the Transportation Facility that would affect the permitted construction. 6. The construction and maintenance of such utility shall not interfere with the property and rights of a prior Permittee. 7. It is expressly stipulated that this permit is a license for permissive use only and that the placing of utilities upon public property pursuant to this permit shall not operate to create or vest any property right in said holder, except as provided in executed subordination and Railroad Utility Agreements. 8. Pursuant to Section 337.403, Florida Statutes, any utility placed upon, under, over, or along any public road or publicly owned rail corridor that is found by FDOT to be unreasonably interfering in any way with the convenient, safe, or continuous use, or maintenance, improvement, extension, or expansion, of such public road or publicly owned rail corridor shall, upon thirty (30) days written notice to the utility or its agent by FDOT, be removed or relocated by such utility at its own expense except as provided in Section 337.403(1), Florida Statutes, and except for reimbursement rights set forth in previously executed subordination and Railroad Utility Agreements, and shall apply to all successors and assigns for the permitted facility. 9. It is agreed that in the event the relocation of said utilities are scheduled to be done simultaneously with the FDOT's construction work, the Permittee will coordinate with the FDOT before proceeding and shall cooperate with the FDOT's contractor to arrange the sequence of work so as not to delay the work of the FDOT's contractor, defend any legal claims of the FDOT's contractor due to delays caused by the Permittee's failure to comply with the approved schedule, and shall comply with all provisions of the law and the FDOT's current UAM. The Permittee shall not be responsible for delay beyond its control. 10. In the case of non-compliance with the FDOT's requirements in effect as of the date this permit is approved, this permit is void and the facility will have to be brought into compliance or removed from the RNV at no cost to the FDOT, except for reimbursement rights set forth in previously executed subordination and Railroad Utility Agreements. This provision shall not limit the authority of the FDOT under Paragraph 8 of this Permit. 11. It is understood and agreed that the rights and privileges herein set out are granted only to the extent of the State's right, title and interest in the land to be entered upon and used by the Permittee, and the Permittee will, at all times, and to the extent permitted by law, assume all risk of and indemnify, defend, and save harmless the State of Florida and the FDOT from and against any and all loss, damage, cost or expense arising in any manner on account of the exercise or attempted exercises by said Permittee of the aforesaid rights and privileges. 12. During construction, all safety regulations of the FDOT shall be observed and the Permittee must take measures, including placing and the display of safety devices that may be necessary in order to safely conduct the public through the project area in accordance with the Federal MUTCD, as amended by the UAM. 13. Should the Permittee be desirous of keeping its utilities in place and out of service, the Permittee, by execution of this permit acknowledges its present and continuing ownership of its utilities located between Bayway Blvd and SR 60 within the FDOT's R/W as set forth above. Whenever the Permittee removes its facilities, it shall be at the Permittee's sole cost and, expense. The Permittee, at its sole expense, shall promptly remove said out of service utilities whenever the FDOT determines said removal is in the public interest. 14. In the event contaminated soil is encountered by the Permittee or anyone within the permitted construction limits, the Permittee shall immediately cease work and notify the FDOT. The FDOT shall notify the Permitee of any suspension or revocation of the permit to allow contamination assessment and remediation. Said suspension or revocation shall remain in effect until otherwise notified by FDOT 15. For any excavation, construction, maintenance, or support activities performed by or on behalf of the FDOT, within its R/W, the Permittee may be required by the FDOT or its agents to perform the following activities with respect to a Permittee's facilities: physically expose or direct exposure of underground facilities, provide any necessary support to facilities and/or cover, de -energize or alter aerial facilities as deemed necessary for protection and safety. (This name may be provided at the time of the forty eight (48) hour advance -notice prior to Page 1 of 2 RULE 14-46 STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION UTILITY PERMIT 710-010-85 UTILITIES OOc - 08/10 16. Pursuant to Section 337.401(2), Florida Statutes, the permit shall require the permit holder to be responsible for damage resulting from the issuance of the permit. The FDOT may initiate injunctive proceedings as provided in s.120.69 to enforce provisions of this subsection or any rule or order issued or entered into pursuant thereto. 17. Pursuant to Section 337.402, Florida Statutes, when any public road or publicly owned rail corridor is damaged or impaired in any way because of the installation, inspection, or repair of a utility located on such road or publicly owned rail corridor, the owner of the utility shall, at his or her own expense, restore the road or publicly owned rail corridor to its original condition before such damage. If the owner fails to make such restoration, the authority is authorized to do so and charge the cost thereof against the owner under the provisions of s.337.404. 18. The Permittee shall comply with all provisions of Chapter 556, Florida Statutes, Underground Facilities Damage Prevention and Safety Act. 19. Special FDOT instructions: All work and inspections must be scheduled with Broadspectrum Services prior to beginning work within the right of way. Please contact: BROADSPECTRUM SERVICES (727) 573-7672. Permittee shall notify TMC @ (813) 615-8657 of the exact time any ane closure begins and a second phone call when the lane closure is removed. t is understood and agreed that commencement by the Permittee is acknowledgment and acceptance of the binding nature of all the above listed permit conditions and special instructions. 20. By receipt of this permit, the Permittee acknowledges responsibility to comply with Section 119.07, Florida Statutes. 21. By the below signature, the Permittee hereby represents that no change to the FDOT's standard Utility Permit form, as incorporated by reference into Rule 14-46.001, for this Utility Permit has been made which has not been previously called to the attention of the FDOT (and signified to by checking the appropriate box below) by a separate attached written document showing all changes and the written and dated approval of the FDOT Engineer. Are there attachments reflecting change/s to the standard form? IDNO ❑ YES If Yes, pages are attached. PERMITTEE City of Clearwater Utilities SIGNATURE City of Clearwater Utilities DATE: 11/15/2016 Name & Title of Authorized Permittee or Agent (Typed or Printed Legibly) APPROVED BY: Brian Bennett (sig) ISSUE DATE: 12/13/2016 District Maintenance Engineer or Designee UTILITY PERMIT FINAL INSPECTION CERTIFICATION DATE: DATE WORK STARTED: DATE WORK COMPLETED: INSPECTED BY: (Permittee or Agent) CHANGE APPROVED BY: N/A DATE: District Maintenance Engineer or Designee I the undersigned Permittee do hereby CERTIFY that the utility construction approved by the above numbered permit was inspected and installed in accordance with the approved plans made a part of this permit and in accordance with the FDOT's current UAM. All plan changes have been approved by the FDOT's Engineer and are attached to this permit. I also certify that the work area has been left in as good or better condition than when the work was begun. PERMITTEE:City Of Clearwater Utilities SIGNATURE:City Of Clearwater Utilities DATE: Name & Title of Authorized Permittee or Agent (Typed or Printed Legibly) CC: District Permit Office Permittee Page 2 of 2 1 1 1 1 1 1 1 1 UTILITY PERMIT PERMIT NO.: 2016-H-799-179 Financial Project ID: COUNTY: SECTION NO.: STATE ROAD: Preferred Contact Address Telephone E -Mail Loc Truong 4921 Memorial Hwy Suite 300 Tampa, FL 33634 (813) 880-8881 ext.1155 TRUONG@KINGENGINEERING.CON The above PERMITTEE requests permission from the State of Florida Department of Transportation, hereinafter called the FDOT, to construct, operate and maintain the following (continued): The purpose of this project is to construct a new 24 -inch force main across Clearwater Harbor from Bayway Blvd to SR 60 to replace the existing force main. The scope of the work includes the installation of 2,300 LF of 24 -inch force main via Horizontal Directional Drill under the Clearwater Harbor from Bayway Blvd. to SR 60 and abandoning the existing force main. Location from/to: Utilities notified (continuation of provision 1): Clearwater Traffic (1/7/2015 12:00:00 AM), Church of Scientology (1/7/2015 12:00:00 AM), Brighthouse (1/7/2015 12:00:00 AM), Clearwater Gas (1/7/2015 12:00:00 AM), Duke Energy (1/7/2015 12:00:00 AM), Verizon (1/7/2015 12:00:00 AM), Knology/WOW (1 /7/2015 12:00:00 AM) Ownership of utilities located at (continuation of provision 13): Bayway Blvd SR 60 Supporting documents attached: MOT Certificate Advanced (Refresher).pdf, 2015-04-14_Duke Energy_UNLetter.pdf, 2015-04-14_ClearwaterTraffic_UNLetter.pdf, 2015-04-14_Scientology Flag_UNLetter.pdf, 2015-04-14_Verizon_UNLetter.pdf, 2015-04-14_Clearwater Gas_UNLetter.pdf„2015-04- 14_Knology_UNLetter.pdf, FDOT_Clearwater Memorial Causeway_Force Main_Rev1.pdf, OSP 48 hour - Broad Spectrum Office.pdf, 2016-H-799-179 Plan Page Breakdown.docx continuation page Before work is to begin under this permit, the Permittee must change the status of the permit to "work initiated" on the One Stop Permitting website 48 hours in advance of beginning work. Upon completion of the construction performed under this permit, the Permittee shall notify the Department that construction is complete by changing the permit's status within the One Stop Permitting (OSP) Website from Work Initiated to Construction Complete, and the Permittee shall certify final inspections completed within OSP. https://gis.dot.state.fl.us/OneStopPermitting/Home All work and inspections must be scheduled with Broadspectrum Services prior to beginning work within the right of way. Please contact: BROADSPECTRUM SERVICES (727) 573-7672 Permittee shall notify TMC @ (813) 615-8657 of the exact time any lane closure begins and a second phone call when the lane closure is removed. 2016-H799-179 Plan Page Breakdown • COVER • G1.00, ABBREVIATIONS, LEGEND AND SHEET INDEX — Permitted By Others • G1.01, GENERAL NOTES (1) - FDOT 2016-H-799-179 • G1.02, GENERAL NOTES (2) — Permitted By Others • G1.03, REPORT OF SURVEY — Permitted By Others • G1.04, CONSTRUCTION POLLUTION PREVENTION PLAN — Permitted By Others • G1.05, SEA GRASS MAP — Permitted By Others • C1.00, OVERALL KEY MAP - FDOT 2016-H-799-179 • C1.00A, OVERALL PROPOSED PLAN - FDOT 2016-H-799-179 • C1.01, UTILITY PLAN (1) STA. 0+00 TO STA. 5+65 — Permitted By Others • C1.02, UTILITY PROFILE (1) STA. 0+00 TO STA. 5+65 — Permitted By Others • C1.03, UTILITY PLAN (2) STA. 5+65 TO STA. 11+35 — Permitted By Others • C1.04, UTILITY PROFILE (2) STA. 5+65 TO STA. 11+35 — Permitted By Others • C1.05, UTILITY PLAN (3) STA. 11+35 TO STA. 17+54 — Permitted By Others • C1.06, UTILITY PROFILE (3) STA. 11+35 TO STA. 17+54 — Permitted By Others • C1.07, UTILITY PLAN (4) STA. 17+54 TO STA. 23+74 - FDOT 2016-H-799-179 • C1.08, UTILITY PROFILE (4) STA. 17+54 TO STA. 23+74 - FDOT 2016-H-799-179 • C1.09, UTILITY PLAN (5) STA. 23+74 TO STA. 25+00 - FDOT 2016-H-799-179 • C1.10, UTILITY PROFILE (5) STA. 23+74 TO STA. 25+00 - FDOT 2016-H-799-179 • C1.19, UTILITY PLAN (10) - FDOT 2016-H-799-179 • D1.00, TREE PROTECTION AND EROSION CONTROL DETAILS — Permitted By Others • D1.01, EROSION CONTROL DETAILS — Permitted By Others • D1.02, MISCELLANEOUS PIPING DETAILS — Permitted By Others • D1.03, FLOWABLE FILL TRENCH & MISCELLANEOUS PIPING DETAILS — Permitted By Others • D1.04, MISCELLANEOUS DETAILS — Permitted By Others • TC1.00, MAINTENANCE OF TRAFFIC GENERAL NOTES - FDOT & 2016-H-799-179 • TC1.01, MAINTENANCE OF TRAFFIC AND CONSTRUCTION ACCESS PLAN WORKZONE #1 — FDOT 2016-H-799-179 • TC1.02, MAINTENANCE OF TRAFFIC AND CONSTRUCTION ACCESS PLAN WORKZONES #2 AND #3 — FDOT 2016-H-799-179 I THIS PAGE INTENTIONALLY LEFT BLANK Army Corps of Engineers - Nationwide 12 Permit REPLY TO ATTENTION OF Regulatory Division West Branch Tampa Permits Section SAJ-2016-03061 (GP-CSH) DEPARTMENT OF THE ARMY JACKSONVILLE DISTRICT CORPS OF ENGINEERS 10117 PRINCESS PALM AVE, SUITE 120 TAMPA, FLORIDA 33610-8302 City of Clearwater Attn: Robert Fahey 100 South Myrtle Avenue, Suite 220 Clearwater, Florida 33756 Robert. FahevCa myClearwater.com Dear Mr. Fahey: October 19, 2016 Your application for a Department of the Army permit received on August 26, 2016, has been assigned number SAJ-2016-03061. A review of the information and drawings provided shows the proposed work consists of the installation of two segments of subaqueous utility lines. The first segment will involve installation of 2,300 -linear -feet of 24 -inch DR -9 HDPE force main under Clearwater Harbor from Clearwater Beach (Bayway Boulevard) to the south side of Clearwater Memorial Causeway. Project Pipe Segment 2 will involve installation of 1,500 -linear - feet of 20 -inch DR -11 HDPE water main under the Gulf Intracoastal Waterway from the east end of Memorial Causeway to the City's Coachman Park. The utility line will be installed via horizontal directional drill to depths of -44 feet NAVD or -42.24 feet MLLW. The project is located under Clearwater Harbor and the Gulf Intracoastal Water, along SR 60 Memorial Causeway, in Section 03, Township 29 South, Range 15 East, Clearwater, Pinellas County, Florida. Your project, as depicted on the enclosed drawings, is authorized by Regional General Permit (GP) SAJ-14. This authorization is valid until December 20, 2018. Please access the Corps' Regulatory webpage to view the special and general conditions for SAJ-14, which apply specifically to this authorization. The website address is as follows: http://www.sai.usace.army.mil/Missions/Requlatory/SourceBook.aspx Please be aware this web address is case sensitive and should be entered as it appears above. Once there you will need to click on "General Permits." Then you can click on the specific SAJ permit. You must comply with all of the special and general conditions and any project -specific conditions of this authorization or you may be subject to enforcement action. The following project -specific conditions are included with this authorization: 1. Reporting Address: The Permittee shall submit all reports, documentation and correspondence required by the conditions of this permit to the following address: CESAJ-ComplvDocs(r�usace.army.mil. The Permittee shall reference this permit number, SAJ-2016-03061 (GP-CSH), on all submittals. -2- 2. Commencement Notification: At least two (2) weeks prior to the start of the authorized work, the permittee must notify the National Oceanic and Atmospheric Administration (NOAA) and the Corps in writing that the work is commencing; and again, upon completion of the work. The permittee shall notify the District Engineer in writing at the Reporting Address provided in Special Condition 1; and, the NOAA, either in mailed correspondence to Nautical Data Branch Office of Coast Survey N/CS26, 1315 East-West Highway, Silver Springs, MD 20910-3282 or by electronic mail correspondence, with scans of the requisite documents attached, through osc.ndb(a.noaa.gov. 3. As -Built with X -Y Coordinates: Within 60 days of completion of the authorized work, the Permittee shall submit a completed "As -Built Certification Form" (attached) and an as -built survey showing the horizontal and vertical location (X -Y -Z coordinates in NAD 83 and NAVD 88) of the object below the channel as it enters and exits the design edges of the authorized width of the channel, plus a minimum of 25 feet outside the channel edges. Post -construction notification shall also be sent to NOAA at osc.ndbna,noaa.gov. The drawings shall be signed and sealed by a surveyor licensed under Florida Statute 472 and include the following: a. A plan view drawing of the location of the authorized work footprint, as shown on the permit drawings, with transparent overlay of the work as constructed in the same scale as the permit drawings. The plan view drawing should show all "earth disturbance," including wetland impacts and water management structures. b. Listing of any deviations between the work authorized by this permit and the work as constructed. In the event the completed work deviates, in any manner, from the authorized work, describe on the As -Built Certification Form the deviations between the work authorized by this permit and the work as constructed. Clearly indicate on the as -built drawings any deviations that have been listed. Please note the depiction and/or description of any deviations on the drawings and/or As -Built Certification Form does not constitute approval of any deviations by the U.S. Army Corps of Engineers. c. Placement of the Department of the Army Permit number on all sheets submitted. 4. Erosion Control: Prior to the initiation of any work authorized by this permit, the Permittee shall install erosion control measures along the perimeter of all work areas to prevent the displacement of fill material outside the work area. Immediately after completion of the final grading of the land surface, all slopes, land surfaces, and filled areas shall be stabilized using sod, degradable mats, barriers, or a combination of similar stabilizing materials to prevent erosion. The erosion control measures shall remain in place and be maintained until all authorized work has been completed and the site has been stabilized. 5. Temporary Wetland Impacts: Within 30 days from the date of completing the authorized work the Permittee shall restore temporary wetland impacts to pre-existing contours, elevations, vegetation, habitat type, and hydrology. -3- 6. Fill Material: The Permittee shall use only clean fill material for this project. The fill material shall be free from items such as trash, debris, automotive parts, asphalt, construction materials, concrete block with exposed reinforcement bars, and soils contaminated with any toxic substance, in toxic amounts in accordance with Section 307 of the Clean Water Act. 7. Removal of Temporary Fills: Temporary fills must be removed in their entirety and the affected areas returned to pre -construction elevations. The affected areas must be revegtated, as appropriate. 8. Authorized Depth: All subaqueous utility and/or transmission lines authorized by this regional general permit must be installed a minimum of 14 feet below the authorized depth of any federally -maintained shallow draft navigation channel it crosses. The 14 -ft criterion applies to the entire authorized width of the channel, plus a minimum of 25 feet outside the channel edges to allow for maintenance of the side slopes. All subaqueous utility and/or transmission lines installed outside of the federal channel must be installed a minimum of 6 feet below the bottom contour of any water of the United States. 9. Frac-Out: In the event of a frac-out, the permittee shall notify the Corps within 48 hours of the incident. Notification shall include the time/location of the frac-out, an estimate of the area/volume of the discharge, and a description of impacts to aquatic resources, e.g., seagrass, mangrove, hard bottom. Additionally, the notification shall include measures being taken to contain the discharge and protect aquatic resources. Drilling mud (fluid) discharged as a result of the frac-out shall be removed from Corps jurisdictional waters and wetlands, and the area restored to pre -impact conditions to the extent determined to be practicable by the Corps. 10. Regulatory Agency Changes/Approvals: Should any other regulatory agency require and/or approve changes to the work authorized or obligated by this permit, the Permittee is advised a modification to this permit instrument is required prior to initiation of those changes. It is the Permittee's responsibility to request a modification of this permit from the Tampa Permits Section. The Corps reserves the right to fully evaluate, amend, and approve or deny the request for modification of this permit. 11. Assurance of Navigation and Maintenance: The Permittee understands and agrees that, if future operations by the United States require the removal, relocation, or other alteration, of the structures or work herein authorized, or if, in the opinion of the Secretary of the Army or his authorized representative, said structure or work shall cause unreasonable obstruction to the free navigation of the navigable waters, the Permittee will be required, upon due notice from the U.S. Army Corps of Engineers, to remove, relocate, or alter the structural work or obstructions caused thereby, without expense to the United States. No claim shall be made against the United States on account of any such removal or alteration. This authorization does not obviate the necessity to obtain any other Federal, State, or local permits, which may be required. Prior to the initiation of any construction, projects qualifying for this Regional General permit must qualify for an exemption under section 403.813(1), F.S. or 373.406, F.S., or otherwise be authorized by the applicable permit required under Part IV of Chapter 373, F.S., by the Department of Environmental Protection, a water management district -4 - under section 373.069, F.S., or a local government with delegated authority under section 373.441, F.S., and receive Water Quality Certification (WQC) and applicable Coastal Zone Consistency Concurrence (CZCC) or waiver thereto, as well as any authorizations required for the use of state-owned submerged lands under Chapter 253, F.S., and, as applicable, Chapter 258, F.S. You should check State -permitting requirements with the Florida Department of Environmental Protection or the appropriate water management district. This authorization does not include conditions that would prevent the `take' of a state -listed fish or wildlife species. These species are protected under sec. 379.411, Florida Statutes, and listed under Rule 68A-27, Florida Administrative Code. With regard to fish and wildlife species designated as species of special concern or threatened by the State of Florida, you are responsible for coordinating directly with the Florida Fish and Wildlife Conservation Commission (FWC). Permittees can visit the FWC license and permitting webpage (http://www.myfwc.com/license/wildlife/ ) for more information, including a list of those fish and wildlife species designated as species of special concern or threatened. The Florida Natural Areas Inventory (http://www.fnai.org/ ) also maintains updated lists, by county, of documented occurrences of those species. If you are unable to access the Internet or require a hardcopy of any of the conditions, limitations, or expiration date for the above referenced GP, please contact Caitlin Hoch by telephone at 813-769-7074 or electronic mail at Caitlin.S.Hoch(a�usace.armv.mil. Thank you for your cooperation with our permit program. The Corps Jacksonville District Regulatory Division is committed to improving service to our customers. We strive to perform our duty in a friendly and timely manner while working to preserve our environment. We invite you to visit http://corpsmapu.usace.army.mil/cm apex/f?p=regulatory survey and complete our automated Customer Service Survey. Your input is appreciated — favorable or otherwise. Again, please be aware this Internet address is case sensitive and should be entered as it appears above. Sincerely, Caitlin Hoch Project Manager Enclosures Copy/ies Furnished: Benjamin Ballard, King Engineering Associates, Inc. CESAJ-RD-PE AS -BUILT CERTIFICATION BY PROFESSIONAL ENGINEER Submit this form and one set of as -built engineering drawings to the U.S. Army Corps of Engineers, Enforcement Section at 20 Royal Palm Square Blvd, Suite 310, Fort Myers, Florida 33919; or by email to CESAJ-ComplyDocs(a�usace.armv.mil. Files over 10MB can be uploaded to our web application at https.//safe.amrdec.army.mil/safe. If you have questions regarding this requirement, please contact the Enforcement Branch at 904-232-3131. 1. Department of the Army Permit Number: SAJ-2016-03061 (SP-CSH) 2. Permittee Information: Name: Address: 3. Project Site Identification (physical location/address): 4. As -Built Certification: I hereby certify that the authorized work, including any mitigation required by Special Conditions to the permit, has been accomplished in accordance with the Department of the Army permit with any deviations noted below. This determination is based upon on-site observation, scheduled, and conducted by me or by a project representative under my direct supervision. I have enclosed one set of as -built engineering drawings. Signature of Engineer Name (Please type) (FL, PR, or VI) Reg. Number Company Name City (Affix Seal) State ZIP Date Telephone Number -2- Identify any deviations from the approved permit drawings and/or special conditions (attach additional pages if necessary): REPLY TO ATTENTION OF DEPARTMENT OF THE ARMY JACKSONVILLE DISTRICT CORPS OF ENGINEERS POST OFFICE BOX 4970 JACKSONVILLE, FLORIDA 32232-0019 Regulatory Division December 20, 2013 DEPARTMENT OF THE ARMY PERMIT REGIONAL GENERAL PERMIT SAJ-14 SAJ-2005-09981 SUBAQUEOUS UTILITY AND TRANSMISSION LINES IN FLORIDA Upon recommendation of the Chief of Engineers, pursuant to Section 10 of the Rivers and Harbors Act of 1899 (33 U.S.C. § 403) and Section 404 of the Clean Water Act (33 U.S.C. § 1344), general authority is given for activities required for the installation, construction, maintenance, replacement, and repair of subaqueous utility and transmission lines; and, the outfall and intake structures associated with utility lines in all waters of the United States in the • State of Florida (where the effluent from the outfall is authorized, conditionally authorized, or specifically exempted by, or otherwise in compliance with regulations issued under the National Pollutant Discharge Elimination System program (Section 402 of the Clean Water Act). Authority also is given for discharges associated with the construction, maintenance, replacement, and repair of substations; and, the access roads for the construction and maintenance of subaqueous utility and transmission lines in non -navigable waters of the United States in the State of Florida. A "utility/transmission line" is defined as any pipe or pipeline for the transportation of any gaseous, liquid, liquescent, or slurry substance, for any purpose, and any cable, line, wire or optical fiber for the transmission for any purpose of electrical energy, telephone, telegraph messages, digital signal, Internet, and radio or television communication. The SAJ-14 is subject to the following conditions: SPECIAL CONDITIONS: 1. The work herein authorized includes activities required for the installation, construction, maintenance, replacement, and repair of subaqueous utility and transmission lines, outfall and intake structures associated with the utility line, substations, and access roads for the construction and maintenance of same. 2. No work shall be performed until the applicant submits satisfactory plans for the proposed activity and receives written authorization from the District Engineer. 3. No work shall be authorized by SAJ-14 in waters of the United States within the following areas: a. Monroe County; b. Timucuan Ecological and Historical Preserve (Duval County); American crocodile (Crocodylus acutus) Critical Habitat, Biscayne Bay National Park Protection Zone (Miami -Dade County); the St. Lucie Impoundment (Martin County); and, areas identified in the Wild and Scenic Rivers Act (16 U.S.C. 1317, et seq.): the St. Mary's River, from its headwaters to its Regional General Permit — SAJ-14 confluence with the Bells River; the entire Wekiva River, including Wekiva Springs Run, Rock Springs Run, the entire Seminole Creek, and Black Water Creek from its outfall at Lake Norris to its confluence with the Wekiva River; the Loxahatchee River from Riverbend Park downstream to Jonathan Dickinson State Park; the Okeechobee Waterway between the St. Lucie Lock in Martin County and the W.P. Franklin Lock in Lee County; c. The following state parks: John Pennekamp Coral Reef State Park; Lignum Vitae Key State Botanical Site and Aquatic Preserve; Long Key State Park; Curry Hammock State Park; and Bahia Honda State Park; d. Guana Tolomato Matanzas National Estuarine Research Reserve (St. Johns and Flagler Counties); e. Within the coastal lakes, their outfalls, and/or the shore areas between the lakes and the Gulf of Mexico as depicted on the attached map (Figure 1); f. Lake Miccosukee near Monticello; g. Elkhorn coral (Acropora palmata), staghorn coral (Acropora cervicornis), Gulf sturgeon (Acipenser oxyrinchus desotoi) (marine and estuarine portions only), smalltooth sawfish (Pristis pectinata), North Atlantic right whale (Eubalaena glacialis), and Johnson's seagrass (Halophila johnsonii) critical habitat; or, h. Federally -maintained deep -draft navigation channels. 4. In accordance with Section 7 of the Endangered Species Act, projects proposed within the following areas cannot be authorized until consultation on the project has been re-initiated and concluded with the U.S. Fish and Wildlife Service and/or the National Marine Fisheries Service, as appropriate: a. within 1/2 mile of an active red -cockaded woodpecker (Picoides borealis) colony site; b. in the Atlantic Ocean or Gulf of Mexico or on or contiguous with the Atlantic Ocean or Gulf of Mexico beaches; c. within Gulf sturgeon designated critical riverine habitat under the jurisdictional responsibility of the U.S. Fish and Wildlife Service; d. within the Florida panther (Puma concolor coryi) consultation area (reference http://www.sajusace.army.mil/Missions/Regulatory/SourceBook.aspx); or, e. within the areas that are habitat for federally -listed and proposed for listing freshwater mussels, which are the Escambia River, Yellow River, Choctawhatchee River, Chipola River, Apalachicola River, Ochlockonee River, Santa Fe and New Rivers, and Econfina Creek (Florida panhandle) and their creeks and tributaries. 2 Regional General Permit — SAJ-14 5. Prior to verification of authorization, the dichotomous key titled, The Corps of Engineers, Jacksonville District, U.S. Fish and Wildlife Service, Jacksonville Ecological Services Field Office, and State of Florida Effect Determination Key for the Wood Stork in Central and North Peninsular Florida — September 2008; or, as appropriate, The Corps of Engineers, Jacksonville District, U.S. Fish and Wildlife Service, Jacksonville Ecological Services Field Office, and State of Florida Effect Determination Key for the Wood Stork in South Florida — January 2010 (reference http://www.saj.usace.army.mil/Missions/Regulatory/SourceBook.aspx), will be used to determine potential affects upon wood stork (Mycteria americana). Those projects determined to be a "may affect" to wood storks will not be authorized unless consistent with the Programmatic Consultation, or individual consultation on the project has been re-initiated and concluded with the U.S. Fish and Wildlife Service in accordance with the Endangered Species Act. Additionally, depending on the location of the project, some projects determined to be "may affect, not likely to adversely affect" will not be authorized until consultation on the project has been re-initiated and concluded. Note: This key may be subject to revision at any time. It is our intention that the most recent version of this technical tool will be utilized during the evaluation of the permit application. 6. Prior to verification of authorization, the dichotomous key titled, The Corps of Engineers, Jacksonville District, and the State of Florida Effect Determination Key for the Manatee in Florida, March 2011 (http://www.saj.usace.army.mil/Missions/Regulatory/SourceBook.aspx), will be used to determine potential impacts to manatee (Trichechus manatus). Those determined to be a "may affect" to the manatee will not be authorized unless consistent with the 2011 Manatee Programmatic Consultation or individual consultation on the project has been reinitiated and concluded with the U.S. Fish and Wildlife Service in accordance with the Endangered Species Act. Additionally, depending on the location of the project, some projects determined to be "may affect, not likely to adversely affect" will not be authorized until consultation on the project has been re-initiated and concluded. Note: The manatee key may be subject to revision at any time. It is our intention that the most recent version of this technical tool will be utilized during the evaluation of the permit application. 7. For projects in, over, and/or under waters accessible to manatees, the permittee will implement the Standard Manatee Conditions for In -Water Work, July 2011 (reference http://www. saj.usace.army.mil/Missions/Regulatory/SourceBook.aspx) and/or requirements as appropriate for the proposed activity. Note: These conditions may be subject to revision at any time. It is our intention that the most recent version of these conditions will be utilized during the evaluation of the permit application. 8. For projects in waters accessible to sea turtles, smalltooth sawfish, Gulf sturgeon, Atlantic sturgeon (Acipenser oxyrinchus), or shortnose sturgeon (Acipenser brevirostrum), the permittee will utilize the Sea Turtle and Smalltooth Sawfish Construction Conditions March 23, 2006 (reference http://www.saj.usace.army.mil/Missions/Regulatory/index.htm) and/or requirements, as appropriate for the proposed activity. Note: These conditions may be subject to revision at any time. It is our intention that the most recent version of these conditions will be utilized during the evaluation of the permit application. 3 1 Regional General Permit — SAJ-14 9. Prior to verification of authorization, the dichotomous key titled, Eastern Indigo Snake Programmatic Effect Determination Key — January 2012 (reference http://www.saj.usace.army.mil/Missions/Regulatory/SourceBook.aspx), will be used to determine potential affects upon eastern indigo snakes (Drymarchon corais couperi). Those projects determined to be a "may affect" to eastern indigo snakes will not be authorized unless consistent with the Programmatic Consultation or individual consultation on the project has been re-initiated and concluded with the U.S. Fish and Wildlife Service in accordance with the Endangered Species Act. Additionally, depending on the location of the project, some projects determined to be "may affect, not likely to adversely affect" will not be authorized until consultation on the project has been re-initiated and concluded. Note: This key may be subject to revision at any time. It is our intention that the most recent version of this technical tool will be utilized during the evaluation of the permit application. To ensure minimal impacts to eastern indigo snakes, for all projects proposed in eastern indigo snake habitat, the permittee shall implement the U.S. Fish and Wildlife Service's Standard Protection Measures for the Eastern Indigo Snake (reference http://www. saj.usace.army.mil/Missions/Regulatory/SourceBook.aspx). 10. Where a project is proposed in a county where any of the following species has been recorded, no authorization under SAJ-14 shall be given for any project until the applicant surveys the project site (project footprint and immediate adjacent areas which could be subject to indirect effects of the action such as project disturbance, habitat modification or loss, migration barrier, etc.) for their presence: (1) sand skink (Neoseps reynoldsi), bluetail mole skink (Eumeces egregius lividus), flatwoods salamander (Ambystoma sp.); Everglades snail kite (Rostrhamus sociabilis plumbeus), Florida scrub jay (Aphelocoma coerulescens), Florida grasshopper sparrow (Ammodramus savannarum floridanus), Audubon's crested caracara (Polyborus plancus audubonii), Cape Sable seaside sparrow (Ammodramus (=Ammospiza) maritimus mirabilis), Highlands tiger beetle (Cicindela highlandensis), Miami blue butterfly (Cyclargus thomasi bethunebakeri), Schaus swallowtail butterfly (Heraclides aristodemus ponceanus); and, (2) any federally -listed plant species. The counties where these species are likely to be found are presented in Tables 1 and 2 (attached). If any of these species are found within the project site, no activities will be authorized until consultation on the project has been concluded with the U.S. Fish and Wildlife Service in accordance with the Endangered Species Act. Note: Even though Tables 1 and 2 are somewhat outdated they represent the most comprehensive species lists the Corps is able to obtain. For questions on any other species not on these Tables, please contact the U.S. Fish and Wildlife Service office, which has responsibility for the geographic area in which the project is proposed. 11. This permit has undergone consultation with the U.S. Fish and Wildlife Service and the National Marine Fisheries Service on the listed species and any designated critical habitat noted on Table 3 (attached). If the proposed activity requires additional Section 7 consultation under the Endangered Species Act with the U.S. Fish and Wildlife Service and/or National Marine Fisheries Service on: 1) these or any other federally -listed threatened or endangered species or a species proposed for such designation; or, 2) designated critical habitat for these or any other federally -listed threatened or endangered species or habitat proposed to be designated as critical habitat for any federally -listed threatened or endangered species or proposed threatened or endangered species, until consultation is re-initiated and concluded, the proposed activity cannot be authorized under SAJ-14. 4 Regional General Permit — SAJ-14 12. No work shall be authorized by SAJ-14 which may have direct or indirect adverse impacts to essential fish habitat such as but not limited to hard or soft corals, including listed corals, mangroves, estuarine emergent vegetation, marine emergent vegetation, and/or the following species of submerged aquatic vegetation: shoal grass (Halodule wrightii), paddle grass (Halophila decipiens), star grass (Halophila engelmanni), Johnson's seagrass (Halophila johnsonii), sago pondweed (Potamogeton pectinatus), clasping -leaved pondweed (Potamogeton perfoliatus), widgeon grass (Ruppia maritima), manatee grass (Syringodium filiforme), turtle grass (Thalassia testudinum), tapegrass (Vallisneria americana), horned pondweed (Zannichellia palustris), and eel grass (Zostera marina). Indirect effects include secondary and cumulative effects. In addition, the project cannot have adverse effects on any other essential fish habitat. 13. No utility and/or transmission lines will be embedded in the bottom of State Class I or Class II waters or aquatic preserves. 14. The discharge of dredged or fill material is authorized by this regional general permit for the installation, construction, maintenance, replacement, and/or repair of: a. Subaqueous utility and transmission lines and outfall and intake structures associated with utility lines in all waters of the United States, excluding those areas listed in Special Condition 3 above, provided the discharge does not result in the permanent loss of greater than 1 acre of waters of the United States per 2 -mile segment within waters of the United States. Note: Waters of the United States temporarily affected by filling, flooding, excavation, or drainage, where the project area is restored to preconstruction contours and elevation, are not included in the calculation of permanent loss of waters of the United States. This includes temporary construction mats (e.g., timber, steel, geotextile) used during construction and removed upon completion of the work. Where certain functions and values of waters of the United States are permanently adversely affected (e.g., the conversion of a forested wetland to an herbaceous wetland) mitigation will be required to reduce the adverse effects of the project to the minimal level. b. Substations in non -tidal waters of the United States, excluding areas listed in Special Condition 3 above and all non -tidal wetlands adjacent to tidal waters, providing the discharge does not cause the permanent loss of greater than '/2 acre of non -tidal waters of the United States. c. Access roads in non -tidal waters of the United States, excluding areas listed in Special Condition 3 above and all non -tidal wetlands adjacent to tidal waters, for the construction and maintenance of subaqueous utility transmission lines and substations, provided the discharge does not result in the permanent loss of greater than 1 acre of waters of the United States per 2 - mile segment within waters of the United States. Note: Access roads shall be the minimum width necessary. Access roads constructed under this permit shall be made of pervious materials such as sand, gravel, limestone, etc. Access roads must be constructed so that the length of the road minimizes the adverse effects on waters of the United States and as near as possible to preconstruction contours and elevations (e.g., at grade corduroy roads or geotextile/gravel roads). Access roads constructed above preconstruction contours and elevations in waters of the United States must be properly bridged or culverted to maintain surface flows. Access roads 5 Regional General Permit — SAJ-14 used solely for construction of the overhead power line must be removed upon completion of the work and the area restored to preconstruction contours, elevations, and wetland conditions. 15. No work shall be performed until after the permittee provides notification to the owner(s) or operator(s) of any marked utilities in the work area, unless the permittee is the same entity as the owner(s) or operator(s). 16. Directional boring vaults, junction boxes, and/or pads will not be constructed within 50 feet of the top of the bank of waterways (rivers/streams). Horizontal directional drilling pilot, entrance, and exit holes must be the minimum diameter necessary; and, must be set back from the waterway (river/stream) bank by a minimum of 50 feet. Excavated materials and drilling mud must be stockpiled on non -wetland areas, where available. Appropriate fabric must be placed beneath all materials stockpiled in wetlands. 17. Except as noted in Special Conditions 18 and 19, below, all subaqueous utility and/or transmission lines authorized by this regional general permit must be installed a minimum of 6 feet below the bottom contour of any other water of the United States. The 6 -foot criterion applies to the entire authorized width of the crossing, plus a minimum of 10 feet on each side of the crossing. 18. In all Florida counties, all subaqueous utility and/or transmission lines authorized by this regional general permit must be installed a minimum of 14 feet below the authorized depth of any federally -maintained shallow -draft navigation channel it crosses. The 14 -foot criterion applies to the entire authorized width of the channel, plus a minimum of 25 feet outside the channel edges to allow for maintenance of the side slopes. Any activity within Federal rights-of- way shall require the permittee to enter into a consent -to -easement with the Real Estate Division, U.S. Army Corps of Engineers, Jacksonville or Mobile District, as appropriate, prior to the commencement of any construction activity. 19. All subaqueous transmission lines crossing over, under, or in flood control channels/canals in Federal projects (either federally or locally maintained) which are installed with horizontal direction drilling (HDD) shall ensure the top of the HDD boring is a minimum of 10 feet beneath the bottom of the channel plus a minimum 25 feet outside the channel edges and the estimated total drilling fluid pressure is less than 10 psi. Projects not in compliance with these criteria shall not be eligible for authorization under SAJ-14 until case specific review has been completed by the Jacksonville District Engineering Division in accordance with 33 U.S.C. 408 and the project has received approval from the Jacksonville District Commander. 20. In all Florida counties, all projects beneath a Federal flood control or navigation channel (either federally or locally maintained) shall, upon completion of work, provide an as -built survey showing the horizontal and vertical location (X -Y -Z coordinates in NAD 83 and NAVD 88) of the object below the channel as it enters and exits the design edges of the authorized width of the channel, plus a minimum of 25 feet outside the channel edges. 21. Evaluation of applications for utility line crossings of levees, dikes, dams, or other water retaining structures will require case specific review by the Jacksonville Engineering Division in 6 Regional General Permit — SAJ-14 accordance with 33 U.S.C. 408 and approval from the Jacksonville District Commander prior to authorization under the SAJ-14. 22. Material resulting from trench excavation may be temporarily sidecast (up to three months) into waters of the United States, provided that the material is not placed in such a manner that it is dispersed by currents or other forces. The District Engineer may extend the period of temporary side casting not to exceed a total of 180 days, where appropriate. The top 6- 12 inches of the trench should normally be backfilled with topsoil from the trench. Furthermore, the trench cannot be constructed in such a manner as to drain waters of the United States (e.g., backfilling with extensive gravel layers, creating a French drain effect). For example, utility line trenches can be backfilled with clay blocks to ensure that the trench does not drain the waters of the United States through which the utility line is installed. Any exposed slopes and stream banks must be stabilized immediately upon completion of the utility line crossing of each waterbody. 23. Dredged or fill material placed as backfill or bedding for subaqueous utility and transmission lines must not change the preconstruction bottom contours. Excess material must be moved to an upland disposal area. 24. The permittee will install signs at the shoreline to notify navigational interests of the location of subaqueous utility and transmission lines. 25. No project will be authorized under SAJ-14 if the proposed fill activity will result in upstream waters of the United States being removed from Federal jurisdiction. 26. Compensatory mitigation for unavoidable permanent impacts to waters of the United States will be required. To offset lost wetland and other aquatic resource functions, environmentally appropriate mitigation at a federally -approved mitigation bank will be accepted. Mitigation undertaken at a federally -approved mitigation bank will be at a ratio of 1:1 (impact acreage:credit). Mitigation not undertaken at a mitigation bank will be required to be in accordance with the guidelines found in the Final Compensatory Mitigation Rule (reference http://www.saj.usace.army.mil/Missions/Regulatory/SourceBook.aspx) and will provide compensatory functional mitigation using the Uniform Mitigation Assessment Methodology (UMAM) or other acceptable assessment methodology. 27. Turbidity control measures, including best management practices, shall be used throughout construction to control erosion and siltation to ensure there are no violations of State Water Quality Standards as established in sections 62-4.242 and 62-4.244 of the Florida Administrative Code and Chapters 62-302, 62-520, 62-522, and 62-550 of the Florida Administrative Code. 28. Activities qualifying for this regional general permit must be authorized by the applicable permit or exemption under Part IV of Chapter 373, Florida Statutes (F.S.), and by any authorization required to use or occupy state-owned submerged lands (SSL) under Chapter 253, F.S., and, as applicable, Chapter 258, F.S.. Such permit, issued by the Department of Environmental Protection, a water management district under Section 373.069, F.S., or a local 7 Regional General Permit — SAJ-14 government with delegated authority under Section 373.441, F.S., will provide the applicable Water Quality Certification (WQC) or waiver thereto, and Coastal Zone Consistency Concurrence (CZCC). WQC is waived for activities authorized under this regional general permit that qualify for an exemption under Section 403.813(1) or 373.406, F.S., or the rules of the Florida Administrative Code (F.A.C.) adopted under Part IV of Chapter 373, F.S.. 29. Where the proposed subaqueous utility or transmission line is to be installed in navigable waters of the United States, at least 2 weeks prior to the start of the authorized work, the permittee must notify the National Oceanic and Atmospheric Administration (NOAA) and the Corps in writing that the work is commencing; and, again, upon completion of the work. The permittee shall notify the District Engineer in writing at the letterhead address, attention Regulatory Division; and, the NOAA, either in mailed correspondence to Nautical Data Branch Office of Coast Survey N/CS26, 1315 East-West Highway, Silver Spring, MD 20910-3282 or by electronic mail correspondence, with scans of the requisite documents attached, through osc.ndb@noaa.gov. The post -construction notification will include "as -built plans", signed and sealed by a registered surveyor/engineer licensed in the State of Florida, that certify the project is constructed as authorized; and, must include an accurate depiction of the location and configuration of the completed activity in relation to the mean high water of the navigable water. 30. Cultural Resources and/or Historic Properties: a. No structure or work shall adversely affect, impact, or disturb properties listed in the National Register of Historic Places (NRHP) or those eligible for inclusion in the NRNP. b. If during the ground disturbing activities and construction work within the permit area, there are archaeological/cultural materials encountered which were not the subject of a previous cultural resources assessment survey (and which shall include, but not be limited to: pottery, modified shell, flora, fauna, human remains, ceramics, stone tools or metal implements, dugout canoes, evidence of structures or any other physical remains that could be associated with Native American cultures or early colonial or American settlement), the Permittee shall immediately stop all work in the vicinity and notify the Corps. The Corps shall then notify the Florida State Historic Preservation Officer (SHPO) and the appropriate Tribal Historic Preservation Officer(s) (THPO(s)) to assess the significance of the discovery and devise appropriate actions. c. A cultural resources assessment may be required of the permit area, if deemed necessary by the SHPO, THPO(s), or Corps, in accordance with 36 CFR 800 or 33 CFR 325, Appendix C (5). Based, on the circumstances of the discovery, equity to all parties, and considerations of the public interest, the Corps may modify, suspend or revoke the permit in accordance with 33 CFR Part 325.7. Such activity shall not resume on non-federal lands without written authorization from the SHPO and the Corps. d. In the unlikely event that unmarked human remains are identified on non-federal lands, they will be treated in accordance with Section 872.05 Florida Statutes. All work in the vicinity shall immediately cease and the Permittee shall immediately notify the medical examiner, Corps, and State Archeologist. The Corps shall then notify the appropriate SHPO and THPO(s). Based, on the circumstances of the discovery, equity to all parties, and considerations of the public 8 Regional General Permit — SAJ-14 interest, the Corps may modify, suspend or revoke the permit in accordance with 33 CFR Part 325.7. Such activity shall not resume without written authorization from the State Archeologist, SHPO, and the Corps. e. In the unlikely event that human remains are encountered on federal or tribal lands, or in situations where Archaeological Resources Protection Act of 1979, or Native American Graves Protection Repatriation Act of 1990 applies, all work in the vicinity shall immediately cease and the Permittee immediately notify the Corps. The Corps shall then notify the appropriate THPO(s) and SHPO. Based, on the circumstances of the discovery, equity to all parties, and considerations of the public interest, the Corps may modify, suspend or revoke the permit in accordance with 33 CFR Part 325.7. After such notification, project activities on federal lands shall not resume without written authorization from the Corps, and/or appropriate THPO(s), SHPO, and federal manager. After such notification, project activities on tribal lands shall not resume without written authorization from the appropriate THPO(s) and the Corps. 31. This permit does not authorize stream channelization or the bank -to -bank filling, relocating, and/or culverting of perennial or intermittent streams. The authorized activities must not increase flooding or negatively impact the pre -project hydraulic flow characteristics or water quality of any affected stream. 32. Within 60 days of completion of the authorized work, and any mitigation required, a Self -Certification Statement of Compliance (reference http://www.saj.usace.army.mil/Missions/Regulatory/SourceBook.aspx) must be completed and submitted to the Corps. The form must reference the site specific Department of the Army permit number associated with the work. The completed form can be submitted electronically to (cesaj-complydocs@usace.army.mil), otherwise, it must be mailed to the Jacksonville District, Enforcement Section, Post Office 4970, Jacksonville, Florida 32232-0019. 33. Fill material used with a project shall be limited to suitable, clean fill material, which excludes materials such as trash, debris, car bodies, asphalt, construction materials, concrete block with exposed reinforcement bars, and any soils contaminated with any toxic amounts (see Section 307 of the Clean Water Act). 34. Reduction and/or elimination of turbid water conditions and the erosion of disturbed or filled areas in adjacent water bodies and wetlands are to be achieved through the use of silt curtains, silt screens, or other appropriate erosion control measures, between the construction area and wetlands or surface waters, during periods of fill placement and construction. Such devices shall be properly maintained until such time as those disturbed areas become sufficiently stabilized by natural recruitment of vegetation or other measures. 35. Conformance with descriptions and quantities contained herein does not necessarily guarantee authorization under this regional general permit. The District Engineer reserves the right to require thatany request for authorization under this regional general permit be evaluated as an individual permit. 9 Regional General Permit — SAJ-14 36. Authorization under this regional general permit is void at any time if the information provided by the applicant in support of the permit application proves to have been false, incomplete, or inaccurate. 37. The permittee shall defend and hold the Government harmless from any and all claims by reason of the placement and installation of aerial transmission lines authorized by this permit. 38. For projects authorized under the SAJ-14 in navigable waters of the United States, the permittee understands and agrees that, if future operations by the United States require the removal, relocation, or other alteration, of the structures or work herein authorized, or if, in the opinion of the Secretary of the Army or his authorized representative, said structure or work shall cause unreasonable obstruction to the free navigation of the navigable waters, the permittee will be required, upon due notice from the Corps of Engineers, to remove, relocate, or alter the structural work or obstructions caused thereby, without expense to the United States. No claim shall be made against the United States on account of any such removal or alteration. 39. In order to assure that SAJ-14 does not impair the usefulness of existing Corps projects and that it is not injurious to the public, the following special conditions are required pursuant to 33 U.S.C. 408 authorization: a. Construction of directional boring vaults, junction boxes, and/or pads are not allowed within 25 feet of the top of the bank of any federal project. b. Subaqueous utility lines installed via horizontal direction drilling (HDD) within a federal project must ensure the top of the HDD boring is a minimum of 14 feet beneath the bottom of any shallow draft navigation channel or 10 feet beneath the bottom of any flood control channel, and the estimated total drilling fluid pressure is less than 10 psi. c. Subaqueous utility lines installed via trenching must be a minimum of 14 feet below the authorized depth of any shallow draft federal navigation channel including a minimum of 25 feet outside the channel edges to allow for maintenance of the side slopes. d. Subaqueous utility lines installed via trenching must be a minimum of 10 feet below the authorized depth of any federal flood control channel including a minimum of 25 feet outside of the channel edges. e. All projects beneath a Federal flood control or navigation channel will be required to provide at the completion of work, an as -built survey showing the horizontal and vertical location (X -Y -Z coordinates in NAD 83 and NAVD 88, as applicable) of the object below the channel as it enters and exits the design edges of the authorized width of the channel, plus a minimum of 25 feet outside the channel edges. f. Evaluation of applications for utility line crossings of levees, dikes, dams, or other water retaining structures and crossings beneath deep draft federal navigation projects will require case specific review and approval pursuant to 33 U.S.C. 408 prior to authorization under the SAJ-14. 10 Regional General Permit — SAJ-14 40. SAJ-14 shall be valid for a period of 5 years from the date of issuance unless suspended or revoked by issuance of a public notice by the District Engineer. The Corps, in conjunction with the Federal resource agencies, will conduct annual reviews to ensure that continued use of the permit during the 5 -year authorization period is not contrary to the public interest. If SAJ-14 expires or is revoked prior to completion of the authorized work, authorization of activities that have commenced or are under contract to commence in reliance on SAJ-14 will remain in effect provided the activity is completed within 12 months of the date SAJ-14 expired or was revoked. 41. The permittee shall perform all work and subsequent actions in accordance with the attached general conditions. BY AUTHORITY OF THE SECRETARY OF THE ARMY 9 Alan M. Do. d Colonel, U.S. Army District Engineer Enclosures: Figure 1 — Florida Panhandle Coastal Dune Lakes Table 1 — Federally Listed Species in Peninsula Florida Table 2 — Federal Threatened, Endangered, and Other Species of Concern Likely to Occur in the Florida Panhandle Table 3 — Federally Listed Species in Florida - Consultation for SAJ-14 General Conditions 11 Oyster z r tAke y ie Draper t Y 3 Lake Big Redfish « ` Lake Little Redfishg Alligator Nlake Lake western Lake Gulf of Mexico Figure 1 Florida Panhandle Coastal Dune Lakes Table 1 Federally Listed Species in Peninsula Florida Federally listed and candidate species and designated critical habitat occurrences in Florida by County Note: species may occur in suitable community types in counties that are not checked Counties .. < jj V m mr Bradford a w Broward a .0 0_0 o p 0 Y. 0 Y U r c 0 DeSoto V G s G o a m tc 2 tz e 7t oz.. u '1O p V 5 „ .tj 5 ,. a $ •— S Hardee �, 0 x D d E x e A Z Hillsborough ur S "4 -') u rG R a h Il Lafayette q Mammals (except whales) E Anastasia Island beach mouse E Choctawhatchee beach mouse ✓ CH ✓ E Florida panther ✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓ SA Puma (=mountain lion) ✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓ E Florida salt marsh vole E Gray bat ✓ ✓ ✓ E Indiana bat ✓ E Key deer a. E Key Largo cotton mouse E Key Largo woodrat E Lower Keys rabbit E Perdido Key beach mouse_ ✓ CH " ✓ E Rice rat (=silver rice rat) CH T Southeastern beach mouse ✓ ✓ E St. Andrew beach mouse ✓ ✓ E West Indian manatee ✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓ CH _ ✓ ✓ ✓ be ✓ ✓ _ ✓ Birds T Audubon's crested caracara_ 6/ M# ✓ ✓ ✓ 6, al Iii, T Bald eagle Si" al' ✓ ✓ ✓ ✓ ✓ ✓` ✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓ _ ✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓ E Cape Sable seaside sparrow ✓ CH ✓ E Everglade snail kite ✓ ✓ ✓ ✓ ✓ ✓ ✓ CH ✓ ✓ ✓ ✓ E Florida grasshopper sparrow ✓ T Florida scrub -jay ✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓+ ✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓ T Piping plover ✓ Si _✓ _✓ ✓ ✓ ✓ _ ✓_ 0/✓ E Red -cockaded woodpecker ✓ al 1,. ill be ✓ I/ lie se se se se se se se se se se se se ✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓ T Roseate tern XN Whooping crane E Wood stork ✓ ✓ _ ✓ ✓ _ ✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓ _ ✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓ S.ecies occurs in coon ; E=Endan:ered• T=Threatened; C=Candidate; CH -Critical habitat dcsi a atcd; SA=Simitarit of A..earanee; XN=Nonessential ex.erimental .o.utation Page 1 revised 9!28100 an num um me as mg los r ai or an am am — re rr no am on r-- - N- 1 M 1--- MN r- M MN NIS 11111 Counties » < .a x '* m Bradford Brevard V p a m q xi r, 22 61 v U A u Collier Columbia fU A K o > to Esoambia w w U. Gadsden U a C v [Gulf q _ Fi x [Hardee C x Hernando b - to Hillsborough' ; x C V c m J! C •Vu. 2. [Lafayette Y a Rep Iles American crocodile V 47- TCHE CH SA American alligator V V ✓ V V V V V V V V V V V V V V V ✓ ✓ V V ✓ V V ✓ ✓ V V V V V V V T Atlantic salt marsh snake V ✓ T Bluetail (=blue -tailed) mole skink ✓ ✓ T Eastern indigo snake V V V V V V V V V V V V V V V V V V V V V V V ✓ ✓ ✓ ✓ ✓ V V V V V V E Green sea turtle ✓ V V V V V V V V fj V V V E Hawksbill (=carey) sea turtle V V V V V V V V V E Kemp's (=Atlantic) ridley sea turtle V E Leatherback sea turtle V V V V ✓ V V ✓ ✓ V T Loggerhead sea turtle V V V V V V V V V V ✓ ✓ V T Sand skink ✓ ✓ Amphibians T TFlatwoods salamander ✓I✓I✓I I I✓I I 1 V I V I I V I I✓I WI Flakes T Gulf sturgeon V V V V V V V V V V V V V V V V V E Okaloosa darter E Shortnose sturgeon _ V V Invertebrates T Chipola slabshell V V E Fat three -ridge (mussel) ✓ ✓ V V ✓ E Gulf moccasinshell V V V C Highlands tiger beetle V E Ochlock once moccasin shell V E Oval pigtoe V V V V V ✓ ✓ T Purple bankclimber V V V V E Schaus swallowtail butterfly E Shinyrayed pocketbook V V V T Squirrel chimney (=Florida) cave shrimp V T Stock Island tree snail Planta E American chaffseed ✓ E Apalachicola rosemary E Avon Park harebells ✓ E Beach jacquemontia V E Beautiful pawpaw V V S • ecies occurs in coon ; E=Endan:crcd; T=Threatened; C=Candidate; CH=Critical habitat desk ated; SA=Similarit of A • . earance; XN=Nonessential ex. erimental • o • ulation Page 2 revised 9/28/00 Plants(eootiaaed) C Big Pine partridge pea Counties_ C E Blodgett's silverbush Britton's beargrass 0 O co v 0 v ■ m 0 .04 U' 0 U U U a U S 0 O a m cv_ 14. to e t. 0 O U 0 a x u s 0 m x to e 0 X. 1i a a u E Brooksville (=Robins') bellflower C T C Cape Sable thoroughwort Carter's mustard Carter's small -flowered flax 44. 44144 E E E Chapman rhododendron Cooley's meadowrue Cooley's water -willow 444 ✓ Se Crenulate lead -plant T E T Crystal Lake nailwort Deltoid spurge be 4,14.4 fie Etonia rosemary Florida bonamia C Florida brickell-bush E C E C C Florida golden aster Florida indigo 444 444 ✓ se le Se al Florida perforate cladonia Florida pineland crabgrass Florida prairie clover se C T E Florida semaphore cactus Florida skullcap Florida torreya Se V. se E Florida ziziphus E E Four -petal pawpaw Fragrant prickly -apple ✓ E Fringed tampion fie T Garber s spurge E T Garrett's mint Gentian pinkroot .4.444 x Godfrey's butterwort Se fse E E T Harper's beauty Highlands scrub hypericum Johnson's seagrass E Key tree -cactus se Se E Lakela's mint ✓ = Species occurs in county; E=End yered;T-Threatened; C=Candidate; CH=Critical habitat designated; SA—Similarity of Appearance; XN=Nonessential experimental population Page 3 revised 9/26/00 111111 1111 MN N 11111 N r- it r-- 11111---- 111111 MN NE 1 1 1 r— NMI MB 1 I I S U— — —— UM 111111 Counties Alachua 01 m d w Bradford Brevard Broward a,' b --:a .0 Citrus W O W 0 U o Dixie 7 a w a m w Franklin Gadsden y 0 m c� ? v Hamilton Hardee Y === O U W s m O ° - 's Ti x u > ae V U °3 w a a Pleats(coadnued) E Lewton's polygala V ✓ ✓ E Longspurred mint T Miccosukee gooseberry V E Okccchobee_gourd T Papery whitlow -wort ✓ ✓ ✓ T Pigeon wings ✓ V C Pineland sandmat E Pygmy fringe -tree ✓ ✓ V E Rugel's pawpaw C. Sand flax E Sandlace ✓ V V E Scrub blazing star ✓ T Scrub buckwheat V V V E Scrub lupine E Scrub mint V E Scrub plum V V V E Short -leaved rosemary - ✓ E Small's milkpea E Snakeroot V T Telephus spurge V V V E Tiny polygala 109— rC C Wedge spurge T White birds -in -a -nest V V V E Wide -leaf warea V V E Wireweed V V = Species occurs in county; E=Endangered; T=Threatened; C—Candidate; CH—Critical habitat designated; SA=Similarity of Appearance; XN=Nonessential experimental population Page 4 revised 9128/00 Federally listed and candidate species and designated critical habitat occurrences in Florida by County Note: species may occur in suitable communi y types in counties that are not checked Counties a a, . 0 a Madison 1 s. 0 ai F 'C Martin 1 d a 1 Monroe 4 z !Okaloosa N u A v .kO Orange o s Ya O L E o a a 713' v _ a = a a Putnam Santa Rosa a. W rn o g rn u 0 w rn St. Johns Sumter rn o a F c b n > ti x 3_ c 3 a 3 W ashingtoo Mammals (except whales) E Anastasia Island beach mouse V ✓ E Choctawhatchee beach mouse V ✓ CH ✓ E Florida panther ✓ V ✓ V ✓ ✓ SA Puma (=mountain lion) V V V V V V E Florida salt marsh vole V E Gray bat V ✓ E Indiana bat E Key deer V E Key Largo cotton mouse V E Key Largo woodrat V E Lower Keys rabbit V E Perdido Key beach mouse CH E Rice rat (=silver rice rat) V Cli V T Southeastern beach mouse 1 V E St. Andrew beach mouse E West Indian manatee V V - ✓ ✓ ✓ ✓ ✓ -✓ ✓ ✓ ✓ ✓ ✓ Si ✓. ✓ If ✓ ✓ ✓ ✓ ✓ ✓ CH ✓ _ ✓ ✓ ✓ ✓ ✓✓ V ✓ ✓ ✓ ✓- V Birds T Audubon's crested caracara V V V '✓ V V V V ✓ V T Bald eagle tj ✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓ f ✓ ✓ ✓ ✓ ✓ E Cape Sable seaside sparrow V V CH ✓ ✓ E Everglade snail kite IC V ✓ V V V ✓ V V V V V V CH V V ✓^ V E Florida grasshopper sparrow V V V T Florida scrub -jay V V V V V V V V V V V V V V V V V V V V T Piping plover t` V V V V V V V V V V V V E Red -cockaded woodpecker V V V V V V V II.. V V V V V if V V V V V V V V V V V V V V V T Roseate tern V V XN Whooping crane E Wood stork ✓_ ✓ ✓ ✓ ✓ ✓ ✓_ ✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓ V = Species occurs in county; E=Endangered; T=Threatened; C=Candidate; CH=Critical habitat designated; SA=Similarity of Appearance; XN=Nonessential experimental population Page I revised 928/00 — — —11111 11111 11111 — — — Ell 11111 — MIN — 1111 nil — r--- E N EN En N On N— — r N—_ 1 rr Counties II, ; Leon > ; Liberty e y 'o u a G i G .F u a Ca e Monroe I i 2 w C n Ai Okeechobee I ua c o 0 u o Palm Beach I a " d a° g' n' Santa Rosa Sarasota !' E 'E .n !+ a y .a ti y �; B COI Suwannee T F> Q o m N = 4 3 0 ° 3 $ as 5 a 3 Reptiles E American crocodile V V V CH V V SA American alligator V V V V V V V V V V V V V V V V V V V ✓ V V V V V V V V V V V V V T Atlantic salt marsh snake T Bluetail (=blue -tailed) mole skink V V T Eastern indigo snake V V V V V V V V V V V V V V V V V V V V V ✓ V V V V V V V V V E Green sea turtle V V V ✓ V V V V V V V V V V V V E Hawksbill (=carey) sea turtle V ✓ ✓ V V V V V E Kcmp's (=Atlantic) ridley sea turtle V E Leatherback sea turtle V V ✓ V V V V V T Loggerhead sea turtle ✓ ✓ V V ✓ V V V V V V V V V V V T Sand skink V V V V Amphibians T Flatwoods salamander V I IV [ I IV I IV Vile! Fishes T Gulf sturgeon V V V V V V V V V V V V V V E Okaloosa darter V V E Shortnose sturgeon _ V Invertebrates T Chipola slabshell ✓ E Fat three -ridge (mussel) ✓ V E Gulf moccasinshell V C Highlands tiger beetle V E Ochlockonee moccasinshell V E Oval pigtoe ✓—.-- V V T Purple bankclimber V V V E Schaus swallowtail butterfly V V E Shinyrayed pocketbook V V T Squirrel chimney (=Florida) cave shrimp T Stock Island tree snail V Plants E American chaffseed V E Apalachicola rosemary V 1 E Avon Park harebells V E Beach jacquemontia V V E Beautiful pawpaw _ V V V V = Species occurs in county E -Endangcred; T=Threatened; C=Candidate; CH -Critical habitat dcspaled; SA=Similarity of Appearance; XN=Nonessential errperimental population Page 2 revised 9/28/00 2 Counties C 0 Plants (continued) C �nrt6�'rr, 0 O 0 z" 0 O M7714:MfT! as C 0 U 0 m E C u a°_ 7.7 a. C Big Pine partridge pea C Blodgett's silverbush E Britton's beargrass V 4 ea 0 O. C 0 a 9 9 O C E Brooksville (=Robins') bellflower V C Cape Sable thoroughwort V E Carter's mustard C Carter's small -flowered flax V V E Chapman rhododendron E Cooley's meadowrue E Cooley's water -willow V E Crenulate lead -plant T Crystal Lake nailwort V V E E Deltoid spurge Etonia rosemary T Florida bonamia ✓ C Florida brickell-bush E Florida golden aster C Florida indigo E Florida perforate cladonia V V V V V V V V V V • O a inn C n inn a E a O H 0 0 C O C 3 3 V V ✓ V V V V V C Florida pineland crabgrass C Florida prairie clover V ✓ ✓ C Florida semaphore cactus T Florida skullcap V E Florida torreya V E Florida ziziphus V E Four -petal pawpaw E Fragrant prickly -apple V V E Fringed campion T Garber's spurge V ✓ E Garrett's mint E Gentian pinkroot T Godfrey's butterwort E Harper's beauty V E Highlands scrub hypericum V V V V V T Johnson's seagrass V V V V E Key tree -cactus V E Lakela's mint ✓ s V ; E-Endan cred; T=Threatened; C=Candidate; CH=Critical habitat desi . sled SA=Simi arit of A..earance; XN—Nonessential ex.erimental .0.ulation Page 3 revised 9/28/00 11111 111111 11111 all 11111 NM N— EN 11111 I r11111— MS 11111 i— UN all —NMI— — M — N — I — r — — MI NMI Counties [Leon >' - Q m Manatee I Marion Martin Miami -Dade [Monroe Nassau O m o .0 v 0 Orange I m u 0 u R7 E a y A. m u a Polk Putnam Santa Rosa Sarasota Seminole = a .a '6;F -.. Sumter Suwannee ` a 0> m 3 3 m E a 3 Plants (continued) - - - E Lewton's polygala ✓ ✓ ✓ E Longspurred mint ✓ T Miccosukee gooseberry ✓ E Okeechobee gourd ✓ ✓ T Papery whitlow -wort ✓ ✓ ✓ T Pigeon wings ✓ C Pineland sandmat ✓ E Pygmy fringe -tree ✓ ✓ E Rugel's pawpaw ✓ C Sand flax ✓ E Sandlace ✓ ✓ ✓ E Scrub blazing star - ✓ T Scrub buckwheat ✓ ✓ ✓ ✓ E Scrub lupine ✓ ✓ E Scrub mint E Scrub plum ✓ Si E Short -leaved rosemary ✓ E Small's milkpea ✓ E Snakeroot T Telephus spurge E Tiny polygala ✓ ✓ ✓ ✓ C Wedge spurge ✓ - T White birds -in -a -nest ✓ E Wide -leaf ware ✓ ✓ E W fireweed ✓ ✓ = Species occurs in county; E ---,Endangered; T=Threatened; C=Candidate; CH=Critical habitat designated; SA=Similarity of Appearance; XN=Nonessential experimental population Page 4 revised 9/26/00 FEDERAL THREATENED, ENDANGERED, AND OTHER SPECIES OF CONCERN LIKELY TO OCCUR IN THE FLORIDA PANHANDLE Compiled by the U.S. Fish and Wildlife Service November 2012 Common Name Scientific Name FWS Status State Status Natural Communities Bays Cal Esc Fra Gad Gul Hol Jack Jef Leo Lib Oka San Wak Wal Was Amphibians: Florida bog frog Rana okaloosae SSC ce Palustrine: seepage slope, baygall Riverine: seepage slope, seepage stream Oka San Wal Frosted flatwoods salamander Ambystoma cingula tum T (CH) Palustrine: wet flatwoods, dome swamp, basin swamp, Terrestrial: mesic flatwoods (reproduces in ephemeral wetlands within this community) Fra Jef Lib Wak Georgia blind salamander Haideotriton wallacei SSC ce Subterranean: aquatic cave Jac Gopher frog Rana capito SSC ce Terrestrial: sandhi'', scrub, scrubby flatwoods, xeric hammock (reproduces in ephemeral wetlands within these communities) Bay Cal Fra Gad Gul Hol Jac Jef Leo Lib San Wak Was Reticulated flatwoods salamander Ambystoma bishopi E (CH) Palustrine: wet flatwoods, dome swamp, basin swamp, Terrestrial: mesic flatwoods (reproduces in ephemeral wetlands within this community) Bay Cal Esc Gul Hol Jac Oka San Wal Was Striped newt Notophthalmus perstriatus C SSC Terrestrial: sandhills, scrub, scrubby flatwoods, xeric hammocks, coastal strand Leo Wak Birds: Arctic peregrine falcon Falco peregrinus tundrius ce E Estuarine: winters along coasts Lacustrine: various Palustrine: various Terrestrial: various, ruderal Bay Cal Esc Fra Gad Gul Hol Jac Jef Leo Lib Oka San Wak Wal Was Bachman's sparrow Aimophila aestivalis ce Terrestrial: various, ruderal Bay Esc Fra Gul Hol Jac Jef Leo Lib Oka San Wak Wal Was E=endangered, T=threatened, Proposed, C=candidate, SSC=species of special concern, ce=consideration encouraged, CH=Critical Habitat, BGEPA=Bald and Golden eagle protection act This is not an exhaustive list of where species do occur, but a guide to indicate areas that might require surveys if appropriate habitat exists. Please contact Florida Natural Areas Inventory (850-224-8207) for additional species location information. Page 1 of 19 E M- - 11111 1111111- M 011 i Or I MN M NM r i r I 11111 11011 M N M-- I I r 1- 1 I N r 1 NM - FEDERAL THREATENED, ENDANGERED, AND OTHER SPECIES OF CONCERN LIKELY TO OCCUR IN THE FLORIDA PANHANDLE Compiled by the U.S. Fish and Wildlife Service November 2012 Common Name Scientific. Name FWS Status State Status Natural Communities : Bay Cal Esc Fra Gad Gul ; Hol Jack Jef Leo Lib Oka San Wak Wal Was Bald eagle Haliaeetus leucocephalus BGEPA Estuarine: marsh edges, tidal swamp, open water Lacustrine: swamp lakes, edges Palustrine: swamp, floodplain Riverine: shoreline, open water Terrestrial: pine and hardwood forests, clearings Bay Cal Esc Fra Gad Gul Jac Jef Leo Lib Oka San Wak Wal Was Least tern Sterna antillarum T Estuarine: various Lacustrine: various Riverine: various Terrestrial: beach dune, ruderal. Nests common on rooftops. Bay Esc Fra Gul Jef Leo Oka San Wak Wal Piping plover Charadrius metodus T (CH) T Estuarine: exposed unconsolidated substrate Marine: exposed unconsolidated substrate Terrestrial: dunes, sandy beaches, and inlet areas. Mostly wintering and migrants. Bay Esc Fra Gul Oka San Wak Wal Red knot Calidris canutus C Estuarine: exposed unconsolidated substrate Marine: exposed unconsolidated substrate Terrestrial: dunes, sandy beaches, and inlet areas. Mostly wintering and migrants. Bay Esc Fra Gul Jef Oka San Wak Wal Red -cockaded woodpecker Picoides borealis E Terrestrial: mature pine forests Bay Cal Esc Fra Gad Gul Hol Jac Jef Leo Lib Oka San Wak Wal Was Reddish egret Egretta rufescens ce SSC Estuarine: tidal swamp, depression marsh, bog, marl prairie, wet prairie Lacustrine: flatwoods/prairie lake, marsh lake Marine: tidal swamp Fra Wak E=endangered, T=threatened, P=proposed, C=candidate, SSC=species of special concern, ce=consideration encouraged, CH=Critical Habitat, BGEPA=Bald and Golden eagle protection act This is not an exhaustive list of where species do occur, but a guide to indicate areas that might require surveys if appropriate habitat exists. Please contact Florida Natural Areas Inventory (850-224-8207) for additional species location information. Page 2 of 19 FEDERAL THREATENED, ENDANGERED, AND OTHER SPECIES OF CONCERN LIKELY TO OCCUR IN THE FLORIDA PANHANDLE Compiled by the U.S. Fish and Wildlife Service November 2012 Common Name Scientific Name FWS Status State Status Natural Communities Bay Cal Esc Fra Gad Gul Hol Jack Jef Leo Lib Oka San Wak Wal Was Southeastern kestrel Fa/co sparverius paulus ce T Estuarine: various habitats Palustrine: various habitats Terrestrial: open pine forests, clearings, ruderal, various Bay Cal Esc Fra Gad Gul Hol Jac Jef Leo Lib Oka San Wak Wal Was Southeastern snowy plover Charadrius alexandrinus tenuirostris ce T Estuarine: exposed unconsolidated substrate Marine: exposed unconsolidated substrate Terrestrial: dunes, sandy beaches, and inlet areas Bay Esc Fra Gul Oka San Wal Stoddard's yellow -throated warbler Dendroica dominica stoddardi ce Terrestrial: wooded habitats with spanish moss, various Bay Esc Oka San Wal Wakulla seaside sparrow Ammodramus maritimus juncicolus ce SSC Estuarine: tidal marsh Marine: tidal marsh Fra Jef Wak Wood stork Mycteria americana E E Estuarine: marshes Lacustrine: floodplain lakes, marshes (feeding), various Palustrine: marshes, swamps, various Bay Cal Esc Fra Gad Gul Hol Jac Jef Leo Lib Oka San Wak Wal Was Crustaceans: Panama City Crayfish (Econfina crayfish) Procambarus econfinae ce SSC Palustrine: wet flatwoods; temporary or fluctuating ponds or semipermanently inundated ditches, also ruderal, roadside ditches and utility easements. Associated soil types: Pamlico-Dorovan Complex, Rutlege sand, Osier fine sand, Plummer sand, Pelham sand; some Leon sands. Bay Fish: Blackmouth shiner Notropis me/anostomus ce E Riverine: blackwater stream San Wal E=endangered, T=threatened, Proposed, C=candidate, SSC=species of special concern, ce=consideration encouraged, CH=Critical Habitat, BGEPA=Bald and Golden eagle protection act This is not an exhaustive list of where species do occur, but a guide to indicate areas that might require surveys if appropriate habitat exists. Please contact Florida Natural Areas Inventory (850-224-8207) for additional species location information. Page 3 of 19 EN - -- IN MI r- 101111 IMO 11111 -- 111111 11111 11111 - - - - - -- N MN I I- 1 N I UM MI- n 1 i M E NM 111111 11111 FEDERAL THREATENED, ENDANGERED, AND OTHER SPECIES OF CONCERN LIKELY TO OCCUR IN THE FLORIDA PANHANDLE Compiled by the U.S. Fish and Wildlife Service November 2012 Common Name Scientific Name FWS Status State Status Natural Communities Bay , Cal Esc Fra Gad Gul ; Hol Jack Jef Leo Lib Oka San Wak Wal Was Bluestripe shiner Cyprinella callitaenia ce Riverine: alluvial stream Cal Gad Jac Lib Crystal darter Ammocrypta asprella ce T Riverine: alluvial stream Esc San Gulf sturgeon Acipenser oxyrinchus desotoi T (CH) SSC Estuarine: various Marine: various habitats Riverine: alluvial and blackwater streams Bay Cal Esc Fra Gad Gul Hol Jac Jef Leo Lib Oka San Wak Wal Was Okaloosa darter Etheostoma okaloosae T E Riverine: seepage stream Oka Wal Mammals: Choctawhatchee beach mouse Peromyscus polionotus allophrys E (CH) E Terrestrial: beach dune, coastal scrub Bay Oka Florida black bear Ursus americanus floridanus ce T Palustrine: titi swamps, floodplains Terrestrial: pine and hardwood forests Bay Cal Esc Fra Gad Gul Hol Jef Leo Lib Oka San Wak Wal Was Florida mouse Podomys floridanus ce SSC Terrestrial: scrub, sandhill, scrubby flatwoods Fra Gray bat Myotis grisescens E E Palustrine: caves, various Terrestrial: caves, various Hol Jac Leo Was Indiana bat Myotis sodalis E E Palustrine: various Terrestrial: various Jac Perdido Key beach mouse Peromyscus polionotus trissyllepsis E (CH) E Terrestrial: beach dune, coastal scrub. Esc Round -tailed muskrat Neofiberalleni ce Estuarine: tidal marsh Lacustrine: marsh lake, flatwoods/prairie lake Palustrine: floodplain marsh, swale, depression marsh, basin marsh Fra Jef Leo Lib Wak Santa Rosa beach mouse Peromyscus polionotus leucocephalus ce Terrestrial: beach dune, coastalcrub Esc Oka San E=endangered, T=threatened, Proposed, Candidate, SSC=species of special concern, ce=consideration encouraged, CH=Critical Habitat, BGEPA=Bald and Golden eagle protection act This is not an exhaustive list of where species do occur, but a guide to indicate areas that might require surveys if appropriate habitat exists. Please contact Florida Natural Areas Inventory (850-224-8207) for additional species location information. Page 4 of 19 FEDERAL THREATENED, ENDANGERED, AND OTHER SPECIES OF CONCERN LIKELY TO OCCUR IN THE FLORIDA PANHANDLE Compiled by the U.S. Fish and Wildlife Service November 2012 Common Name Scientific Name FWS Status State Status Natural Communities Bay Cal Esc Fra Gad Gul Hol Jack Jef Leo Lib Oka San Wak Wal Was Southeastern big -eared bat Plecotus rafinesquii ce Palustrine: various, floodplains Terrestrial: pine and hardwood forests, ruderal, various Cal Esc Fra Gad Gul Hol Jac Jef Leo Lib Oka San Wak Wal Was Southeastern shrew Sorex longirostris longirostris ce SSC Palustrine: floodplain forest, floodplain swamp Leo St. Andrew beach mouse Peromyscus polionotus peninsularis E (CH) E Terrestrial: beach dune, coastal scrub Bay Gul West Indian manatee Trichechus manatus latirostris E E Estuarine: submerged vegetation, open water Marine: open water, submerged vegetation Riverine: alluvial stream, blackwater stream, spring -run stream Bay Esc Fra Gul Jef Oka San Wak Mussels: Chipola slabshell Elliptio chipolaensis T (CH) Riverine: main channel of the Chipola River and its larger tributaries in substrate combinations of silt, clay, sand and occasionally gravel. Panhandle drainages: Chipola River Cal Gul Jac Choctaw bean Villosa choctawensis E (CH) Riverine: Small to large creeks and rivers in sand to silty -sand substrates with moderate current. Panhandle drainages: Escambia, Yellow, and Choctawhatchee Rivers Esc Hol Oka San Wal Was Fat threeridge Amblema neislerii E (CH) Riverine: main channels of small to large rivers in slow to moderate currents; fine to medium silty sand, also mixtures of sand, clay, and gravel. Panhandle drainages: Chipola and Apalachicola Rivers Cal Fra Gad Gul Jac Lib E=endangered, T=threatened, P=proposed, C=candidate, SSC=species of special concern, ce=consideration encouraged, CH=Critical Habitat, BGEPA=Bald and Golden eagle protection act This is not an exhaustive list of where species do occur, but a guide to indicate areas that might require surveys if appropriate habitat exists. Please contact Florida Natural Areas Inventory (850-224-8207) for additional species location information. Page 5 of 19 EN 1111 ON r - - - MI N I M - - - - - - iE NI OM AIN O IN11 11111 1111 1 E 111111 11111 I 1 N EN N 1 MIN I FEDERAL THREATENED, ENDANGERED, AND OTHER SPECIES OF CONCERN LIKELY TO OCCUR IN THE FLORIDA PANHANDLE Compiled by the U.S. Fish and Wildlife Service November 2012 Common Name Scientific Name FWS Status State Status Natural Communities Bay Cal Esc Fra Gad Gul Hot Jack Jef Leo Lib Oka San Wak Wal Was Fuzzy pigtoe Pleurobema strodeanum T (CH) Riverine: small to medium-sized creeks and rivers with slow to moderate currents in sand and sand with some silt. Panhandle drainages: Escambia, Yellow, and Choctawhatchee Rivers Esc Hol Jac Oka San Wal Was Gulf moccasinshell Medionidus penicillatus E (CH) Riverine: medium-sized creeks to large rivers with sand and gravel substrates in slow to moderate currents. Panhandle drainages: Econfina Creek and Chipola River Bay Cal Fra Gad Gul Jac Lib Was Narrow pigtoe Fusconaia escambia T (CH) Riverine: small to medium-sized creeks and rivers in stable substrates of sand, sand and gravel, or silty sand, with slow to moderate current. Panhandle drainages: Escambia and Yellow Rivers Esc Oka San Ochlockonee moccasinshell Medionidus simpsonianus E (CH) Riverine: large creeks to medium-sized rivers in substrates of sand with some gravel in moderate current. Panhandle drainages: Ochlockonee River (upstream of Lake Talquin) Gad Leo Lib Wak Oval pigtoe P/eurobema pyriforme E (CH) Riverine: medium-sized creeks to small rivers; various substrates; slow to moderate currents. Panhandle drainages: Econfina (Creek), Chipola, Ochlockonee, and Suwannee Rivers Bay Cal Fra Gad Gul Jac Leo Lib Wak Was E=endangered, T=threatened, P=proposed, C=candidate, SSC=species of special concern, ce=consideration encouraged, CH=Critical Habitat, BGEPA=Bald and Golden eagle protection act This is not an exhaustive list of where species do occur, but a guide to indicate areas that might require surveys if appropriate habitat exists. Please contact Florida Natural Areas Inventory (850-224-8207) for additional species location information. Page 6of19 FEDERAL THREATENED, ENDANGERED, AND OTHER SPECIES OF CONCERN LIKELY TO OCCUR IN THE FLORIDA PANHANDLE Compiled by the U.S. Fish and Wildlife Service November 2012 Common Name Scientific Name FWS Status State Status Natural Communities Bay Cal Esc Fra Gad Gul Hol Jack Jef Leo Lib Oka San Wak Wal Was Purple bankclimber Elliptoideus sloatianus T (CH) Riverine: small to large rivers in sand, sand mixed with mud, or gravel substrates with slow to moderate currents. Panhandle drainages: Chipola, Apalachicola, and Ochlockonee Rivers Cal Fra Gad Gul Jac Leo Lib Wak Round ebonyshell Fusconaia rotulata E (CH) Riverine: medium-sized rivers in stable substrates of sand, small gravel, or sandy mud in slow to moderate current. Panhandle drainages: restricted to the main channel of the Escambia River Esc San Shinyrayed pocketbook Hamiota (=Lampsilis) subangulata E (CH) Riverine: medium-sized creeks to mainstem rivers in a range of substrates including sand, clay, and gravel with slow to moderate current. Panhandle drainages: Econfina (Creek), Chipola, and Ochlockonee (upstream of Lake Talquin) Rivers Cal Fra Gad Gul Jac Leo Lib Wak Southern kidneyshell Ptychobranchus jonesi E (CH) Riverine: small to medium-sized creeks and rivers in sand with some silt or claystone pockets with sand; often near exposed limestone. Panhandle drainages: Escambia and Choctawhatchee Rivers Wal Was Southern sandshell Hamiota australis T (CH) Riverine: found in small to medium-sized creeks and rivers in sandy substrates sometimes with some silt in slow to moderate current. Panhandle drainages: Escambia, Yellow, and Choctawhatchee Rivers Esc Hol Jac Oka San Wal Was E=endangered, T=threatened, P=proposed, C=candidate, SSC=species of special concern, ce=consideration encouraged, CH�ritical Habitat, BGEPA=Bald and Golden eagle protect' on act This is not an exhaustive list of where species do occur, but a guide to indicate areas that might require surveys if appropriate habitat exists. Please contact Florida Natural Areas Inventory (850-224-8207) for additional species location information. Page 7 of 19 _ =I =I lin Mt MI MN MI I= Mil MIN I= NIP MI gm gm 1 M M I IIIII IIIIII I E I IMO IIIIII INN FEDERAL THREATENED, ENDANGERED, AND OTHER SPECIES OF CONCERN LIKELY TO OCCUR IN THE FLORIDA PANHANDLE Compiled by the U.S. Fish and Wildlife Service November 2012 Common Name_ Scientific Name FWS Status State Status Natural Communities Bay Cal Esc Fra Gad GuI Hol Jack Jef Leo Lib Oka San Wak Wal Was Tapered pigtoe Fusconaia burkei T (CH) Riverine: Small to medium-sized creeks to large rivers in stable substrates of sand, small gravel, or sandy mud, with slow to moderate current. Panhandle drainages: Choctawhatchee River Bay Hol Jac Wal Was Plants: Alabama anglepod Matelea alabamensis ce E Terrestrial: bluff, slope forest, upland hardwood forest; on slopes Gad Leo Lib Allegheny- spurge Pachysandra procumbens E Terrestrial: upland mixed forest, bluff; calcareous soil Jac Alternate -leaf or pagoda dogwood Cornus alternifolia E Palustrine: creek swamps Terrestrial: slope forest, upland hardwood forest, bluffs Bay Cal Gad Leo Wal American bladdernut Staphylea trifolia E Palustrine: bottomland forest Terrestrial: upland mixed forest, slope forest; at interface of bluff and floodplain Gad Lib American chaffseed Schwalbea americana E E Palustrine: wet prairie Terrestrial: scrub, sandhill, mesic flatwoods Gad Leo Apalachicola dolls daisy Boltonia apalachicolensis ce Palustrine: Floodplain Forest Fra Gul Lib Was Apalachicola rosemary Conradina glabra E E Terrestrial: sandhill dissected by ravines of the Sweetwater Creek system. Light shade to full sunlight; along edges of ravines, pine plantations, and roadsides. Lib Apalachicola wild indigo Baptisia megacarpa E Palustrine: floodplain forest Terrestrial: upland mixed forest, slope forest Bay Cal Hol Jac Lib Was Ashes magnolia Magnolia ashei E Terrestrial: slope and upland hardwood forest, Bay Gad Jac Leo Lib Oka San Wak Wal Was E=endangered, T=threatened, Proposed, C=candidate, SSC=species of special concern, ce=consideration encouraged, CH=Critical Habitat, BGEPA=Bald and Golden eagle protect on act This is not an exhaustive list of where species do occur, but a guide to indicate areas that might require surveys if appropriate habitat exists. Please contact Florida Natural Areas Inventory (850-224-8207) for additional species location information. Page 8 of 19 FEDERAL THREATENED, ENDANGERED, AND OTHER SPECIES OF CONCERN LIKELY TO OCCUR IN THE FLORIDA PANHANDLE Compiled by the U.S. Fish and Wildlife Service November 2012 Common Name Scientific Name FWS Status State Status Natural Communities Bay Cal Esc Fra Gad Gul Hol Jack Jef Leo Lib Oka San Wak Wal Was ravines Aster Aster hemisphericus ce E Terrestrial: upland mixed forest, on sandstone outcrop Was Baldwyn's spiny- pod Mate/ea baldwyniana ce E Terrestrial: bluff, upland mixed forest, bottomland forest, roadsides; calcareous soil Gad Jac Baltzell's sedge Carex baltzellii ce T Terrestrial: slope forest, moist sandy loam; moist sandy loam Bay Cal Esc Gad Leo Lib Oka San Wal Was Barbara's buttons Marshallia obovata E Terrestrial: sandhill, upland mixed forest Jac Bear tupelo or Dwarf blackgum Nyssa ursina ce Gul Bent golden aster Pityopsis flexuosa ce E Terrestrial: sandhill, upland pine forest, ruderal Bay Fra Gad Gul Leo Lib Wak Buckthorn Bumelia lycioides E Palustrine: bottomland forest, dome swamp, floodplain forest Terrestrial: upland hardwood forest Cal Gad Jac Jef Lib Wak Buckthorn Bumelia thornei ce E Palustrine: hydric hammock, floodplain swamp Esc Fra Gul Jac Canada honewort Cryptotaenia canadensis E Palustrine: floodplain forest, bottomland forest Riverine: alluvial stream bank Cal Gad Jac Lib Carolina grass- of-parnassus Parnassia caroliniana ce E Palustrine: seepage slope Terrestrial: mesic flatwoods Fra Lib Carolina larkspur Delphinium carolinianum E Terrestrial: upland glade, calcareous soil Gad Chapman's butterwort Pinguicula planifolia ce T Palustrine: wet flatwoods, seepage slopes, bog, dome swamp, ditches; in water Bay Cal Esc Fra Gul Jac Leo Lib San Wal Was Chapman's crownbeard Verbesina chapmanii ce T Palustrine: seepage slope Terrestrial: mesic flatwoods with wiregrass (Aristida stricta) Bay Cal Fra Gul Lib Wal E=endangered, T=threatened, P=proposed, C=candidate, SSC=species of special concern, ce=consideration encouraged CH�ritical Habitat, BGEPA=Bald and Golden eagle protect' on act This is not an exhaustive list of where species do occur, but a guide to indicate areas that might require surveys if appropriate habitat exists. Please contact Florida Natural Areas Inventory (850-224-8207) for additional species location information. Page 9 of 19 11M111 M111 11111 EMI MI MN MIN NE IBM 11111 1111 NE EN MN MN INN NM 11111 11111 NM NM M NM N 1- EN N 1-- N- -- i FEDERAL THREATENED, ENDANGERED, AND OTHER SPECIES OF CONCERN LIKELY TO OCCUR IN THE FLORIDA PANHANDLE Compiled by the U.S. Fish and Wildlife Service November 2012 Common Name Scientific Name FWS Status State Status Natural Communities Bay Cal Esc Fra Gad Gul Hol Jack Jef Leo Lib Oka San Wak Wal Was Chapman's rhododendron Rhododendron chapmanii E E Palustrine: seepage slope (titi bog) Terrestrial: mesic flatwoods; ecotone between flatwoods or more xeric longleaf communities and titi bogs. Gad Gul Lib Chapman's sedge Carex chapmanii ce Palustrine: hydric hammock, floodplain forest Terrestrial: slope forest Jef Wak Cooley's meadowrue Thalictrum cooleyi E E Palustrine: seepage slope, edges of shrub bogs, disturbed areas; one site on Champion International Corp. land Wal Corkwood Leitneria floridana T Estuarine: tidal marsh Palustrine: freshwater tidal swamp, hydric hammock Fra Wak Croomia Croomia pauciflora ce E Terrestrial: slope forest Gad Lib Cruise's golden- aster Chrysopsis gossypina cruiseana ce E Terrestrial: coastal dunes, coastal strand, coastal grassland; openings and blowouts Bay Esc Oka San Wal Cucumber magnolia Magnolia acuminata E Terrestrial: slope forest, upland mixed forest Hol Wal Curtiss' loosestrife Lythrum curtissii ce E Palustrine: wet flatwoods edges, floodplain swamp, seepage slope, dome swamp edges Terrestrial: seepage slope Bay Cal Fra Gad Leo Lib Curtiss' sandgrass Calamovilfa curtissii ce T Palustrine: mesic and wet flatwoods, wet prairie, depression marsh Terrestrial: mesic flatwoods Bay Esc Oka San Wal Dark -headed hatpin Eriocaulon nigrobracteatum ce Palustrine: Wet Boggy Seepage slopes, mucky soils Bay Cal Gul Decumbent pitcher plant Sarracenia purpurea T Palustrine: Bogs Bay Cal Esc Gad Gul Hol Jac Lib Oka San Wal Was E=endangered, T=threatened, P=proposed, C=candidate, SSC=species of special concern, ce=consideration encouraged CH=Critical Habitat, BGEPA=Bald and Golden eagle protect' on act This is not an exhaustive list of where species do occur, but a guide to indicate areas that might require surveys if appropriate habitat exists. Please contact Florida Natural Areas Inventory (850-224-8207) for additional species location information. Page 10 of 19 FEDERAL THREATENED, ENDANGERED, AND OTHER SPECIES OF CONCERN LIKELY TO OCCUR IN THE FLORIDA PANHANDLE Compiled by the U.S. Fish and Wildlife Service November 2012 Common Name Scientific Name FWS Status State Status Natural Communities Bay Cal Esc Fra Gad Gul Hol Jack Jef Leo Lib Oka San Wak Wal Was Dew -thread Drosera filifolia E Lacustrine: exposed lake bottoms Bay Was Eastern ninebark Physocarpus opulifolius E Riverine: seepage stream banks Cal Jac False hellebore Veratrum woodii E Terrestrial: slope forest Gad Lib Florida anise Illicium floridanum T Palustrine: floodplain forest, baygall Riverine: seepage stream bank Terrestrial: slope forest, seepage slope Bay Cal Esc Gad Jac Lib Oka San Wak Wal Was Florida bear- grass Nolina atopocarpa ce T Terrestrial: mesic flatwoods grassy areas Fra Lib Florida pondweed Potamogeton floridanus ce Riverine: blackwater stream Esc San Florida skullcap Scutellaria floridana T E Palustrine: seepage slope, wet flatwoods, grassy openings Terrestrial: mesic flatwoods Bay Fra Gul Lib Florida spiny- pod Matelea floridana ce E Terrestrial: upland mixed forest, upland hardwood forest Jac Lib Florida torreya Torreya taxifolia E E Terrestrial: slope forest, upland mixed forest, and ravines. Gad Jac Lib Florida willow Salix floridana ce E Palustrine: hydric hammock, bottomland forest Riverine: spring - run stream margins Jac Jef Florida yew Taxus floridana ce E Palustrine: dome swamp Terrestrial: slope forest Gad Lib Was Flyr's brickell- bush Brickellia cordifolia ce E Terrestrial: upland hardwood forest, near streams Gad Jac Jef Leo Wak Fringed campion Silene polypetala E E Terrestrial: upland mixed forest, slope forest, and along utility corridors in appropriate habitats. Gad Jac Gentian pinkroot Spigelia gentianoides E E Terrestrial: mixed hardwood forest; rich humus Cal Gad Jac Lib Was E=endangered, T=threatened, P=proposed, C=candidate, SSC=species of special concern, ce,---consideration encouraged, CHritical Habitat, BGEPA=Bald and Golden eagle protect'on act This is not an exhaustive list of where species do occur, but a guide to indicate areas that might require surveys if appropriate habitat exists. Please contact Florida Natural Areas Inventory (850-224-8207) for additional species location information. Page 11 of 19 11111 11111 11111 NS MIN 111111 IMO NM 11111 11111 Ell MN NIB NM 11E1 NM 11111 MIN Ell 111111 En 1111 11111 MN 11111 MIN NE INN 11111 11111 1111 FEDERAL THREATENED, ENDANGERED, AND OTHER SPECIES OF CONCERN LIKELY TO OCCUR IN THE FLORIDA PANHANDLE Compiled by the U.S. Fish and Wildlife Service November 2012 Common Name Scientific Name FWS Status State Status Natural Communities Bay Cal Esc Fra Gad Gul Hol Jack Jet Leo Lib Oka San Wak Wal ' Was Giant water- dropwort Oxypolis filiformis greenmanii E Palustrine: dome swamp, wet flatwoods, ditches; in water Bay Cal Gul Godfrey's spiderlily Hymenocallis godfreyi ce Estuarine: Brackish Marshes Wak Godfrey's (violet) butterwort Pinguicula ionantha T E Palustrine: wet flatwoods, wet prairie, bog; in shallow water Riverine: seepage slope; in shallow water. Also, roadside ditches and similar habitat. Bay Cal Fra Gul Lib Wak Godfrey's blazing star Liatris provincialis ce E Terrestrial: sandhill, scrub, coastal grassland; disturbed areas Fra Wak Green adder's- mouth Ma/axis unifolia E Palustrine: floodplain forest Terrestrial: slope forest, upland mixed forest Jac Leo Lib Wak Green violet Hybanthus concolor E Terrestrial: slope forest, upland mixed forest Gad Gulf coast lupine Lupinus westianus ce T Terrestrial: beach dune, scrub, disturbed areas, roadsides, blowouts in dunes Bay Esc Fra Gul Oka San Wal Was Gulf sweet pitcherplant Sarracenia rubra ssp. gulfensis ce Wal Was Hairy fever tree Pinckneya bracteata T Palustrine: creek swamps, titi swamps, bogs Bay Jac Harper's beauty Harperocallis flava E E Palustrine: wet prairie, seepage slope, roadsides, edges of titi swamps Bay Cal Fra Gul Lib Harper's grooved yellow flax Linum sulcatum var harperi ce Palustrine: wet flatwoods Terrestrial: mesic flatwoods; in site -prepped areas Fra Gul Lib Harper's yellow- eyed grass Xyris scabrifolia ce T Palustrine: seepage slope, wet prairie, bogs Bay Cal Esc Fra Gul Lib Was Heartleaf Hexastylis arifolia T Riverine: seepage stream bank Terrestrial: slope forest Esc Jef Leo Lib Oka San Wal Was E=endangered, T=threatened, P=proposed, C=candidate, SSC=species of special concern, ce=consideration encouraged, CH�ritical Habitat, BGEPA=Bald and Golden eagle protecfon act This is not an exhaustive list of where species do occur, but a guide to indicate areas that might require surveys if appropriate habitat exists. Please contact Florida Natural Areas Inventory (850-224-8207) for additional species location information. Page 12 of 19 FEDERAL THREATENED, ENDANGERED, AND OTHER SPECIES OF CONCERN LIKELY TO OCCUR IN THE FLORIDA PANHANDLE Compiled by the U.S. Fish and Wildlife Service November 2012 Common Name Scientific Name FWS Status State Status Natural Communities Bay Cal Esc Fra Gad Gui Hol Jack Jef Leo Lib Oka San Wak Wal Was Heart -leaved willow Salix eriocephala E Palustrine: floodplain swamp, alluvial woodlands Gad Jac Leo Hooded pitcher plant Sarracenia minor T Palustrine: wet flatwoods, wet prairie, seepage slope Fra Gad Gul Jef Leo Wak Hummingbird flower Macranthera flammea E Palustrine: seepage slope, dome swamp edges, floodplain swamps Riverine: seepage stream banks Terrestrial: seepage slopes Bay Cal Esc Fra Jac Leo Lib Oka San Wal Indian cucumber -root Medeola virginiana E Palustrine: bottomland forest Terrestrial: bottomland forest Gad Leo San Karst pond xyris Xyris longisepala E Lacustrine: sandhill upland lake margins Bay ? Leo ? Wal ? Lace -lip Spiranthes laciniata T Palustrine: wet flatwoods Bay Large whorled pogonia Isotria verticillata E Terrestrial: slope forest Gad Was Large -flowered grass -of- parnassus Parnassia grandifolia E Palustrine: dome swamp margins, seepage slope Riverine: blackwater stream, spring -run stream edge Terrestrial: mesic flatwoods Fra Lib Large -leaved jointweed Polygonella macrophylla ce T Terrestrial: scrub, sand pine/oak scrub ridges Bay Esc Fra Oka San Wak Wal Little people Lepuropetalon spathulatum E Terrestrial: upland glade, moist soil Gad Marianna columbine Aquilegia canadensis var australis ce E Palustrine: floodplain forest Terrestrial: bluff; soil over limestone Jac Lib Was Meadowbeauty Rhexia parviflora ce E Palustrine: dome swamp margin, seepage slope, depression marsh; on slopes; with hypericum Bay Cal Fra Gul Lib Oka E=endangered, T=threatened, P=proposed, Candidate, SSC=species of special concern, ce=consideration encouraged, CH�ritical Habitat, BGEPA=Bald and Golden eagle protection act This is nut an exhaustive list of where species do occur, but a guide to indicate areas that might require surveys if appropriate habitat exists. Please contact Florida Natural Areas Inventory (850-224-8207) for additional species location information. Page 13of19 -Ell 11111 11111 _11111 ME NM Nil NMI MN EN EN 11E1 MN 11E11 11111 1111 _ S IIIIII IIIIII M M MI all M M M OM IIIIII S M OM E NM IIIIIII I FEDERAL THREATENED, ENDANGERED, AND OTHER SPECIES OF CONCERN LIKELY TO OCCUR IN THE FLORIDA PANHANDLE Compiled by the U.S. Fish and Wildlife Service November 2012 Common Name Scientific Name FWS Status State Status Natural Communities, Bay Cal Esc Fra Gad Gul Hol Jack Jef Leo Lib Oka San Wak Wal Was Mexican tear- thumb Polygonum meisnerianum E Lacustrine: clastic upland lakes, sandhill upland lake, sinkhole lake Palustrine: floodplain forests; shallow water at edge Jef Leo Miccosukee gooseberry Ribes echinellum T E Terrestrial: upland mixed forest, upland hardwood forest. Only known sites along east bank of Lake Miccosukee. Gad Jef Mountain laurel Kalmia latifolia T Riverine: seepage stream bank Terrestrial: slope forest, seepage stream banks Bay Cal Esc Gad Hol Jac Leo Lib Oka San Wal Was Narrow -leaved trillium Trillium lancifolium E Palustrine: bottomland forest Terrestrial: upland mixed forest, slope forest Gad Jac Lib Nettle -leaved sage Salvia urticifolia E Terrestrial: upland glade Gad Jac Northern prickley ash Zanthoxylum americanum E Terrestrial: slope forest; calcareous soils Gad Jac Nutall's rayless goldenrod Bigelowia nutallii E Riverine: seepage stream banks Terrestrial: scrub, upland pine forest - sandstone outcrops Was Orange azalea Rhododendron austrinum E Palustrine: bottomland forest Riverine: seepage stream bank Terrestrial: slope forest, upland mixed forest Cal Esc Gad Hol Jac Leo Lib Oka San Wal Was Panhandle lily Lilium iridollae ce E Palustrine: baygall, dome swamp edges, mucky soil, seepage slope, edges of titi bogs, Riverine: blackwater stream banks Esc Leo Oka San Wal Panhandle Meadow -beauty Rhexia salicifolia ce Bay Cal Leo Oka Wak Wal Was E=endangered, T=threatened, P=proposed, Candidate, SSC=species of special concern, ce=consideration encouraged, CH=Critical Habitat, BGEPA=Bald and Golden eagle protection act This is not an exhaustive list of where species do occur, but a guide to indicate areas that might require surveys if appropriate habitat exists. Please contact Florida Natural Areas Inventory (850-224-8207) for additional species location information. Page 14of19 FEDERAL THREATENED, ENDANGERED, AND OTHER SPECIES OF CONCERN LIKELY TO OCCUR IN THE FLORIDA PANHANDLE Compiled by the U.S. Fish and Wildlife Service November 2012 Common Name Scientific Name FWS Status State Status Natural Communities Bay Cal Esc Fra Gad Gul Hol Jack Jef Leo Lib Oka San Wak Wal ` Was Panhandle spiderlily Hymenocallis henryae ce E Palustrine: dome swamp edges, wet prairie, wet flatwoods, baygall edges, swamp edges Terrestrial: wet prairies and flatwoods Bay Fra Gul Lib Wal Papery whitlow- wort Paronychia chartacea minima T E Terrestrial: Karst sandhill lake margins Bay Jac Was Parrot pitcher plant Sarracenia psittacina T Palustrine: wet flatwoods, wet prairie, seepage slope Bay Cal Esc Fra Gad Gul Hol Jac Lib Oka San Wak Wal Was Perforate reindeer lichen Cladonia perforata E E Terrestrial: coastal strand, rosemary scrub; full sun. Sites: Eglin AFB Santa Rosa/Okaloosa Island. Oka San Pine -woods aster Eurybia spinulosus ce E Palustrine: seepage slope Terrestrial: sandhill, scrubby and mesic flatwoods Bay Cal Fra Gul Was Pondspice Litsea aestivalis ce E Palustrine: hydric hammock, baygall, dome swamp; on peaty soils Oka Primrose -flower butterwort Pinguicula primulifolia E Palustrine: bogs, pond margins, margins of spring runs Bay Esc Hol Oka San Wal Was Purple cliff brake Pel/aea atropurpurea E Terrestrial: upland glade Jac Wal Was Pyramid magnolia Magnolia pyramidata E Terrestrial: slope forest Bay Cal Gad Jac Leo Lib Oka San Wal Was Quillwort yellow- eyed grass Xyris isoetifolia ce Lacustrine: sandhill upland lake margins Palustrine: wet flatwoods, wet prairie Bay Gul Was Red -flowered pitcher plant Sarracenia rubra T Palustrine: bog, wet prairie, seepage slope, wet flatwoods Riverine: seepage stream banks Esc Oka San Wal Rosebud orchid or spreading pagonia Cleistes divaricata T Palustrine: wet flatwoods Bay E=endangered, T=threatened, P=proposed, C=candidate, SSC=species of special concern, ce=consideration encouraged, CH=Critical Habitat, BGEPA=Bald and Golden eagle protection act This is not an exhaustive list of where species do occur, but a guide to indicate areas that might require surveys if appropriate habitat exists. Please contact Florida Natural Areas Inventory (850-224-8207) for additional species location information. Page 15 of 19 11111 - - - - 11111 - - - - - - - - - - - - - INN N - - MN - E - - - I - - - - I N FEDERAL THREATENED, ENDANGERED, AND OTHER SPECIES OF CONCERN LIKELY TO OCCUR IN THE FLORIDA PANHANDLE Compiled by the U.S. Fish and Wildlife Service November 2012 Common Name Scientific Name FINS Status State Status Natural Communities Bay Cal Esc Fra Gad Gul Hol Jack Jef Leo Lib Oka San Wak Wal Was Rue anemone Thalictrum tha/ictroides T Terrestrial: bluff, slope forest; on limestone Gad Jac Leo Scare -weed Baptisia simplicifolia ce T Terrestrial: mesic flatwoods, sandhill; on disturbed sites Fra Gad Leo Lib Wak Shade betony Stachys crenata E Terrestrial: upland glades, calcareous soils Gad Shooting star Dodecatheon meadia E Terrestrial: upland glade, upland mixed forest Gad Sicklepod Arabis canadensis E Terrestrial: upland mixed forest, limestone outcrops Jac Lib Silky camellia Stewartia malacodendron E Palustrine: baygall Palustrine: slope forest, upland mixed forest, Terrestrial: slope forest, upland mixed forest; acid soils Bay Cal Esc Gad Lib Oka San Wal Was Smooth -barked St. John's wort Hypericum /issoph/oeus ce E Lacustrine: sandhill upland fake margins Terrestrial: sandhill upland lake margins Bay ? Was Snowy orchid Platanthera nivea T Palustrine: bogs Bay Cal Gul Jac Leo Wak Wal Was Southern lip fern Cheilanthes microphylla E Terrestrial: upland mixed forest, shell mound, rockland hammock; on limestone Was Southern marshallia Marshallia ramosa E Terrestrial: upland pine forest, with wiregrass (Aristida stricta) Was Southern milkweed Asclepias viridula ce T Palustrine: wet prairie, seepage slope edges Riverine: seepage stream banks Terrestrial: mesic flatwoods, drainage ditches Bay Fra Gul Jef Lib Wak Wal Was Southern red lily Lilium catesbaei T Palustrine: wet prairie, wet flatwoods, seepage slope Terrestrial: mesic flatwoods, seepage slope; usually with grasses Bay Cal Esc Fra Gad Gul Jac Lib San Wak Wal Was E=endangered, T=threatened, P=proposed, Candidate, SSC=species of special concern, ce=consideration encouraged, CH=Critical Habitat, BGEPA=Bald and Golden eagle protection act This is not an exhaustive list of where species do occur, but a guide to indicate areas that might require surveys if appropriate habitat exists. Please contact Florida Natural Areas Inventory (850-224-8207) for additional species location information. Page 16 of 19 FEDERAL THREATENED, ENDANGERED, AND OTHER SPECIES OF CONCERN LIKELY TO OCCUR IN THE FLORIDA PANHANDLE Compiled by the U.S. Fish and Wildlife Service November 2012 Common Name Scientific Name _ FWS Status State Status Natural Communities Bay Cal Esc Fra Gad Gul Hol Jack Jef Leo Lib Oka San Wak Wal Was Spoon -leaved sundew Drosera intermedia T Lacustrine: sinkhole lake edges Palustrine: seepage slope, wet flatwoods, depression marsh Riverine: seepage stream banks, drainage ditches Bay Cal Esc Fra _ Gul Leo Oka San Wal St. John's-susan Rudbeckia nitida ce E Palustrine: wet flatwoods and prairies, roadside ditches Bay Sweet shrub Calycanthus floridus E Terrestrial: upland hardwood forest, slope forest, bluffs Palustrine: bottomland forest, stream banks, floodplains Bay Esc Fra Gad Jac Lib Oka San Wal Telephus spurge Euphorbia telephioides T E Terrestrial: mesic flatwoods; disturbed wiregrass (Aristide stricta) areas, coastal scrub. All known sites are within 4 miles of Gulf of Mexico. Bay Fra Gul Thick -leaved water willow Justicia crassifolia ce E Palustrine: dome swamp, seepage slope Terrestrial: mesic flatwoods Bay Fra Gul Trailing arbutus Epigaea repens E Terrestrial: bluff, slope forest, mixed hardwood forest Esc Gad Lib Oka San Tropical waxweed Cuphea aspera ce Palustrine: wet prairie, seepage slope Terrestrial: mesic flatwoods Cal Fra Gul Trout lily Erythronium umbilicatum _ E Terrestrial: slope forest, bluff Gad Leo Washington thorn Crataegus phaenopyrum E Palustrine: basin swamp, basin marsh, edges of wet areas Lib Wak Was West Florida cow -lily Nuphar ulvacea ce Cal Esc Jac Oka San Was West's flax Linum westii ce E Palustrine: dome swamp, depression marsh, wet flatwoods, wet prairie, pond margins ? Cal Fra Gul Jac Lib Oka E=endangered, T=threatened, Proposed, C=candidate, SSC=species of special concern, ce=consideration encouraged, CHritical Habitat, BGEPA=Bald and Golden eagle protection act This is not an exhaustive list of where species do occur, but a guide to indicate areas that might require surveys if appropriate habitat exists. Please contact Florida Natural Areas Inventory (850-224-8207) for additional species location information. Page 17 of 19 -NM 11E1 NIB NM INN NM NM -MEI 11111 NMI 1111 NEI MEI NIB 1011 - N ■E En ER 1 E-- — E--- MI— M 1 N r FEDERAL THREATENED, ENDANGERED, AND OTHER SPECIES OF CONCERN LIKELY TO OCCUR IN THE FLORIDA PANHANDLE Compiled by the U.S. Fish and Wildlife Service November 2012 Common Name Scientific Name FWS Status State Status Natural Communities Bay Cal Esc Fra Gad Gul Hol Jack Jef Leo Lib Oka San Wak Wal Was White birds -in -a- nest Macbridea alba T E Palustrine: seepage slope Terrestrial: grassy mesic pine flatwoods, savannahs, roadsides, and similar habitat. Bay Fra Gul Lib White Indian Plantain Arnoglossum album ce Palustrine: wet flatwoods Bay Gul White -top pitcher plant Sarracenia leucophylla ce E Palustrine: wet prairie, seepage slope, baygall edges, ditches Bay Cal Esc Fra Gul Hol Lib Oka San Wal Wild coco Pteroglossaspis ecristata ce T Terrestrial: pine rockland, upland hardwood forest, scrubby flatwoods, mesic flatwoods; on moist sand Lib Wak Wild hydrangea Hydrangea arborescens E Terrestrial: bluff Lib Wal Wiregrass gentian Gentiana pennelliana ce E Palustrine: seepage slope, wet prairie, roadside ditches Terrestrial: mesic flatwoods, planted slash pine Bay Cal Fra Gad Gul Leo Lib Wak Wal Wood's poppy- mallow Callirhoe papaver E Terrestrial: upland mixed forest, roadsides; edge or understory Gad Jac Leo Yellow butterwort Pinguicula lutea T Palustrine: flatwoods, bogs Bay Fra Gul Jef Oka Wak Wal Yellow fringed orchid Platanthera ciliaris T Palustrine: bogs, wet flatwoods Terrestrial: Bluff Bay Cal Esc Gul Hol Jac Lib Oka San Wal Was Yellow fringeless orchid Platanthera into gra ce E Palustrine: wet prairie, seepage slope Terrestrial: mesic flatwoods Bay Cal Esc Fra Gul Jac Lib Oka San Wak Wal Was Yellow -root Xanthorhiza simplicissima E Riverine: seepage stream; sandy banks Gad Jac San Wal Reptiles: Alligator snapping turtle Macroclemys temminckii ce SSC Estuarine: tidal marsh Lacustrine: river floodplain lake, swamp lake Riverine: alluvial stream, blackwater Bay Cal Esc Fra Gad Gul Hol Jac Jef Leo Lib Oka San Wak Wal Was E=endangered, T=threatened, Proposed, C=candidate, SSC=species of special concern, ce=consideration encouraged, CH=Critical Habitat, BGEPA=Bald and Golden eagle protect on act This is not an exhaustive list of where species do occur, but a guide to indicate areas that might require surveys if appropriate habitat exists. Please contact Florida Natural Areas Inventory (850-224-8207) for additional species location information. Page 18 of 19 FEDERAL THREATENED, ENDANGERED, AND OTHER SPECIES OF CONCERN LIKELY TO OCCUR IN THE FLORIDA PANHANDLE Compiled by the U.S. Fish and Wildlife Service November 2012 Common Name Scientific Name FWS Status. State Status Natural Communities Bay Cal Esc Fra Gad Gul Hol Jack Jef Leo Lib Oka San Wak Wal Was stream Barbour's map turtle Graptemys barbouri ce SSC Palustrine: floodplain stream, floodplain swamp Riverine: alluvial stream Cal Fra Gad Gul Jac Lib Eastern indigo snake Drymarchon couperi T T Estuarine: tidal swamp Palustrine: hydric hammock, wet flatwoods Terrestrial: mesic flatwoods, upland pine forest, sandhills, scrub, scrubby flatwoods, rockland hammock, ruderal Bay Cal Esc Fra Gad Gul Hol Jac Jef Leo Lib Oka San Wak Wal Was Florida pine snake Pituophis melanoleucus mugitus ce SSC Lacustrine: ruderal, sandhi!! upland lake Terrestrial: sandhill, scrubby flatwoods, xeric hammock, ruderal Bay Cal Esc Fra Gad Gul Hol Jac Leo Lib Oka San Wak Wal Gopher tortoise Gopherus polyphemus C SSC Terrestrial: sandhills, scrub, scrubby flatwoods, xeric hammocks, coastal strand, ruderal Bay Cal Esc Fra Gad Gul Hol Jac Jef Leo Lib Oka San Wak Wal Was Green turtle Chelonia mydas E E Terrestrial: sandy beaches; nesting Bay Esc Fra Gul Oka San Wal Hawksbill turtle Eretmochelys imbricata imbricata E E Marine: open water; no nesting Bay Esc Fra Gu! Jef Oka San Wak Wal Kemp's ridley turtle Lepidochelys kempii E E Terrestrial: sandy beaches; nesting Bay Esc Fra Gul Oka San Wal Leatherback turtle Dermochelys coriacea E E Terrestrial: sandy beaches; nesting Bay Esc Fra Gul Oka San Wal Loggerhead turtle Caretta caretta T T Terrestrial: sandy beaches; nesting Bay Esc Fra Gul Oka San Wal E=endangered, T=threatened, P=proposed, C=candidate, SSC=species of special concern, ce=consideration encouraged, CH=Critical Habitat, BGEPA=Bald and Golden eagle protection act This is not an exhaustive list of where species do occur, but a guide to indicate areas that might require surveys if appropriate habitat exists. Please contact Florida Natural Areas Inventory (850-224-8207) for additional species location information. Page 19of19 —11111 On 111111 EN INN NEI 11111 111111 11111 — 11111 — 11111 11111 — 1 Table 3 Federally Listed Species in Florida Consultation for SAJ-14 2001 - Subaqueous Utility and Transmission Lines Finding Agency Status Species Listing MAMMALS NE FWS E Myotis grisescens Bat, Grey NE FWS E Odocoileus virginianus clavium Deer, Key MANLAA FWS* E Trichechus manatus Manatee, West Indian MANLAA FWS E Peromyscus polionotus phasma Mouse, Anastasia Island Beach MANLAA FWS* E Peromyscus polionotus allophrys Mouse, Choctawhatchee Beach NE FWS E Peromyscus gossypinus allapaticola Mouse, Key Largo Cotton MANLAA FWS* E Peromyscus polionotus trissyllepsis Mouse, Perdido Key Beach MANLAA FWS T Peromyscus polionotus niveiventris Mouse, Southeastern Beach MANLAA FWS* E Peromyscus polionotus peninsularis Mouse, St. Andrew Beach MANLAA FWS E Puma concolor coryi Panther, Florida NE FWS E Sylvilagus palustris hefneri Rabbit, Lower Keys Marsh NE FWS* E Oryzomys palustris natator Rice Rat (Lower FL Keys) NE FWS E Microtus pennsylvanicus dukecampbelli Vole, Florida Salt Marsh NE NMFS E Balaenoptera musculus Whale, Blue NE NMFS E Balaenoptera physalus Whale, Finback NE NMFS E Megaptera novaeangliae Whale, Humpback MANLAA NMFS* E Eubalaena glacialis Whale, Right NE NMFS E Balaenoptera borealis Whale, Set NE NMFS E Physeter macrocephalus Whale, Sperm NE FWS E Canis rufus Wolf, Red NE FWS E Neotoma floridana smalli Woodrat, Key Largo BIRDS MANLAA FWS T Polyborus plancus audubonii Caracara, Audubon's Crested MANLAA FWS T Aphelocoma coerulescens Jay, Florida Scrub MANLAA FWS* E Rostrhamus sociabilis plumbeus Kite, Everglade Snail MANLAA FWS* T Charadrius melodus Plover, Piping MANLAA FWS E Ammodranzus(=Ammospiza) maritimus mirabilis Sparrow, Cape Sable Seaside MANLAA FWS E Ammodramus savannarum floridanus Sparrow, Florida Grasshopper MANLAA FWS E Mycteria americana Stork, Wood MANLAA FWS T Sterna dougallii dougallii Tern, Roseate MANLAA FWS E Vermivora bachmanii Warbler, Bachman's MANLAA FWS E Dendroica kirtlandii Warbler, Kirtland's MANLAA FWS E Picoides borealis Woodpecker, Red -cockaded REPTILES & AMPHIBIANS MANLAA FWS* E Crocodylus acutus Crocodile, American MANLAA FWS* T Ambystoma cingulatum Salamander, Frosted Flatwoods MANLAA FWS* E Ambystoma bishopi Salamander, Reticulated Flatwoods MANLAA NMFS/FWS E Chelonia mydas Sea Turtle, Green MANLAA NMFS/FWS E Eretmochelys imbricata Sea Turtle, Hawksbill MANLAA NMFS/FWS E Lepidochelys kempii Sea Turtle, Kemp's ridley MANLAA NMFS/FWS E Dermochelys coriacea Sea turtle, Leatherback MANLAA NMFS/FWS T Caretta caretta Sea Turtle, Loggerhead MANLAA FWS T Eumeces egregius lividus Skink, Bluetail Mole MANLAA FWS T Neoseps reynoldsi Skink, Sand MANLAA FWS T Nerodia clarkii taeniata Snake, Atlantic Salt Marsh MANLAA FWS T Drymarchon corais couperi Snake, Eastern Indigo FISH MANLAA FWS T Etheostoma okaloosae Darter, Okaloosa MANLAA NMFS* E Pristis pectinata Sawfish, Smalltooth MANLAA NMFS* E Acipenser oxyrinchus Sturgeon, Atlantic MANLAA NMFS/FWS* T Acipenser oxyrinchus desotoi Sturgeon, Gulf MANLAA NMFS E Acipenser brevirostrum Sturgeon, Shortnose INVERTEBRATES MANLAA FWS* T Elliptoideus sloatianus Bankclimber, Purple MANLAA FWS E Heraclides aristodemus ponceanus Butterfly, Schaus Swallowtail MANLAA NMFS* T Acropora palmata Coral, Elkhorn MANLAA NMFS* T Acropora cervicornis Coral, Staghorn MANLAA FWS* E Medionidus penicillatus Moccasinshell, Gulf MANLAA FWS* E Medionidus simpsonianus Moccasinshell, Ochlockonee MANLAA FWS* E Pleurobema pyriforme Pigtoe, Oval MANLAA FWS* E Lampsilis subangulata Pocketbook, Shinyrayed MANLAA FWS T Palaemonetes cummingi Shrimp, Squirrel Chimney Cave MANLAA FWS* T Elliptio chipolaensis Slabshell, Chipola NE FWS T Orthalicus reses Snail, Stock Island Tree MANLAA FWS* E Amblema neislerii Three -ridge, Fat PLANTS MANLAA FWS E Chrysopsis floridana Aster, Florida Golden MANLAA FWS E Nolina`brittoniana Beargrass, Britton's MANLAA FWS E Harperocallis flava Beauty, Harper's MANLAA FWS E Campanula robinsiae Bellflower, Brooksville MANLAA FWS T Macbridea alba Birds -in -a -nest, White MANLAA FWS E Liatris ohlingerae Blazingstar, Scrub MANLAA FWS T Bonamia grandiflora Bonamia, Florida MANLAA FWS T Eriogonum longifblium gnaphalifolium Buckwheat, Scrub MANLAA FWS T Pinguicula ionantha Butterwort, Godfrey's NE FWS E Pilosocereus robinii Cactus, Key tree MANLAA FWS E Silene polypetala Campion, Fringed MANLAA FWS E Schwalbea americana Chaffseed, American MANLAA FWS E Cladonia perforata Cladonia, Florida Perforate MANLAA FWS E Chionanthus pygmaeus Fringe -tree, Pygmy MANLAA FWS T Ribes echinellum Gooseberry, Miccosukee MANLAA FWS E Cucurbita okeechobeensis okeechobeensis Gourd, Okeechobee MANLAA FWS E Crotalaria avonensis Harebells, Avon Park MANLAA FWS E Hypericum cumulicola Hypericum, Highlands Scrub MANLAA FWS E Jacquemontia reclinata Jacquemontia, Beach MANLAA FWS E Amorpha crenulata Lead -plant, Crenulate 1 MANLAA FWS E Lupinus aridorum Lupine, Scrub MANLAA FWS E Thalictrum cooleyi Meadowrue, Cooley's MANLAA FWS E Galactia smallii Milkpea, Small's MANLAA FWS E Dicerandra christmanii Mint, Garrett's MANLAA FWS E Dicerandra immaculata Mint, Lakela's MANLAA FWS E Dicerandra cornutissima Mint, Longspurred MANLAA FWS E Dicerandra frutescens Mint, Scrub MANLAA FWS E Warea carteri Mustard, Carter's MANLAA FWS E Deeringothamnus pulchellus Pawpaw, Beautiful MANLAA FWS E Asimina tetramera Pawpaw, Four -petal MANLAA FWS E Deeringothamnus rugelii Pawpaw, Rugel's MANLAA FWS T Clitoriafragrans Pigeon Wings MANLAA FWS E Spigelia gentianoides Pinkroot, Gentian MANLAA FWS E Prunus geniculata Plum, Scrub MANLAA FWS E Polygala lewtonii Polygala, Lewton's MANLAA FWS E Polygala smallii Polygala, Tiny MANLAA FWS E Cereus eriophorus fragrans Prickly -apple, fragrant MANLAA FWS E Rhododendron chapmanii Rhododendron, Chapman MANLAA FWS E Conradina glabra Rosemary, Apalachicola MANLAA FWS E Conradina etonia Rosemary, Etonia MANLAA FWS E Conradina brevifolia Rosemary, Short -leaved MANLAA FWS E Polygonella myriophylla Sandlace MANLAA NMFS* T Halophila johnsonii Seagrass, Johnson's MANLAA FWS T Scutellaria floridana Skullcap, Florida MANLAA FWS E Eryngium cuneifolium Snakeroot MANLAA FWS E Chamaesyce deltoidea deltoidea Spurge, Deltoid MANLAA FWS T Chamaesyce garberi Spurge, Garber's MANLAA FWS T Euphorbia telephioides Spurge, Telephus MANLAA FWS E Torreya taxifolia goveniana Torreya, Florida MANLAA FWS E Warea amplexifolia Warea, Wide -leaf MANLAA FWS E Justicia cooleyi Water -willow, Cooley's MANLAA FWS T Paronychia chartacea Whitlow -wort, Papery MANLAA FWS E Polygonella basiramia Wireweed MANLAA FWS E Ziziphus celata Ziziphus, Florida *Finding also applies to Designated Critical Habitat MANLAA — may affect not likely to adversely affect NE — no effect GENERAL CONDITIONS FOR DEPARTMENT OF THE ARMY GENERAL PERMITS General Conditions 1. The time limit for completing the work authorized ends on December 20, 2018. 2. You must maintain the activity authorized by this permit in good condition and in conformance with the terms and conditions of this permit. You are not relieved of this requirement if you abandon the permitted activity, although you may make a good faith transfer to a third party in compliance with General Condition 4 below. Should you wish to cease to maintain the authorized activity or should you desire to abandon it without a good faith transfer, you must obtain a modification of this permit from this office, which may require restoration of the area. 3. If you discover any previously unknown historic or archeological remains while accomplishing the activity authorized by this permit, you must immediately notify this office of what you have found. We will initiate the Federal and State coordination required to determine if the remains warrant a recovery effort or if the site is eligible for listing in the National Register of Historic Places. 4. If you sell the property associated with this permit, you must obtain the signature and mailing address of the new owner in the space provided below and forward a copy of the permit to this office to validate the transfer of this authorization. 5. You must allow representatives from this office to inspect the authorized activity at any time deemed necessary to ensure that it is being or has been accomplished in accordance with the terms and conditions of your permit. Further Information: 1. Limits of this authorization. a. This permit does not obviate the need to obtain other Federal, State, or local authorizations required by law. b. This permit does not grant any property rights or exclusive privileges. c. This permit does not authorize any injury to the property or rights of others. d. This permit does not authorize interference with any existing or proposed Federal projects. 2. Limits of Federal Liability. In issuing this permit, the Federal Government does not assume any liability for the following: a. Damages to the permitted project or uses thereof as a result of other permitted or unpermitted activities or from natural causes. b. Damages to the permitted project or uses thereof as a result of current or future activities undertaken by or on behalf of the United States in the public interest. c. Damages to persons, property, or to other permitted or unpermitted activities or structures caused by the activity authorized by this permit. d. Design or construction deficiencies associated with the permitted work. e. Damage claims associated with any future modification, suspension, or revocation of this permit. 3. Reliance on Applicant's Data: The determination of this office that issuance of this permit is not contrary to the public interest was made in reliance on the information you provided. 4. Reevaluation of Permit Decision: This office may reevaluate its decision on this permit at any time the circumstances warrant. Circumstances that could require a reevaluation include, but are not limited to, the following: a. You fail to comply with the terms and conditions of this permit. b. The information provided by you in support of your permit application proves to have been false, incomplete, or inaccurate (see 3 above). c. Significant new information surfaces which this office did not consider in reaching the original public interest decision. 5. Such a reevaluation may result in a determination that it is appropriate to use the suspension, modification, and revocation procedures contained in 33 CFR 325.7 or enforcement procedures such as those contained in 33 CFR 326.4 and 326.5. The referenced enforcement procedures provide for the issuance of an administrative order requiring you comply with the terms and conditions of your permit and for the initiation of legal action where appropriate. You will be required to pay for any corrective measures ordered by this office, and if you fail to comply with such directive, this office may in certain situations (such as those specified in 33 CFR 209.170) accomplish the corrective measures by contract or otherwise and bill you for the cost. 6. When the structures or work authorized by this permit are still in existence at the time the property is transferred, the terms and conditions of this permit will continue to be binding on the new owner(s) of the property. To validate the transfer of this permit and the associated liabilities associated with compliance with its terms and conditions, have the transferee sign and date below. (TRANSFEREE -SIGNATURE) (DATE) (NAME -PRINTED) (ADDRESS) GENERAL PERMIT REPLY TO ATTENTION OF Regulatory Division SAJ-14 Modification #1 DEPARTMENT OF THE ARMY JACKSONVILLE DISTRICT CORPS OF ENGINEERS ADDRESS CITY, FLORIDA ZIP CODE To Whom It May Concern: July 29, 2016 The U.S. Army Corps of Engineers (Corps) hereby modifies the Department of the Army Permit titled Regional General Permit SAJ-14 — SAJ-2005-09981 - SUBAQUEOUS UTILITY AND TRANSMISSION LINES IN FLORIDA issued December 20, 2013. This is the first modification. The changes are as follows. Add text to and delete text from Special Conditions 16 and 17 so these now read as follows (underline indicates added text and cross -through indicates deleted text): 16. Except as required by Special Condition 39.a. below, directional Directional boring vaults, junction boxes, and/or pads will not be constructed within 50 feet of the top of the bank of waterways (rivers/streams). Horizontal directional drilling pilot, entrance, and exit holes must be the minimum diameter necessary; and, must be set back from the waterway (river/stream) bank by a minimum of 50 feet. Excavated materials and drilling mud must be stockpiled on non -wetland areas, where available. Appropriate fabric must be placed beneath all materials stockpiled in wetlands. 17. Except as required by Special Conditions 39.b., 39.c. and 39.d. below, Except as noted in Special Conditions 18 and 19, below, all subaqueous utility and/or transmission lines authorized by this regional general permit must be installed a minimum of 6 feet below the bottom contour of any other water of the United States. The 6 -foot criterion applies to the entire authorized width of the crossing, plus a minimum of 10 feet on each side of the crossing. Delete Special Conditions 18, 19, 20 and 21. Replace with the following text: 18. (Deleted by Modification #1). 19. (Deleted by Modification #1). 20. (Deleted by Modification #1). 21. (Deleted by Modification #1). -2 - Add text to and delete text from Special Condition 39.b. so that it now read as follows (underline indicates added text) and cross -through indicates deleted text): b. Subaqueous utility lines installed via horizontal direction drilling (HDD) within a federal project must ensure the top of the HDD boring is a minimum of 14 feet beneath the bottom of any shallow draft navigation channel or 10 feet beneath the bottom of any flood control channel, including a minimum of 25 feet outside the channel edges to allow for maintenance of the side slopes, and the estimated total drilling fluid pressure is less than 10 psi. Add new Special Conditions 39.g. and h.: g. Projects not in compliance with these criteria (Special Conditions 39.a through 39.e., inclusive), shall not be eligible for authorization under SAJ-14 until case specific review has been completed by the Jacksonville District Engineering Division in accordance with 33 U.S.C. 408 and the project has received approval from the Jacksonville District Commander. h. Any activity within a Federal right -of- way shall require the permittee to enter into a consent -to -easement with the Real Estate Division, U.S. Army Corps of Engineers, Jacksonville or Mobile District, as appropriate, prior to the commencement of any construction activity. These changes are effective on the date of this letter. Authorization of activities that have commenced or are under contract to commence in reliance on SAJ-14 prior to the date of this letter will remain in effect provided the activity is completed within 12 months of the date of this letter. If you have any questions concerning this permit modification, please contact Bob Barron at the letterhead address, by telephone at 904-232-2203 or by electronic mail at Robert.B.Barron@usace.army.mil. BY AUTHORITY OF THE SECRETARY OF THE ARMY: 4C>►t: for Jason A. Kirk, P.E. Colonel, U.S. Army District Commander Report of the Geotechnical Investigation by Driggers Engineering Services dated 07/07/15 REPORT OF THE GEOTECHNICAL INVESTIGATION CLEARWATER SUBAQUEOUS CROSSING CLEARWATER, FLORIDA Driggers Engineering Services Incorporated DRI G G E R S ENGINEERING SERVICES INCORPORATED Geotechnical Engineering S. Construction Materials Testing King Engineering Associates, Inc. 4921 Memorial Highway Suite 300 Tampa, FL 33633 ATTENTION: Mr. Loc P. Truong, P.E., RE: Dear Loc: Report of the Geotechnical Investigation Clearwater Subaqueous Crossing Clearwater, Florida Our File DES 157559 July 7, 2015 DRIGGERS ENGINEERING SERVICES has completed the land and marine test borings authorized to date. Presented herein are the results of our field and laboratory tests, together with a discussion of our findings and recommendations. SUBSURFACE INVESTIGATION PROGRAM Plate I of the report illustrations identifies the respective positioning of a series of test borings that has been authorized to date to investigate subsurface conditions. The program consisted of six (6) land Standard Penetration Test borings and three (3) marine test borings. Please note that the performance of the marine test borings for the subaqueous crossing north of the Memorial Causeway Bridge has been delayed pending further alignment study. The locations depicted on Plate I are approximate. The land boring locations were surveyed by King Engineering Associates, Inc. (KEA) who provided elevations identified on the test boring logs. Please refer to the KEA drawings for refined test locations. The marine test borings were positioned approximately based upon supplied GPS coordinates. The mudline elevations were estimated from available bathymetry and are considered approximate. The Standard Penetration Test method of sampling was utilized on both the land and. marine test borings. Logs of the test borings are presented in the report attachments reflecting visual together with estimated Unified and AASHTO Soil classification. The test boring logs also present tabulated and graphically plotted Standard Penetration resistance values corresponding to Sarasota Phone: 941.371.3949 Fax: 941.371.8962 saroffice@driggers-eng.com Clearwater 12220 49th Street North • Clearwater, Florida 33762 Phone: 727.571.1313 • Fax: 727.572.4090 ciwoffice@driggers-eng.com Tampa Phone: 813.948.6027 Fax: 813.948.7645 tpaoffice@driggers-eng.com 2 each sample interval. Please note that the lines connecting the Standard Penetration resistance values are for ease of visual interpretation and do not imply a linear variation in soil or rock characteristics. A brief description of the Standard Penetration Test method of sampling is included in the report attachments. You will note that a Hand Cone Penetration test and hand auger boring was advanced to a depth of six (6) ft. to double check for utilities. The results are included in the appendix along with a brief description of the Cone Penetration test. LABORATORY INVESTIGATION A limited laboratory testing program was undertaken to aid in characterizing the engineering properties of the subsurface soils. Our laboratory tests included grainsize analyses, Atterberg Limits, natural moisture content and organic content tests. The results of our laboratory tests are included in the report attachments. GENERALIZED SUBSURFACE CONDITIONS LAND-BASED TEST BORINGS — Test boring B-1 at Clearwater Point encountered predominately medium dense to very loose fine sands with variable shell content extending to a depth of about 12 feet and included a seam of silty to clayey sand in the depth range of six (6) to eight (8) feet below existing grade. Below 12 feet, very loose silty sands graded to silty to clayey sands that continued to some 28 feet below existing grade. Beneath 28 feet, the limestone formation was encountered which extended to the termination depth of the test boring at 51.5 feet below grade. The limestone formation varied in consistency, as evidenced by penetration resistance values varying from approximately 14 blows per foot to refusal at 50 blows for 0.2 feet of penetration. Test boring B-2 which was performed on the Memorial Causeway, evidenced an upper unit of about five (5) feet of fine sands with variable shell content with a seam of gray silty to sand clay in the depth range of about 1.5 to 2.5 feet below grade. Very loose silty sands with variable shell content continued below five (5) feet to about 12 feet beneath the existing ground surface. An intermediate lens of fine sand with variable shell content continued from 12 feet to about 18 feet. Below 18 feet, very loose silty to clayey sand continued to some 23 feet beneath the ground surface, followed by relatively loose clayey sands that terminated above firm sandy clay at about 28 feet. The limestone formation was penetrated at 33 feet below existing grade and continued to Driggers Engineering Services Incorporated the termination depth of the test boring at 51.3 feet. The limestone formation exhibited relatively high Standard Penetration resistance values at each sample interval. Test boring B-3, also on Memorial Causeway, revealed the presence of an upper zone of fine sands with variable shell content extending to a depth of about eight (8) feet. Slightly silty to silty and clayey sands continued below eight (8) feet to about 23 feet below present grade. Penetration resistance values within this zone reflected very loose consistencies. Firm clay was encountered below 23 feet and terminated above the limestone formation at 28 feet beneath the existing ground surface. The limestone formation continued to the termination depth of 51.5 feet. In general, penetration resistance values within the limestone were generally high, but diminished to a blow count of approximately 19 blows per foot at the 50 foot depth interval. Test borings B-5 and B-6, also on Memorial Causeway, indicated predominately fine sands and silty sands with variable shell content extending to depths of some6.0 to 6.5 feet below existing grade. A seam of silty to clayey sands was encountered at boring B-5 in the depth range of 6.5 to 8 feet, whereas a one (1) foot layer of silty to sandy clay was encountered below six (6) feet in boring B-6. Both of the borings penetrated very loose silty fine sands with variable shell content below 7 to 8 feet and continuing to the termination depth of 16.5 feet. Test boring B-4 performed on the mainland side of the harbor encountered fine sands with variable shell content generally to a depth of about 8 feet. A thin seam of organic silty sand was encountered in the 4.5 to 5 foot depth interval. These upper shelly sands were very loose in consistency, based upon Cone Penetration Resistance and Standard Penetration resistance values. Below 8 feet and continuing to the surface of the limestone formation, the test boring encountered interbedded layers of silty to clayey sand and sandy clays, all of which exhibited a very loose or very soft consistency. The limestone formation was encountered at 29 feet, but penetration resistance diminished sharply near the 35 foot depth interval as the test boring appeared to have encountered an infilled dissolution feature, due to the presence of very loose silty to clayey sands, which continued to about 48 feet below existing grade. Soft limestone was evidenced near 50 feet and penetration resistance values increased within the samples recorded from 55 feet to the termination depth of 71.5 feet. Groundwater in the land-based borings generally was recorded at relatively shallow depths, commonly varying from the range of about El. +0.2 ft. to El. +2.9 ft. (NAVD). The water levels recorded in the test borings on Clearwater Point and Memorial Causeway are probably impacted by tidal variations as well as rainfall. We would anticipate typical water levels to approach El. +3± ft. or potentially higher under typical wet -season conditions and certainly significantly higher Driggers Engineering Services Incorporated 4 during storm events. The groundwater table was measured about 4.2 feet on the mainland test boring B-4 in early May. One would certainly anticipate a nominal one (1) to two (2) foot rise in this groundwater level during the normal wet season. MARINE TEST BORINGS — Test boring WB -1 encountered very loose, silty to slightly clayey sands from the mudline to a depth of about 17 feet below the water surface. Below 17 feet, stiff to very stiff clays with variable sand content and traces of limestone continued to some 27 feet, after which the limestone formation was penetrated to the termination depth of 55.5 feet. Penetration resistance values within the limestone varied from as low as 30 blows per foot to some 50 blows for zero (0) penetration. WB -2 indicated the presence of very loose silty to clayey sands extending from the mudline to a depth of about 17 feet below the water surface. Firm to very stiff and stiff clays with differing sand content and variable cementation occurred below 17 feet to some 32 feet below the water surface. In the depth range of 42 to approximately 47 feet, stiff clays appeared to be interlayered with cream limestone exhibiting a relatively stiff consistency. From a depth of 47 feet to the termination depth of 70.5 feet, the limestone formation was penetrated. Penetration resistance values varied from as low as 29 blows per foot to some 50 blows for 0.1 feet of penetration. Test boring WB -3 indicated the presence of very loose silty to clayey sands interlayered with very soft clays with differing silt and sand content from the water surface to a depth of about 22 feet. Very stiff clays with variable sand content and differing cementation occurred below 22 feet to some 32 feet. Below 32 feet and continuing to some 37 feet, hard sandy clays appeared to be interbedded with cream limestone. Below 37 feet, the limestone formation continued to the termination depth of about 55 feet. Penetration resistance values varied from as low as 18 blows per foot to some 50 blows for less than six (6) inches of penetration. Plate II of the report illustrations presents a profile of the test borings for the crossing between borings B-1 and B-2. EVALUATION AND GEOTECHNICAL RECOMMENDATIONS PROJECT DESCRIPTION — The project consists of the installation of a nominal 20 inch diameter Force Main using horizontal directional drilling in two (2) segments. One segment would originate on the mainland and extend below the inter -coastal waterway and exit on Memorial Causeway near the westerly end of the Memorial Causeway Bridge. A second segment would extend from Memorial Causeway in a southwesterly direction, terminating at Clearwater Point. Origgers Engineering Services Incorporated 5 Details relative to the final selected directional drill profile have yet to be finalized. However, we understand that the profile elevation below the harbor will be no higher than EI. -50 Ft. (NAVD) As previously mentioned, the marine test borings for the subaqueous segment from the Clearwater mainland to Memorial Causeway have yet to be authorized pending further studies with respect to the alignment of existing subaqueous utilities. In addition to the subaqueous crossing near the Memorial Causeway Bridge, a segment of pipeline having a nominal length of about 715 feet will be installed by direct burial with a minimum three (3) foot cover, extending westward from the subaqueous crossing exit. HORIZONTAL DIRECTIONAL DRILLING SEGMENT — Based on available information, we would anticipate that the pipeline would probably be advanced by horizontal directional drilling, principally within the underlying limestone formation. As discussed previously, the top of the limestone formation varies in elevation, and these variations can occur over relatively short lateral distances. This is due to the fact that the limestone formation, which is believed to represent the Tampa Member of the Miocene Arcadia Formation, was subject to surface erosion and dissolution following deposition. Accordingly, it must be anticipated that the limestone formation may include localized dissolution features, crevices and cavity zones that can occur at varying elevations that cannot be reliably predicted. A loss of circulation of drilling fluid frequently occurs where these features may be intersected, as well as when zones of increased, localized permeability or porosity may occur at varying and unpredictable elevations. The limestone formation also can vary significantly with respect to the degree of cementation or lithification. This is clearly evidenced by significantly varying penetration resistance values recorded in our test borings. Although not encountered in our test boring program, localized chert seams or nodules can occur within the limestone formation. However, from extensive experience in the Clearwater Beach area, such zones are generally of limited vertical and lateral extent and more typically present within the upper 10 to 20 feet of the limestone formation. During the horizontal directional drilling operations, the contractor should exercise appropriate ways and means to minimize any potential for an escape of drilling fluids to the surface (finking) or the development of excessive fluid pressures that could result in damage or displacement of structures and utilities, and yet maintain a stable borehole to prevent collapse of overburden soils. Driggers Engineering Services Incorporated 6 DIRECT EMBEDMENT PORTION — We have anticipated that the direct embedment portion of the pipeline may include either HDPE pipe or potentially ductile iron. Further, it is our understanding that the pipeline will be embedded with a minimum of three (3) foot of cover. Thus, one would anticipate that the pipe embedment would typically be in the range of perhaps five (5) to six (6) feet below existing grade. The soils typically encountered within and just below this anticipated depth of embedment would predominately consist of fine sands with variable shell content, which should be suitable for pipe support as well as provide suitable material for backfill placement. The more suitable soils for pipe backfill would generally consist of fine sands with nominal silt or clay fines, representing the Unified soil Classification SP to SP -SM or SM, or the AASHTO A3 to A-2-4 soil classification. With proper moisture control, these types of soils should be able to be compacted to the project specification requirements of 95% of the Modified Proctor maximum dry density per ASTM D-1557. Moisture contents may need to be adjusted to achieve this degree of compaction and we would suggest moisture content within ± 2% of the optimum moisture as determined by the Modified Proctor moisture density relationship. It must be anticipated that seams of silts, clays and highly organic soils may be present at varying elevations, especially within and immediately below the upper fill soils that were probably hydraulically placed to establish existing grades. These general soil types evidenced in our studies generally comprise the SC to CH and PT Unified Soil Classification or the A-26 to A7-6 or A8 AASHTO soil classifications, corresponding to moderate to high plasticity soils and highly organic soils respectively. Highly organic soils would be totally unsuitable for pipe support or backfill. The above soils with moderate to high plasticity would also be considered unsuitable and would furthermore be very difficult to attempt to compact to specification requirements. Accordingly, these types of materials should be disposed as directed by project specification requirements. Due to the potential variability of the fill materials that are likely to extend at or below the anticipated pipe embedment, it will be important to provide careful geotechnical inspection during the construction stage in order to identify materials that would be considered unsuitable for pipe bedding, as well as unsuitable or undesirable for use as backfill above the pipe. EXCAVATION STABILITY AND CONTROL AND MANAGEMENT OF GROUNDWATER — The entry and exit pits for the horizontal directional drilling will likely require appropriate sheeting and bracing or a trench box to maintain excavation stability dependent upon the planned depth of excavation. However, it is anticipated that the direct embedded pipeline will be constructed in an open excavation or perhaps utilizing trench box construction. Driggers Engineering Services Incorporated 7 With all the excavation activities, it is anticipated that control and management of groundwater will be important to maintain excavation stability, allow appropriate placement of piping to line and grade and to permit proper backfill placement and compaction. It is recommended that groundwater levels be maintained no less than one (1) foot below the maximum depth of excavation or deeper as needed, dependent upon the ways and means of construction. It is envisioned that the de -watering will be accomplished utilizing an appropriately designed well - point system. Due to the stratified nature of the subsurface soils, we would strongly recommend that the contractor retain the services of a qualified de -watering consultant in order to provide appropriate details for the installation of the well -points so as to maximize de -watering efficiency, and effect the required groundwater lowering to perform construction activities in accordance with project specification requirements. Open excavation areas should be appropriately sloped in accordance with applicable OSHA Trench Safety requirements. The excavation contractor should certainly exercise due care with respect to identification and protection of any existing structures or utilities that are within the area of influence of his work activities. LIMITATIONS The geotechnical investigation herein was performed to obtain subsurface information to help facilitate the design of the planned utilities. Our geotechnical investigation may not have included gathering of all information that may be desired by the respective contractor in the preparation of his bid proposal, or in the development of his ways and means of construction. Each contractor is encouraged to conduct such additional investigative effort or testing that he may deem appropriate to prepare his bid proposal and construction plan. Driggers Engineering Services Incorporated 8 DRIGGERS ENGINEERING SERVICES appreciates the opportunity to serve you and we trust that if you have any questions concerning our report, you will not hesitate to contact this office at your convenience. Respectfully Submitted, DRIGGERS ENGINEERING SERVICES, INC. FL Registration No. 16989 FJD/ff FJD-REP\2013\ 15 7559.2 Copies : (3) + Email: Addressee Driggers Engineering Services Incorporated • APPENDIX PLATE 1— BORING LOCATION PLAN PLATE II — TEST BORING PROFILE STANDARD PENETRATION TEST BORING LOGS Land Borings Marine Borings HAND AUGER BORING LOGS LABORATORY TEST RESLTS METHODS OF TESTING Standard Penetration Test - Automatic Hammer Hand Cone Penetration Test Driggers Engineering Services Incorporated PLATE I - BORING LOCATION PLAN Driggers Engineering Services Incorporated 1 w Ni ENGINEER DATE: 6/30/15 R.D.B. / F.J.D. PREPARED BY DES 157559 ARWATER MEMOI C USEWAY DRIGGERS ENGINEERING SUBAQUEOUS CROSSING PLATE I SERVICES, INCORPORATED CLEARWATER, FLORIDA SHEET NO PLATE II - TEST BORING PROFILE Driggers Engineering Services Incorporated ELEVATION IN FEET 15 -15 -30 -45 -60 -75 strata symbols Fine SAND Fine SAND with shell SOIL BORING PROFILE Clearwater Memorial Causeway Subaqueous Crossing, Clearwater, Florida 514175 100% B-1 ..N MIEN iii rrNM- r ■ EMU MINN ..- v LEGEND: 2 12 4 2 0 2 48 111 100 14 :ib WB -1 .0 r r r - =r ama- MINIM ..- -- MEM ..- .-- --- WM- EMIR ti 1 1 10 21 100 100 jV 57 100 Jo, Denotes Percent Loss of Circulation WB -2 r s• j crt f • 0 8 15 1 6 12 11 100 100% 100 1• 1� 100 50%►l 29 WB -3 1 4.- 4 iii ... NNW MEM MEN 11111111111 MEM MINIM MEM MEM --NEM MINIM MIME mimmmigm - iris 2 1 0 1 16 22 100 100 100 18 30 100 .1 100 5!4115 B-2 Nrjootc 1 1 1 24 4 0 8 6 100 100 100 100 Silty, clayey Fine SAND Silty Fine SAND Water Depth 737:': Slightly silty Fine SAND ruga: LIMESTONE I��a Silty, slightly clayey Fine SAND DRIGGERS ENGINEERING SERVICES, INC. 6i Sandy CLAY Cemented CLAY Silty, sandy CLAY 15 0 -15 -30 -45 -60 -75 PLATE II 1333 NI NOM/AT-13 IN N 1 EN I 0111 I NM M I 1 M OM En E I— N UN STANDARD PENETRATION TEST BORING LOGS Driggers Engineering Services Incorporated LAND BORINGS Driggers Engineering Services Incorporated 1 DRIGGERS ENGINEERING SERVICES INCORPORATED Project No. DES. 157559 BORING NO. B-1 Project Clearwater Memorial Causeway Subaqueous Crossing, Clearwater, Florida Location See Plate I Foreman B.D. Completion Depth To Depth 51.5' Date 5/4/15 Water 4.2' Time Date 5/4/15 DEPTH, FT SYMBOL co W --1 a * Cl) SOIL DESCRIPTION SURF. EL: +5.2+/-' (NAVD) BLOWS ON SAMPLER PER 6" OR PEN. STR. STANDARD PENETRATION TEST BLOWS/FT. ON 2" O.D. SAMPLER -140 LB. HAMMER, 30" DROP (AUTOMATIC HAMMER) 10 20 40 60 80 0 P:::.:‘:: Light gray Fine SAND with trace of roots 1/1/1 1/517 3/2/2 1/1/1 WH/WH/ WH WH/WH/ WH WH/1/1 1/26/22 7i17. \and trace of shell fragments (SP) (A-3) n o \Light grayish -brown Fine SAND with trace .. of shell fragments (SP) (A-3) .:43;:. \Tan Fine SAND with shell fragments (SP) (A-3) .:v Light brown Fine SAND (SP) (A-3) 5 ffeg Light grayish -brown Fine SAND with trace Moo of gray silty Fine SAND (SP) (A-3) �jljf , 4:'1e Light grayish -brown Fine SAND with shell (SP) (A-3) .p:R : Gray Fine SAND with shell fragments (SP) (A-3) - 10 •.b:C 737. .•.0:,:.: Very loose grayish -green silty, clayey Fine SAND (SM -SC) (A-2-6) • _c .•;T:y " '' Medium dense to very loose light brownish -gray SAND fragments \Fine with shell (SP) (A-3) 4 Very loose grayish -green silty Fine SAND (SM) (A-2-4) - 15 , - trace of shell at depth 15.0' o gap '0',05' - 20 -�Il�gtl Very loose grayish -green silty, clayey Fine SAND (SM -SC) (A-2-6) I0E�9a! �f 9 S 000 a1 25 i1 pti 00 1E °iI, - trace of shell at depth 25.0' s l 60 Cream colored LIMESTONE 30 - Remarks Borehole Grouted WH = Weight of Hammer Casing Length 30.0' DRIGGERS ENGINEERING SERVICES INCORPORATED Project No. DES 157559 BORING NO. B-1 Project Clearwater Memorial Causeway Subaqueous Crossing, Clearwater, Florida Location See Plate I Foreman B.D. Completion Depth To Depth 51.5' Date 5/4/15 Water 4.2' Time Date 5/4/15 DEPTH, FT SYMBOL co W —SOIL a. g W DESCRIPTION SURF. EL: +5.2+1--' (NAVD) BLOWS ON SAMPLER PER 6" OR PEN. STR. STANDARD PENETRATION TEST BLOWS/FT. ON 2" O.D. SAMPLER -140 LB. HAMMER, 30" DROP (AUTOMATIC HAMMER) 10 20 40 60 80 Cream colored LIMESTONE - 35 r * 50* 0.2' Penetration ■,,,"` { -_�•iuMII ����■1111 11111111 - 40 , '` - 100% loss of circulation at depth 40.0' 1/12/50* * 0.4' Penetration ■IIIIV II nil 11111111 al EMI - 45 _, 4/6/8 �ii 1111 iin1111111 '` - 50 I "1111 11/19/17 55 - 60 - 65 - 111I Remarks Borehole Grouted WH = Weight of Hammer Casing Length 30.0' 1 1 1 1 DRIGGERS ENGINEERING SERVICES INCORPORATED Project No. DES 157559 BORING NO. B-2 Project Clearwater Memorial Causeway Subaqueous Crossing, Clearwater, Florida Location See Plate 1 Foreman S.D. Completion Depth To Depth 51.3' Date 5/5/15 Water 3.3' Time Date 5/4/15 DEPTH, FT SYMBOL W --I a < co / SOIL DESCRIPTION SURF. EL: +3.9+/-' (NAVD ) BLOWS ON SAMPLER PER 6" OR PEN. STR. STANDARD PENETRATION TEST BLOWS/FT. ON 2" O.D. SAMPLER -140 LB. HAMMER, 30" DROP (AUTOMATIC HAMMER) 10 20 40 60 80 0 . _ ':;:y Brown Fine SAND with trace of roots (SP) (A-3) WH/WH/1 WH/WH/1 1/0/1 5/10/14 31311 WH/WH/ WH 1/3/5 2/3/3 Fine SAND with trace of shell (SP) (A-3) __-,Brown :ek. y \Greenish -gray silty, sandy CLAY (CH) (A-7-6) sxn;o; Light brown Fine SAND with abundant shell :1'= \(SP) (A-3) - 5 -;-.':::.• Light gray Fine SAND with trace of shell \(SP) (A-3) Xi:;: • z ° Grayish -green silty, clayey Fine SAND 7 with trace of shell (SM -SC) (A-2-6) ::r, '' Very loose grayish -green silty Fine SAND if with shell (SM) (A-2-4) - 10 witp Very loose grayish -green slightly silty 4 Fine SAND with shell fragments (SP -SM) (A-3) : `:- r Medium dense to very loose light gray Fine SAND with trace of shell fragments (SP) (A-3) r - 15 -:.' 20 A! 1 t; go 6% 10 PS ed i • Very loose grayish -green silty, clayey Fine SAND (SM -SC) (A-2-6) Loose green and brown clayey Fine SAND (SC) (A-2-6) -25 • Firm light green sandy CLAY and cream colored calcareous CLAY (CH/CL) (A-7-6) - 30 - r Cream colored LIMESTONE Remarks Borehole Grouted WH = Weight of Hammer Casing Length 30.0' DRIGGERS ENGINEERING SERVICES INCORPORATED Project No. DES 157559 BORING NO. B-2 Project Clearwater Memorial Causeway Subaqueous Crossing, Clearwater, Florida Location See Plate I Foreman B.D. Completion Depth To Depth 51.3' Date 5/5/15 Water 3.3' Time Date 5/4/15 DEPTH, FT SYMBOL W ii g < SOIL DESCRIPTION SURF. EL: +3.9+/_' (NAVD) BLOWS ON SAMPLER PER i 6" OR PEN. STR. STANDARD PENETRATION TEST BLOWS/FT. ON 2" O.D. SAMPLER -140 LB. HAMMER, 30" DROP (AUTOMATIC HAMMER) 10 20 40 60 80 35 Cream colored LIMESTONE 50* 50* 50* 16/21/50* F -* 0.2' Penetrat on - 40 * 0.5' Penetration ,r 45 * 0.5' Penetration 50 * 0.3' Penetration 55 - 60 - I 65 - I Remarks Borehole Grouted WH = Weight of Hammer Casing Length 30.0' t 1 DRIGGERS ENGINEERING SERVICES INCORPORATED Project No. DES 157559 BORING NO. B-3 Project Clearwater Memorial Causeway Subaqueous Crossing, Clearwater, Florida Location See Plate I Foreman B.D. Completion Depth To Depth 51.5' Date 5/11/15 Water 6.0' Time Date 5/11/15 DEPTH, FT SYMBOL Lu —I a_ 2 co SOIL DESCRIPTION SURF. EL: +6.2+/-' MVO BLOWS ON SAMPLER PER 6" OR PEN. STR. STANDARD PENETRATION TEST BLOWS/FT. ON 2" O.D. SAMPLER -140 LB. HAMMER, 30" DROP (AUTOMATIC HAMMER) 10 20 40 60 80 0 5: ..: WH/1/3 2/1/1 WH/WH/ WH WH/WH/ • WH WH/WH/ WH 2/4/4 31/50* :.:• :;:v: v•vz 'svn 3.:q: a v:i,: 7 .4: 9:P: V. rLight v; t/: S Brown Fine SAND with trace of roots and trace of shell fragments (SP) (A-3) brown Fine SAND with trace of shell fragments (SP) (A-3) Light brown Fine SAND with shell (SP) (A-3) V. i Vi _ Very loose gray slightly silty Fine SAND with shell (SP -SM) (A-3) 10 s;,0 Very loose grayish -green silty, clayey Fine SAND with trace of shell (SM -SC) (A-2-6) ut :' Very loose grayish -green silty Fine SAND with trace of shell (SM) (A-2-4) 15 Very loose gray silty Fine SAND with shell (SM) (A-2-4) :,:G '• n? �' 7 .:(7:v.: :Y • a :a; - 20 -y Firm green sandy CLAY with trace of cream colored LIMESTONE (CH) (A-7-6) 7 25- I Cream colored clayey LIMESTONE f 0 I * 0.4' Penetration ,r Cream colored LIMESTONE Remarks Borehole Grouted WH = Weight of Hammer Casing Length DRIGGERS ENGINEERING SERVICES INCORPORATED Project No. DES 157559 BORING NO. B-3 Project Clearwater Memorial Causeway Subaqueous Crossing, Clearwater, Florida Location See Plate I Foreman B.D. Completion Depth To Depth 51.5' Date 5/11/15 Water 6.0' Time Date 5/11/15 Q. O J m E m w 19 a. N SOIL DESCRIPTION SURF. EL: +6.2+/-' (NAND) re E2 p o- N co W w 3' p. O1 n re m 4 0 m .'17, STANDARD PENETRATION TEST BLOWS/FT. ON 2" O.D. SAMPLER -140 LB. HAMMER, 30" DROP (AUTOMATIC HAMMER) 10 20 40 60 80 � ` Cream colored LIMESTONE 35 [� 50* * 0.5' Penetrat on■.,,"` 1111 Mill T } - 40 � 50 * *1111111 0.1'Penetration ;1 1111111 ' 1111 7 r 1111111 45 ��' 50* 0.3 Penetration iuipi'i X11111111 MI 111111 50 1 r{�, 16/8/11 ���� Ma 1111 55 60 65 - Remarks Borehole Grouted WH = Weight of Hammer Casing Length 1 1 DRIGGERS ENGINEERING SERVICES INCORPORATED Project No. DES 157559 BORING NO. B-4 Project Clearwater Memorial Causeway Subaqueous Crossing, Clearwater, Florida Location See Plate I Foreman B.D. Completion Depth To Depth 71.4' Date 5/6/15 Water 4.2' Time Date 5/5/15 DEPTH, FT SYMBOL co J n. E < _/ SOIL DESCRIPTION SURF. EL: +7.1+/-' (NAVD) BLOWS ON SAMPLER PER 6" OR PEN. STR. STANDARD PENETRATION TEST BLOWS/FT. ON 2" O.D. SAMPLER -140 LB. HAMMER, 30" DROP (AUTOMATIC HAMMER) 10 20 40 60 80 0 3?''/" Brown Fine SAND with trace of roots and trace :, : ; of shell (SP) z Brown Fine SAND ----q...!„.. -'3-#- with shell fragments (SP) (A-3) R:9:F 5 q Dark brown highly organic, silty Fine SAND q ?4';b: \(Pt) (A-8) . v. z:,9:.!,(7::'d � Dark grayish -brown Fine SAND with shell WH/VVH/ • '`N.:°'' and trace of roots (SP)(A-3)WH y lr<; "d: f \Very loose grayish -brown Fine SAND with shell 10/1/1 (SP) (A-3) 'i'C` _ Very loose -brown slightly silty 10 grayish \Fine SAND with shell fragments (SP -SM) (A-3) WH/WH/1 -7--- Very loose greenish-brown silty Fine SAND ,r::: \with trace of shell (SM) (A-2-4) Very WH/1/1 `:' / soft green sandy CLAY (CH) (A-7-6) - 15 :,•r Very loose green clayey Fine SAND (SC) (A-2-6) WH/1/1 Very soft green sandy CLAY (CH) (A-7-6) 20 WH/1/1 Very loose gray and brown silty Fine SAND 25 (SM) (A-2-4) I' WH/WH/ _ WH Cream colored LIMESTONE 30 � -100% loss of circulation depth 31.0' 14/26/6 at t / Remarks Borehole Grouted WH = Weight of Hammer Casing Length 35.0' i DRIGGERS ENGINEERING SERVICES INCORPORATED Project No. DES 157559 BORING NO. B-4 Project Clearwater Memorial Causeway Subaqueous Crossing, Clearwater, Florida Location See Plate I Foreman B.D. Completion Depth To Depth 71.4' Date 5/6/15 Water 4.2' Time Date 5/5/15 DEPTH, FT SYMBOL, co w ii n < SOIL DESCRIPTION SURF. EL: +7.1+/-' (NAVD) BLOWS ON SAMPLER PER 6" OR PEN. STR. STANDARD PENETRATION TEST BLOWS/FT. ON 2" O.D. SAMPLER -140 LB. HAMMER, 30" DROP (AUTOMATIC HAMMER) 10 20 40 60 80 Cream colored LIMESTONE WH/1/1 1/0/1 WH/WH/ WH 2/1/2 37/26/23 4/12/13 12/30/44 - 35: i lL, 'f [ ' 'r Very loose green silty, slightly clayey Fine SAND (SM) (A-2-4) 40 -rj: . .. r t r Very loose green silty Fine SAND (SM) (A-2-4) 45 - • Cream colored LIMESTONE - 100% loss of circulation at depth 56.0' 50 55 -;� 60� 65 ' Remarks Borehole Grouted WH = Weight of Hammer Casing Length 35.0' 1 1 DRIGGERS ENGINEERING SERVICES INCORPORATED Project No. DES 157559 BORING NO. B-4 Project Clearwater Memorial Causeway Subaqueous Crossing, Clearwater, Florida Location See Plate I Foreman B.D. Completion Depth To Depth 71.4' Date 5/6/15 Water 4.2' Time Date 5/5/15 DEPTH, FT SYMBOL co w a a < cn / SOIL DESCRIPTION SURF. EL: +7.1+/-' (NAVD) BLOWS ON SAMPLER PER 6" OR PEN. STR. STANDARD PENETRATION TEST BLOWS/FT. ON 2" O.D. SAMPLER -140 LB. HAMMER, 30" DROP (AUTOMATIC HAMMER) 10 20 40 60 80 y . Cream colored LIMESTONE 27/21/50* - 70 ____, I * 0.4' Penetration pf t -75- -80- -85- - 90 - -95- - 100 - Remarks Borehole Grouted WH = Weight of Hammer Casing Length 35.0' DRIGGERS ENGINEERING SERVICES INCORPORATED Project No. DES 157559 BORING NO. 8-5 Project Clearwater Memorial Causeway Subaqueous Crossing, Clearwater, Florida Location See Plate I Foreman B.D. Completion Depth To Depth 16.5' Date 5/11/15 Water 4.6' Time Date 5/11/15 F u. = E-' a. w< ct ISYMBOL w a 1 SOIL DESCRIPTION SURF. EL: +5.1+/-' (NAVD) BLOWS ON SAMPLER PER 6" OR PEN. STR. STANDARD PENETRATION TEST BLOWS/FT. ON 2" O.D. SAMPLER -140 LB. HAMMER, 30" DROP (AUTOMATIC HAMMER) 10 20 40 60 80 0 "; `• Fine SAND \Brown with trace of roots (SP) (A-3) iii:i:i al f'•;' Light brown slightly silty Fine SAND r with trace of shell (SP -SM) (A-3) {Hi;r.•Grayish-brown '14'1.' slightly silty Fine SAND `with trace of shell (SP -SM) (A-3) 5 -pro Light brown slightly silty Fine SAND with shell iaiv:19 (SP -SM) (A-3) �S1I4F f.i'r .. Grayish -green silty, clayey Fine SAND with trace SM A-2-6 of shell -SC v Very loose grayish -green silty Fine SAND 3/0/1 } 10. • : with shell (SM) (A-2-4) J it;:,� ,?,.// ' WH �• -0 : -0 W WH/WH/ • •:m-- WH - 15 u :o' F? . WH/WH/1 - 20 25 - 30 - Remarks Borehole Grouted WH = Weight of Hammer Casing Length 1 DRIGGERS ENGINEERING SERVICES INCORPORATED Project No. DES 157559 BORING NO. B-6 Project Clearwater Memorial Causeway Subaqueous Crossing, Clearwater, Florida Location See Plate I Foreman B.D. Completion Depth 16.5' Date 5/11/15 Water 6.0' Time Date 5/11/15 Depth To IL z I - a W a J O > rn U) W J LI. a N SOIL DESCRIPTION SURF. EL: +6.5+/_' (NAVD) DC 0 ce JW m<O �(1, STANDARD PENETRATION TEST BLOWS/FT. ON 2" O.D. SAMPLER -140 LB. HAMMER, 30" DROP (AUTOMATIC HAMMER) 10 20 40 60 80 0 "vBrown Fine SAND with roots and trace of gravel b:o: c '' t•A \(SP) (A-3) -.4- -,-,7: Light brown Fine SAND with shell (SP) (A-3) .-: vLight brown Fine SAND trace - 5 - with of shell (SP) (A-3) Grayish -green silty Fine SAND \with trace of shell (SM) (A-2-4) ,:. Greenish -gray silty, sandy CLAY (CH) (A-7-6) 7Q ..» Very loose light grayish -brown slightly silty Fine SAND with trace of shell (SP -SM) (A-3) 2/2/1 r•t - '}3 • 10 Very loose grayish -green silty Fine SAND 1/0/1 with trace of shell (SM) (A-2-4) iii tt I WH/WH/ WH - 15 - • WH/WH/ WH - 20 - 25 - - 30 - Remarks Borehole Grouted WH = Weight of Hammer Casing Length 1 MARINE BORINGS Driggers Engineering Services Incorporated DRIGGERS ENGINEERING SERVICES INCORPORATED Project No. DES 157559 BORING NO. WB -1 Project Clearwater Memorial Causeway Subaqueous Crossing, Clearwater, Florida Location See Plate I Foreman B.D. Completion Depth To Depth 55.5' ** Date 6/9/15 Water See Below Time Date 6/9/15 DEPTH, FT SYMBOL w a * co SOIL DESCRIPTION SURF. EL: -5.2+/-' (NAVD) (Mud line) BLOWS ON SAMPLER PER 6" OR PEN. STR. STANDARD PENETRATION TEST BLOWS/FT. ON 2" O.D. SAMPLER -140 LB. HAMMER, 30" DROP (AUTOMATIC HAMMER) 10 20 40 60 80 0 4.5' Water Depth 5 - i ca?:i YE Very loose light -brown grayish slightly silty Fine SAND (SP -SM) (A-3) WH/WH/1 • ,•�,,, _ ffy97 Very loose -green silty Fine SAND grayish with trace of shell (SM) (A-2-4) - 10 - WH/WH/1 • W Very loose grayish -green silty, '? r� slightly clayey Fine SAND with trace of shell - 15 :• r,y.tr %• "• (SM) (A-2-4) WH/WH/ WH { I ;:ver . Stiff green sandy CLAY (CH) (A-7-6) 20 3/4/6 1':':: Very stiff light green sandy CLAY with trace of cream colored LIMESTONE 25 - � • (CH) (A-7-6) 5/8/13 . Cream colored clayey LIMESTONE 8/50* * 0.5' Penetration 30 ( Cream colored LIMESTONE Remarks ** All depths measured from Water Surface Borehole Grouted WH = Weight of Hammer Casing Length 20.0' DRIGGERS ENGINEERING SERVICES INCORPORATED Project No. DES 157559 BORING NO. WB -1 Project Clearwater Memorial Causeway Subaqueous Crossing, Clearwater, Florida Location See Plate I Foreman B.D. Completion Depth To Depth 55.5' ** Date 6/9/15 Water See Below Time Date 6/9/15 DEPTH, FT SYMBOL co ui a Q SOIL DESCRIPTION SURF. EL: -5.2+/_' (NAVD) (Mudline) BLOWS ON SAMPLER PER 6" OR PEN. STR. STANDARD PENETRATION TEST BLOWS/FT. ON 2" O.D. SAMPLER -140 LB. HAMMER, 30" DROP (AUTOMATIC HAMMER) * 0 0 40 60 80 0.0' f�enetraon Cream colored LIMESTONE 50* 35 ,C -* 0.1' Penetrat on 50* - 40 i - 45 15/15/15 Cream colored clayey LIMESTONE V' 50 15/29/28 a r ('J 1f �l l Cream colored LIMESTONE * 55 - 9/14/50* 0.5' Penetration ,f 60 - 65 - Remarks ** All depths measured from Water Surface Borehole Grouted WH = Weight of Hammer Casing Length 20.0' 1 1 1 1 DRIGGERS ENGINEERING SERVICES INCORPORATED Project No. DES 157559 BORING NO. WB -2 Project Clearwater Memorial Causeway Subaqueous Crossing, Clearwater, Florida Location See Plate I Foreman B.D. Completion Depth To Depth 70.5' ** Date 6/10/15 Water See Below Time Date 6/10/15 a. H 0 SYMBOL —1 < HAMMER, • SOIL DESCRIPTION SURF. EL: -7.7+/-' (NAVD) (Mudline) BLOWS ON SAMPLER PER 6" OR PEN. STR. STANDARD PENETRATION TEST BLOWS/FT. ON 2" O.D. SAMPLER -140 LB. 30" DROP (AUTOMATIC HAMMER) 10 20 40 60 80 0 7.5' Water Depth WH/WH/ WH/WH/ • W H 2/3/5 5/6/9 5/5/9 - 5 - i ilt) 1'� of t. 7:� �-- t.r.)a:t I 1:11 1-'1.i: r Very loose light grayish -brown sli htl siltyFine SAND (SP-SM)(A-3)WH 9 Y • - 10 "1-fi - 15 4110 ONO 6jfj!''A' g000 {O �: Very loose grayish -green silty, clayey Fine SAND with trace of shell (SM -SC) (A-2-6) Firm green sandy CLAY (CH) (A-7-6) 20 •� Very stiff green variably cemented CLAY (CH) (A-7-6) - 25 - t Stiff to firm light green sandy CLAY (CH) (A-7-6) - 30 - Remarks ** All depths measured from Water Surface Borehole Grouted WH = Weight of Hammer Casing Length 20.0' till la' 5i DRIGGERS ENGINEERING SERVICES INCORPORATED Project No. DES 157559 BORING NO. WB -2 Project Clearwater Memorial Causeway Subaqueous Crossing, Clearwater, Florida Location See Plate I Foreman B.D. Completion Depth To Depth 70.5' ** Date 6/10/15 Water See Below Time Date 6/10/15 DEPTH, FT SYMBOL co ui -J a n co SOIL DESCRIPTION SURF. EL: -7.7+/-' (NAVD) (Mudline) BLOWS ON SAMPLER PER 6" OR PEN. STR. STANDARD PENETRATION TEST BLOWS/FT. ON 2" O.D. SAMPLER -140 LB. HAMMER, 30" DROP (AUTOMATIC HAMMER) 10 20 40 60 80 35 Tr Stiff to firm light green sandy CLAY I (CH) (A-7-6) 2/3/3 3/5/7 4/8/6 50* 16/19/30 50* PStiff O it:v45 FitioJ tat green sandy CLAY with trace of cream colored LIMESTONE (CH) (A-7-6) _ 40d' —00 , Stiff green sandy CLAY and cream colored LIMESTONE (CH) (A-7-6) I Cream colored LIMESTONE 50 ``U_ *0.1' Penetration �v Es RR -* I 55 55 0.2' Penetration 1_7_,—, Fal Fal 031J I Et 60 Kip II 1 Cream colored clayey LIMESTONE 50% loss of circulation at de.th 67.0' F014 * 0.4' Penetration 65 waL / SIWRI isi Cream colored LIMESTONE Remarks ** All depths measured from Water Surface Borehole Grouted WH = Weight of Hammer Casing Length 20.0' i 1 1 t DRIGGERS ENGINEERING SERVICES INCORPORATED Project No. DES 157559 BORING NO. WB -2 Project Clearwater Memorial Causeway Subaqueous Crossing, Clearwater, Florida Location See Plate I Foreman B.D. Completion Depth To Depth 70.5' ** Date 6/10/15 Water See Below Time Date 6/10/15 DEPTH, FT SYMBOL co Lu —J 5 co SOIL DESCRIPTION SURF. EL: -7.7+/-' (NAVD) (Mudline) BLOWS ON SAMPLER PER 6" OR PEN. STR. STANDARD PENETRATION TEST BLOWS/FT. ON 2" 0.D. SAMPLER -140 LB. HAMMER, 30" DROP (AUTOMATIC HAMMER) 10 20 40 60 80 Cream colored LIMESTONE 4 13/13/16 ' - 70 • - 75 - -80- - 85 - 90 -95- - 100 - Remarks ** All depths measured from Water Surface Borehole Grouted WH = Weight of Hammer Casing Length 20.0' DRIGGERS ENGINEERING SERVICES INCORPORATED Project No. DES 157559 BORING NO. WB -3 Project Clearwater Memorial Causeway Subaqueous Crossing, Clearwater, Florida Location See Plate I Foreman B.D. Completion Depth To Depth 65.3' ** Date 6/11/15 Water See Below Time Date 6/11/15 DEPTH, FT SYMBOL SAMPLES SOIL DESCRIPTION SURF. EL: -6.0+/-' (NAVD) (Mudline) BLOWS ON SAMPLER PER 6" OR PEN. STR. STANDARD PENETRATION TEST BLOWS/FT. ON 2" O.D. SAMPLER -140 LB. HAMMER, 30" DROP (AUTOMATIC HAMMER) 10 20 40 60 80 0 7.0' Water Depth WH/1/1 WH/1/0 • 1/0/0Rao WH/WH/1 6/8/8 20/11/11'\\\\\\. 5 = I I M ' d Very loose grayish -brown to grayish -green silty Fine SAND with trace of shell (SM) (A-2-4) 10 • FG I,l�I h11:01 'jI��gI' Very soft grayish -green silty, sandy CLAY with trace of shell (CH) (A-7-6) 15 20 F'SI1IF' ��ffy6 Ft o 10Ijiaa 6��0l0P PoiliP Veryloose greenish -gray silty, 9 g Y clayey Fine SAND with trace of shell (SM -SC) (A-2-6) 25 000 0111 Very stiff green sandy CLAY (CH) (A-7-6) .dam.! ' Very stiff green variably cemented, sandy CLAY (CH) (A-7-6) _ 30 F00,"' . Hard green sandy CLAY with seam of cream colored LIMESTONE (CL) (A-7-6) Remarks ** All depths measured from Water Surface Borehole Grouted WH = Weight of Hammer Casing Length 20.0' 1 1 1 1 deli DRIGGERS ENGINEERING SERVICES INCORPORATED Project No. DES 157559 BORING NO. WB -3 Project Clearwater Memorial Causeway Subaqueous Crossing, Clearwater, Florida Location See Plate I Foreman B.D. Completion Depth To Depth 65.3' ** Date 6/11/15 Water See Below Time Date 6/11/15 I-- F 0 SYMBOL w a < HAMMER, SOIL DESCRIPTION SURF. EL: -6.0+/-' (NANO) (Mudline) BLOWS ON SAMPLER PER 6" OR PEN. STR. STANDARD PENETRATION TEST BLOWS/FT. ON 2" O.D. SAMPLER -140 LB. 30" DROP (AUTOMATIC HAMMER) 10 20 40 60 80 35 • 43/36/50* 40/50* 14/50* 16/10/8 19/20/10 8/50* 10/25/50* 0.3' Penetrat on ;: .N Cream colored LIMESTONE with green sandy CLAY _* t r Cream colored LIMESTONE 40 * 0.4' Penetration • ,c r r I az lit 45 * 0.5' Penetration 1 d- ,t c 50 - 100% loss of circulation at depth 51.0' 55 _ Cream colored clayey LIMESTONE 60 * 0.5' Penetration Cream colored LIMESTONE - 65 * 0.3' Penetration ''� f� Remarks ** All depths measured from Water Surface Borehole Grouted WH = Weight of Hammer Casing Length 20.0' HAND AUGER/HAND CONE BORING LOGS Driggers Engineering Services Incorporated 1 t 1 DRIGGERS ENGINEERING SERVICES INCORPORATED HAND AUGER BORING/HAND CONE SOUNDING LOG PROJECT: Clearwater Memorial Causeway Subaqueous Crossing Clearwater, Florida Project No.: DES 157559 CLIENT: King Engineering Associates Inc. WATER TABLE: 4.2' DATE: 5/4/15 TECHNICIAN: B.D./M.F. DATE: 5/4/15 COMPLETION DEPTH: 6.0' LOCATION: See Plate I TEST NUMBER: B-1 ELEV. (FT) DESCRIPTION DEPTH (FT) SYMBOL 0 HAND CONE TIP RESISTANCE (TSF) 10 20 30 40 50 60 70 Light gray Fine SAND with trace of roots and trace of shell fragments (SP) (A-3) • 0 • : : %: DRIGGERS ENGINEERING SERVICES INCORPORATED HAND AUGER BORING/HAND CONE SOUNDING LOG PROJECT: Clearwater Memorial Causeway Subaqueous Crossing CLIENT: King Engineering Associates, Inc. Clearwater, Florida Project No.: DES 157559 WATER TABLE: 3.3' DATE: 5/4/15 TECHNICIAN: B.D./M.F. DATE: 5/4/15 COMPLETION DEPTH: 6.0' LOCATION: See Plate I TEST NUMBER: B-2 ELEV. (FT) DESCRIPTION DEPTH (FT) SYMBOL HAND CONE TIP - RESISTANCE (TSF) 0 10 20 30 40 50 60 70 Brown Fine SAND with trace of roots 0 :: . (SP) (A-3) Brown Fine SAND with trace of shell .v.::p: (SP) (A-3) 2 Greenish -gray silty, sandy CLAY (CH) (A-7-6) • • + •+ Light brown Fine SAND .v V' ? v;;7: c with abundant shell (SP) (A-3) r4'Nz' - 0 - Light gray Fine SAND- iV:: :• : with trace of shell (SP) (A-3)• with 4 v_ -I- + 'sx ' /: Grayish Fine SAND 2 -green silty, clayey with trace of shell (SM -SC) (A-2-6) ;oe Or 6 Surface Elevation: +3.9+/-' (NAVD) 4 - - - g g - 10 - - -g - - 12 LEGEND: • -10 + Denotes Penetration Resistance in excess of 50 TSF 14 - 1 1 1 r 1 DRIGGERS ENGINEERING SERVICES INCORPORATED HAND AUGER BORING/HAND CONE SOUNDING LOG PROJECT: Clearwater Memorial Causeway Subaqueous Crossing Clearwater, Florida Project No.: DES 157559 CLIENT: King Engineering Associates, Inc. WATER TABLE: 6.0' DATE: 5/11/15 TECHNICIAN: B.D./K.A. DATE: COMPLETION DEPTH: 5/11/15 8.0' LOCATION: See Plate I TEST NUMBER: B-3 ELEV. (FT) DESCRIPTION DEPTH (FT) -J m F (4 HAND CONE TIP RESISTANCE (TSF) 0 10 20 30 40 50 60 70 - 6 - Brown Fine SAND with trace of roots0 L and trace of shell (SP) (A-3) �• •v 17• .-------------EN -I- .V.: • ..:: •• . Light brown Fine SAND trace 9.: . : •` 7 with of shell fragments (SP) (A-3) - 4 Light brown Fine SAND with shell - (SP) (A-3) - 2 .v w :v:a • .:i: o: 4`9'. • 4 •+ • + e i•: Ci• .... - 4 - < : 2 7:v! •i •+ •+ - 6 -a p, - 0 .Q: -.P:'-:*" .v .a • + •+ 'P.:9 F --:c?: 7: b:v: z .' t -2 Surface Elevation: +6.2+/-' 8 • (NAVD) - 10 - - -4 _ - 12 - -6 - LEGEND: • + Denotes Penetration Resistance in excess of 50 TSF - 14 - _$ DRIGGERS ENGINEERING SERVICES INCORPORATED HAND AUGER BORING/HAND CONE SOUNDING LOG PROJECT: Clearwater Memorial Causeway Subaqueous Crossing Clearwater, Florida Project No.: DES 157559 CLIENT: King Engineering Associates, Inc. WATER TABLE: 4.2' DATE: 5/5/15 TECHNICIAN: B.D./K.A. DATE: COMPLETION 5/5/15 DEPTH: 6.0' LOCATION: See Plate I TEST NUMBER: B-4 ELEV. (FT) DESCRIPTION DEPTH (FT) to co HAND CONE RESISTANCE 0 10 20 30 TIP (TSF) 40 50 60 70 Brown Fine SAND with trace of roots and trace of shell (SP) (A-3) 0 :b!: i ca t7: Brown Fine SAND with shell fragments (SP) (A-3)• ? ",?:v • - 2 • • • a:Q.A• - :ii,:, .v:9Q x:v'vi 4 - ,4•: t 4 n;,:sz:v' .e:v. i0:�:i • - 2 -1 Dark brown highly organic, silty Fine SAND (Pt) (A-8) \ xz•rh` 'i:° I o� v? s # . 1 Dark grayish -brown Fine SAND with shell and trace of roots (SP1 (A-3) Surface Elevation: +7.1+/-' (NAVD) - 6 - 0 _ 8 - - -2 _ - 10 - - -4 - - 12 - -6 - - 14 - 1 1 DRIGGERS ENGINEERING SERVICES INCORPORATED HAND AUGER BORING/HAND CONE SOUNDING LOG PROJECT: Clearwater Memorial Causeway Subaqueous Crossing CLIENT: King Engineering Associates Inc. Clearwater, Florida Protect No.: DES 157559 WATER TABLE: 4.6' DATE: 5/11/15 TECHNICIAN: B.D./K.A. DATE: 5/11/15 COMPLETION DEPTH: 8.0' LOCATION: See Plate I TEST NUMBER: B-5 ELEV. (FT) DESCRIPTION DEPTH (FT) .J m co HAND CONE TIP RESISTANCE (TSF) 0 10 20 30 40 50 60 70 Brown Fine SAND with trace of roots 0 • ; (SP) (A-3) :0:1: i t •} Light brown slightly silty Fine SAND •r:r. is c 4 with trace of shell (SP -SM) (A-3) `� p • + •1:i:1:ii •} a•i: i i Grayish -brown slightly silty Fine SAND with trace VII: t IA :.1.), L • 2 of shell (SP -SM) (A-3) .1 •-i- fiLight Light brown slightly silty Fine SAND 'V:vi i with shell (SP -SM) (A-3) - 4 f3ItVI bl��j4 t ;il4,rt • f- 14i.ltir i 141 V. r 1- ;i kit &i1.i 0 - 171. Pi .:PE fi Cr 6 17117 I fi v.Fi Grayish -green silty, clayey Fine SAND = s -2 with trace of shell (SM -SC) (A-2-6) 7". ✓ %yr Surface Elevation: +5.1+/-' 8 (NAVD) - -4 - 10 - -6 - - 12 - LEGEND: _8 - • + Denotes Penetration Resistance in excess of 50 TSF - - 14 DRIGGERS ENGINEERING SERVICES INCORPORATED HAND AUGER BORING/HAND CONE SOUNDING LOG PROJECT: Clearwater Memorial Causeway Subaqueous Crossing Clearwater, Florida Project No.: DES 157559 CLIENT: King Engineering Associates, Inc. WATER TABLE: 6.0' DATE: 5/11/15 TECHNICIAN: B.D./K.A. DATE: 5/11/15 COMPLETION DEPTH: 8.0' LOCATION: See Plate I TEST NUMBER: B-6 ELEV. (FT) DESCRIPTION DEPTH (FT) SYMBOL HAND CONE TIP RESISTANCE (TSF) 0 10 20 30 40 50 60 70 - 6 - Brown Fine SAND with roots and trace of gravel (SP) (A-3) 0 ;c ?; :'.,; + •+ _; Light brown Fine SAND with shell (SP) (A-3) r "?: 's . •.'S i:b:v: :9.;il:.• nr: V: \?r:b: .V:s7: ;�.:Y: i . v. 2 -? - 4 - . • ; •+ • + • --s Light brown Fine SAND with trace of shell (SP) (A-3) - 4 ?? ' 2 b • •t • + t •+ Grayish -green silty Fine SAND with trace of shell (SM) (A-2-4) 6 Greenish -gray silty, sandy CLAY • Ili- • } + Light grayish -brown slightly silty Fine SAND with trace of shell (SP -SM) (A-3) : F •11 7. r : c.i' rY.i. • i t4'2 t i 8 • + - -2 - Surface Elevation: +6.5+/-' (NAVD) LEGEND: 10 - 4 12 6 • + Denotes Penetration Resistance in excess of 50 TSF 14 - 1 1 1 LABORATORY TEST RESULTS• Driggers Engineering Services Incorporated SUMMARY OF LABORATORY TEST RESULTS BORING NO. DEPTH (ft) DESCRIPTION W % Yd (Pct G s ATTERBERG LIMITS P.P. Oaf) U.C. CON. G.S. ORG. (%) pH Cl. IPPm) SO 4 (ppm) RES. (ohm -cm) LL PL PI B-1 6.0-7.5 Grayish -green silty, clayey Fine SAND 32.5 49 24 25 St 16.3 B-1 12.0-13.5 Grayish -green silty Fine SAND • B-2 3.7-5.2 Light gray Fine SAND with trace of shell B-2 25.0-26.5 Green and brown clayey Fine SAND 21.1 45 17 28 •a 26.8 B4 4.5-4.9 Dark brown highly organic, silty Fine SAND 23.2 B-4 8.0-9.5 Grayish -brown slightly silty Fine SAND with shell fragments B-4 12.0-13.5 Green sandy CLAY 48.4 66 20 46 •• 70.4 B-5 1.0-2.5 Light brown slightly silty Fine SAND with trace of shell • B-5 2.5-3.0 Grayish -brown slightly silty Fine SAND with trace of shell B-5 3.0-6.7 Light brown slightly silty Fine SAND with shell . B-5 8.0-9.5 Grayish -green silty, clayey Fine SAND with trace of shell • B-6 6.0-6.9 Greenish -gray silty, sandy CLAY 82.6 92 32 60 91.8 B-6 6.9-8.0 Light grayish -brown slightly silty Fine SAND with trace of shell . B-6 8.0-9.5 Light grayish -brown slightly silty Fine SAND with trace of shell * WB -1 19.0-20.5 Green sandy CLAY 34.1 65 20 45 - .. 58.2 W % Y d (pcf) Gs LL PL PI P.P. (tsf) U.C. = Water Content • Dry Density • Specific Gravity • Liquid Limit • Plastic Limit • Plasticity Index • Pocket Penetrometer • Unconfined Compression Con. G.S. (+1) ORG. (%) Cl. (ppm) SO4 (ppm) RES. (ohm -cm) ** • Consolidation Tes = Grainsize Analysis (Hydrometer) = Organic Content • Total Chloride = Total Sulfate • Lab Resistivity • See Test Curves • Percent Passing No. 200 Sieve CLIENT: King Engineering Associates, Inc. PROJECT: Clearwater Memorial Causeway Subaqueous Crossing, Clearwater, Florida FILE: DES 157559 - - - - - IMO - -MN OM MIN ISM - MN I EN NM M 1 i r NB r MI M- M a- -- 1 SUMMARY OF LABORATORY TEST RESULTS BORING NO. DEPTH (ft) DESCRIPTION W % Y d (Pei) G s ATTERBERG LIMITS P.P. (tsf) U.C. CON. G.S. ORG. (%) pH Cl. (Ppm) SO y (ppm) RES. (ohm -cm) LL PL PI WB -2 7.5-9.0 Light grayish -brown slightly silty Fine SAND y WB -3 9.0-10.5 Grayish -green silty Fine SAND with trace of shell W% Yd(pcf) _ Gs LL PL PI P.P. (tsf) U.C. Water Content Dry Density Specific Gravity Liquid Limit Plastic Limit Plasticity Index Pocket Penetrometer Unconfined Compression Con. G.S. (+1) ORG. (%) Cl. (ppm) SO4 (ppm) RES. (ohm -cm) * ** = Consolidation Tes • Grainsize Analysis (Hydrometer) • Organic Content = Total Chloride • Total Sulfate • Lab Resistivity = See Test Curves • Percent Passing No. 200 Sieve CLIENT: PROJECT: FILE: King Engineering Associates, Inc. Clearwater Memorial Causeway Subaqueous Crossing, Clearwater, Florida DES 157559 I GRAINSIZE ANALYSES Driggers Engineering Services Incorporated ■ ■ -■ In ■ ■ i ■ i ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ DRIGGERS ENGINEERING SERVICES, INC. U. S Standrd 100 3 7 Siwe 0penmv iny Inches s 6 to 1 i U. S Stands d Sieve It I4 r 30 40IIMIlli rs To 100 140 Hydrometer ! 1 1 1 1 , 1 i 0 11111■■1 11111111 111111■10 ■EIIIII II 111 011111111 11111111 11II1I1IIII11i11 11111111 20 70 1111 MI I 11111 MI 30 60 11 2. 3 II11■■■ ■■■1111 ■■�1111�■■■�111111■■ 1111�■■■�a 40 50ti �■■ 1111�■■■ 1111 iz so 0 u U 40 ' U c a III 11111111 I u t;0 ` 30 I 111 III a 70 20 MN�� ■ 1111�■ �■ Ili i■ i111 l loll Ii■■■�Ill1�■■■ 111 111 1�I�■■■�1111 ii■�i■ 11 1111.■ Illi ■ I ■■■1111 MI9° o I100 100 10 5 0 5 0 1 Grain Size in Millimeters 0.05 0.01 0.005 0.001 GRAVEL SAND Coarse I Medium I Fine SILT or CLAY Number Depth Natural Moisture L L. P. L P. I. Classification CLIENT: King Engineering Associates, Inc. PROJECT: Clearwater Memorial Causeway Subaqueous Crossing, Clearwater, Florida FILE: DES 157559 B-1 12.0' - 13.5' Grayish -green silty Fine SAND DRIGGERS ENGINEERING SERVICES, INC. U. S Standard UM} Stew Op.nin i In InchesU. 1 } 3 4 6 -'-- f0 S jStand. d Sieve r ye NumbeHydrometer j4 20 30 M 50 70 100 140 �QO 1 Percent Finer by Weight pp �pp O o O O O I I I I --.-,., (�".-+ .. 1 t r i 1 t t JIT 0 $ o 0 0 0 o u Percent Coarser by Weight 100 50 10 5 0 5 0 1 0.05 0.01 0.005 0.001 Grain Size in Millimeters GRAVEL SAND _ Coarse I Medium I Fine SILT or CLAY NumberDepth Natural Moisture LL F P f Classification CLIENT: King Engineering Associates, inc. B-2 3.7 -5.2 Light gray Fine SAND with trace of shell PROJECT: Clearwater Memorial Causeway Subaqueous Crossing, Clearwater, Florida FILE: DES 157559 nal 11111 NM OM NE EN NE 111111 MN 11111 ME MIN ell 11111 11111 11E1 MB UN ■ ■ ■ ■ ■ ■ ■ ■ En ■ ■ ■ ■ ■ ■ ■ ■ ■111111 DRIGGERS ENGINEERING SERVICES, INC. ��" U. S Standard 11111■ill.■Yllli S1 ., Opanmxs In Inctws � MMIPIPi�iii�iiiilMil�■■■�IIIIII■■� U. S Standard Sieve Numbers Hydra, er A. 1111 11111111 iII1IIIIiIIII1II___ 11111111 Finer by Weight o 1111111111 i1111W .111 ■■■�1111 101111 11 ■■�mil 0 ;oarser by Weight "IIIIiiIiIIIIIIIIIIIII___ 1■■ 1 1111III 11 It■■■1111i■ i It■■■�1111�■ ■ 1 1111 ■ ■ 11 Ili ■111■■■_1111111W 1u■■■I 1111 •111�101a 111W ;■ in ■■■�11■�■■ L 100 50 10 5 0 5 0 1 0.05 0.01 0.005 0.001 Grain Size in Millimeters GRAVEL SAND _ Coarse Medium ► Fine SILT or CLAY Number Depth Natural Moisture L L. P. L P. I, Classification CLIENT: King Engineering Associates, Inc. PROJECT: Clearwater Memorial Causeway Subaqueous Crossing, Clearwater, Florida FILE: DES 157559 B-4 8.0' - 9.5' Grayish -brown slightly silty Fine SAND with shell fragments DRIGGERS ENGINEERING SERVICES, INC. 111111 111111 11111 ■ ■ ■ 11111 ■ 11111 111111 ■ 1111111 ■ ■ 1111111 111111 ■ 111111 ■ 100 U, S Standard 3 2 Sivas Openings InInchesU. f}} I j 3 4 S Stands 10 1f if 20 d Sieve Numbers 30 40 50 100 140 Hydrometer I r 10 1 0 90 I 1 10 801111111 1111111111 11111111 11111■■�1111 1 20 70 1 1111 30 0iIIIIIlIiuiIIII1II- 111 1i II lI Ii11iii■■■_"1„■■■_ Z u 40 a CU 50 t "1,■■ 'l",■■ '� ,■■ 50 0 u 'ouiiiIIIIIIIIII___6030 U d40 111 I II , .20� 1111111111 70 nlI■ ■ 111111 �■ III ■i 11111 III 11111■■■ 80 ]011 I 1111u■■■ .111ui■■ ill 11111 1111 II 11i■■■1111.■■ III . ■ ... 1 It IIIIu■■■� o I I 100 10100 5 0 1 Grain Size in Millimeters 0.05 0.01 0.005 0.001 100 GRAVEL SAND Coarse I Medium I Fine SILT or CLAY Humber Depth Natural Moisture L L P. L P. I. Classification CLIENT: King Engineering En ineerin Associates,Inc. PROJECT: Clearwater Memorial Causeway Subaqueous Crossing, Clearwater, Florida FILE: DES 157559 B-5 1.0' -2.5' Light brown slightly silty Fine SAND with trace of shell 111111 111111 11111 ■ ■ ■ 11111 ■ 11111 111111 ■ 1111111 ■ ■ 1111111 111111 ■ 111111 ■ �■ r MN ■N NE r M N MN- EN I M NM N r 1 NM UM DRIGGERS ENGINEERING SERVICES, INC. U. 5 Standard 100 3 2 Siwe Openings in Inches 1/. 1 I } 3 4 6 10 U. S Stands d Sieve Numbers 14 16 20 30 40 50 70 100 140 200 Hydrometer 10 80 20 70 30 r o. 'sr 60 r m T 40 3 Ig 50 \\\\I -- T u ii 50 r. la C P. 40 VY c a — 60 0 u 30 _ 0. 70 20 • 80 10 90 0 100 50 30 5 0 S 0 1 Grain Size in Millimeters 0.05 0.01 0.005 0.001 0 GRAVEL SAND Coarse 1- Medium I Fine SILT or CLAY Number Depth Natural Moisture L L. P. L P. I. Classification CLIENT: King Engineering Associates, Inc. PROJECT: Clearwater Memorial Causeway Subaqueous Crossing, Clearwater, Florida FILE: DES 157559 B-5 2.5' - 3.0' Grayish -brown slightly silty Fine SAND with trace of shell DRIGGERS ENGINEERING SERVICES, INC. MINI MIN I- 11111 M MI --- M I 1-- --- 11111 100 U. 3 5 Standard 2 Siwe Openmp inInches l 6 It 1 I 3 U. 5 Stand/ d Stere Numbers 10 14 Ib 20 30. 40 50 100 110 X00 Hydrometer I 4 r t0 ' 0 90 I 10 80 • 20 70 m 30 so T.. 60 c _ 40 .2 III T 50 li m ii. C. • s0 Iu A u V 40 O C,, ct 60 uu `u 30 0_ 70 20 BO 10 90 0 100 50 10 5 0 5 0 l 0,05100 0.01 Grain Size in Millimeters 0.005 O.00 t GRAVEL SAND Coarse I Medium I Fine SILT or CLAY dumber Depth Natural Moisture LL P. L P. I. Classification CLIENT: KingEngineering Associates,Inc. 9 9 B-5 3.0' -6.7' Light brown slightly silty hmne SANV with shell PROJECT: Clearwater Memorial Causeway Subaqueous Crossing, Clearwater, Florida FILE: DES 157559 MINI MIN I- 11111 M MI --- M I 1-- --- 11111 NM NM UM NB V NS I 111111 11111 S MN I 1 MB MN 1 111111 11111 DRIGGERS ENGINEERING SERVICES, INC. U. S Standard tr6 3 2 Sider Opmmp in Inches } I } } 3 ♦ 6 10 -T U. S Stands d Sieve N�mbas �} 16 20 30 40 50 70 100 140 N)dnxn•les Percent Finer by Weight ,0 0 0 0 0 0 $ 0 $ `8 i i—` . ' 1 1 1 1 I 1 1 I 1111 p p O $ $ 0 O 0 0 C Percent Coarser by Weight — \ I - \ 100 50 10 5 0 5 0 1 Grain Size in Millimeters 0.05 0.01 0.005 0.001 GRAVEL SAND _ Coarse I Medium 1 Fine SILT or CLAY Number Depth Natural Moisture L L. P. L P. I. Classification Grayisn-green s.lIty, clayey Fine SAND with trace of shell CLIENT: King Engineering Associates, Inc. PROJECT: Clearwater Memorial Causeway Subaqueous Crossing, Clearwater, Florida FILE: DES 157559 B-5 8.0' -9.5' DRIGGERS ENGINEERING SERVICES, INC. IU. S Standard m 3 100 Siwe Openings in I Inch,, t ; j 6 10 U. S Stand) d Sieve Numbers 1+ l6 20 30 �0 50 7 100 140 Hydrometer f Percent Finer by Weight iep . O o O O 0 O O0S 8 i r 1 1 t I I 4.4 3 O O O O O O O p O O Percent Coarser by Weight • s \‘11\ I \ i 100 50 10 5 0 Grain RAI 5 0 1.1 0.05 0.01 0.005 0.001 Size in Millimeters GRAVEL SAND Coarse I Medium I Fine SILT or CLAY Number Depth Natural Moisture l_ L P L. P i Classification CLIENT: King Engineering Associates, Inc. PROJECT: Clearwater Memorial Causeway Subaqueous Crossing, Clearwater, Florida FILE: DES 157559 8-6 6.9' - 8.0' Light grayish -brown slightly silty Fine SAND with trace of shell MIN NMI 11110 IIIIII OM I 111 111111--- MI S-® r- MI I N IN 1 S-- DRIGGERS ENGINEERING SERVICES, INC. U. S Standard tm 3 ? Si.nw Opmytm,i in Inchaa 3 ��._.y`• f U. S Standard Slee Humber,10 20 30 40 f0 3I Hydrometer I Percent Finer by Weight 0 O O O 0 t I I I I 1 r r100 3 p $ O O G O O p O O Percent Coarser by Weight • 'I - _ . \ • 1 100 50 10 5 0 Grain ,w 5 0 1 0.05 0.01 0.005 0.001 Size in Millimeters GRAVEL SAND Coarse Medium I Fine SILT or CLAY Number Depth Natural Moisture L L. P. L P. I. Classification Light grayish -brown slightly silty Fine SAND with trace of shell CLItNt: King engineering -Associates, Inc. PROJECT: Clearwater Memorial Causeway Subaqueous Crossing, Clearwater, Florida FILE: DES 157559 6-6 8.0' -9.5' DRIGGERS ENGINEERING SERVICES, INC. uIIIII - i MO M - - - - - - I M M IIIIII 1100i10 U. S Standard _ _3 Siwe Openmes in Inches 2 !� 1 # 3 a 6 -- ----- U. S Standard Sieve Numbers 14 6 20 30 40 50 70, 11I Hydrometer ,300, 10 10 0 90 10 so 20 70 3o Z n v 60 Loo T a 40 c 50 >, D ar iL 50 r. 0 Y ♦0 V c a e1. . 60 u u 30 0_ 70 20 80 10' �� 90 0 100 50 10 50 5 0 1 Grain Size in Millimeters 0.05 0.0 0.005 0.001 0 GRAVEL SAND Coarse 1 Medium 1 Fine SILT or CLAY Number Depth Natural Moisture L L P L P l Classification CLIENT: King Eng 1neer 1ng 1{ss.ociates, Inc. WB -2 7.5' -9.0' Light grayish -brown slightly silty Fine SAND PROJECT: Clearwater Memorial Causeway Subaqueous Crossing, Clearwater, Florida FILE: DES 157559 uIIIII - i MO M - - - - - - I M M IIIIII NMI 1 NM N N s- N- r I- -- I- - - - DRIGGERS ENGINEERING SERVICES, INC. 100 a U. S Standard Skye Numbers Hydrometer 70 30 20 10 0 11111111 11111111 iIiIiIiiI1II1I1II___IIIIIIII ill it II 11111 ..ill ..n ..N�.. ililil 111 NM= 11111 11 I 111 1111111111111111111 1i111111111.1 in�i�1 ��1111111 ung n 11 1111.11A1111111111111111 w�u�a uw1N11i■ 1 Min=11 100 GRAVEL 10 20 30 40 a 50 N re re0 3 V c 60 70 10 5 0 5 0 1 0.05 0.01 0.005 0,001 Grain Size in Millimeters SAND Coarse j Medium I Fine SILT or CLAY slumber Depth Natural Moisture L L P. L P. I. Classification WB -3 9.0' - 10.5' Grayish -green silty Fine SAND with trace of shell • CLIENT: King Engineering Associates, Inc. PROJECT: Clearwater Memorial Causeway Subaqueous Crossing, Clearwater, Florida FILE: DES 157559 METHODS OF TESTING Driggers Engineering Services Incorporated 1 1 i STANDARD PENETRATION TEST - AUTOMATIC HAMMER Driggers Engineering Services Incorporated STANDARD PENETRATION TEST WITH AUTOMATIC HAMMER AND SOIL CLASSIFICATION STANDARD PENETRATION TEST (ASTM D-1586) In the Standard Penetration Test borings, a rotary drilling rig is used to advance the borehole to the desired test depth. A viscous drilling fluid is circulated through the drill rods and bit to stabilize the borehole and to assist in removal of soil and rock cuttings up and out of the borehole. Upon reaching the desired test depth, the 2 inch O.D. split -barrel sampler or "split -spoon", as it is sometimes called, is attached to an N -size drill rod and lowered to the bottom of the borehole. A 140 pound automatic hammer, attached to the drill string at the ground surface, is then used to drive the sampler into the formation. The hammer is successively raised and dropped for a distance of 30 inches using an automated lifting mechanism. The -number of blows is recorded for each 6 inch interval of penetration or until virtual refusal is achieved. In the above manner, the samples are ideally advanced a total of 18 inches. The sum ofthe blows required to effect the final 12 inches of penetration is called the blowcount, penetration resistance or "N" value of the particular material at the sample depth. After penetration, the rods and sampler are retracted to the ground surface where the core sample is removed, sealed in a glass jar and transported to the laboratory for verification of field classification and storage. SOIL SYMBOLS AND CLASSIFICATION Soil and rock samples secured in the field sampling operation were visually classified as to texture, color and consistency. The Unified Soil Classification was assigned to each soil stratum per ASTM D-2487. Soil classifications are presented descriptively and symbolically for ease of interpretation. The stratum identification lines represent the approximate boundary between soil types. In many cases, this transition may be gradual. Consistency ofthe soil as to relative density or undrained shear strength, unless otherwise noted, is based upon Standard Penetration resistance values of"N" values and industry -accepted standards. "N" values, or blowcounts, are presented in both tabular and graphical form on each respective boring log at each sample interval. The graphical plot of blowcount versus depth is for illustration purposes only and does not warrant continuity in soil consistency or linear variation between sample intervals. The borings represent subsurface conditions at respective boring locations and sample intervals only. Variations in subsurface conditions may occur between boring locations. Groundwater depths shown represent water depths at the dates and time shown only. The absence of water table information does not necessarily imply that groundwater was not encountered. Rev. 9/2011 HAND CONE PENETRATION TEST Driggers Engineering Services Incorporated HAND CONE PENETRATION TEST The cone penetration test was performed using a DGSI Model 5-215 double rod Static Cone Penetrometer. Dual rods enable the cone stress to be measured directly. Soil friction on the outer rod does not influence the reading. Depending upon the application, either the maximum bearing for an increment of push or the least bearing for an increment can be reported. If you were investigating for soft spots, you would take the least reading. In typical use, you would force the cone into the soil 6 inches, retract the cone slightly until the gauge reads zero, then advance an additional 6 inch increment. If you meet with refusal, the cone can be removed and the hole opened with a hand auger to permit a continuation of measurements against depth. The tool has been designed to allow amaximum force of250 lbfto be applied, somewhat more than the average weight of an operator. The unit can be operated in a vertical or horizontal position. The cone tip has an included angle of 60°. The cone has a section area of 1.5 cm2. The maximum total bearing (Q) is 70 kg/cm2. The reading (Q) is in kg/cm2 which is essentially equal to ton/f. The cone index (Qc) is read directly. The correlation between the cone index and soil. constants -is; not absolute. Generally, the following results have been determined through extensive. field use of the unit. Further verification of correlation in your local soil types is essential. Standard Penetration Test "N" Value Q= Strength and Cohesion Q - Unconfined compression (kg/cm2) c - Cohesion (kg/cm2) Uniform clay and silty clays: Q = 5 Q Q, = lOc Clayey Silts: Q = (10 to 20) Q Q, _ (20to40)c SECTION V CONTRACT DOCUMENTS Table of Contents PUBLIC CONSTRUCTION BOND 1 ,CONTRACT 3 CONSENT OF SURETY TO FINAL PAYMENT 7 PROPOSAL/BID BOND 8 AFFIDAVIT 9 NON COLLUSION AFFIDAVIT 10 PROPOSAL 11 CITY OF CLEARWATER ADDENDUM SHEET 13 BIDDER'S PROPOSAL 14 SCRUTINIZED COMPANIES AND BUSINESS OPERATIONS WITH CUBA AND SYRIA CERTIFICATION FORM 16 SECTION V Page i Updated: 2/6/2017 Bond No.: 964129512 PUBLIC CONSTRUCTION BOND (1) This bond is given to comply with § 255.05, Florida Statutes, and any action instituted by a claimant under this bond for payment must be in accordance with the notice and time limitation provisions in subsections (2) and (10). Pursuant to § 255.05(1)(b), Florida Statutes, "Before commencing the work or before recommencing the work after a default or abandonment, the contractor shall provide to the public entity a certified conn of the recorded bond. Notwithstanding the terms of the contract or any other law governing prompt payment for construction services, the public entity may not make a payment to the contractor until the contractor has complied with this paragraph." CONTRACTOR SURETY OWNER The Ohio Casualty Insurance Company Andrew Sitework, LLC [name] 62 Maple Avenue Keene, NH 03431 2511 Palm Ave. Fort Myers, FL 33916 239-226-1606 [principal business address] 617-357-9500 [phone number] City of Clearwater Engineering Dept. 100 S. Myrtle Avenue Clearwater, FL 33756 (727) 562-4747 PROJECT NAME: MEMORIAL CAUSEWAY SUBAQUEOUS PIPELINES PROJECT NO.: 14 -0041 -UT PROJECT DESCRIPTION: A replacement force main across Clearwater Harbor from Bayway Blvd. to State Road (S.R.) 60 (approximately 2,500 LF); A new water main across the Intracoastal Waterway from the Memorial Causeway to Drew Street (approximately 2,300 LF). BY THIS BOND, We, Andrew Site Work, LLC , as Contractor, and The Ohio Casualty Insurance Company , a corporation, as Surety, are bound to the City of Clearwater, Florida, herein called Owner, in the sum of $3,048,602.70, for payment of which we bind ourselves, our heirs, personal representatives, successors, and assigns, jointly and severally. THE CONDITION OF THIS BOND is that if Contractor: 1. Performs the contract dated , between Contractor and Owner for construction of CLEARWATER MEMORIAL CAUSEWAY SUBAQUEOUS PIPELINES, the contract documents being made a part of this bond by reference (which include the Advertisement for Bids, Proposal, Contract, Surety Bond, Instructions to Bidders, General Conditions, Plans, Technical Specifications and Appendix, and such alterations as may be made in said Plans and Specifications as therein provided for), at the times and in the manner prescribed in the contract; and 2. Promptly makes payments to all claimants, as defined in Section 255.05(1), Florida Statutes, supplying Contractor with labor, materials, or supplies, used directly or indirectly by Contractor in the prosecution of the work provided for in the contract; and SECTION V Page 1 of 16 Updated: 2/6/2017 Bond No.: 964129512 PUBLIC CONSTRUCTION BOND (2) 3. Pays Owner all losses, damages, expenses, costs, and attorney's fees, including appellate proceedings, that Owner sustains because of a default by Contractor under the contract; and 4. To the limits of § 725.06(2), Florida Statutes, shall indemnify and hold harmless Owner, their officers and employees, from liabilities, damages, losses and costs, including, but not limited to, reasonable attorney's fees, to the extent caused by the negligence, recklessness, or intentional wrongful misconduct of Contractor and persons employed or utilized by Contractor in the performance of the construction contract; and 5. Performs the guarantee of all work and materials furnished under the contract for the time specified in the contract, then this bond is void; otherwise it remains in full force. 6. Any action instituted by a claimant under this bond for payment must be in accordance with the notice and time limitation provisions in Section 255.05(2), Florida Statutes. 7. Any changes in or under the contract documents and compliance or noncompliance with any formalities connected with the contract or the changes does not affect Surety's obligation under this bond, and Surety does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract or to the work or to the specifications. IN TESTIMONY WHEREOF, witness the hands and seals of the parties hereto this day of , 20_ (If sole Ownership or Partnership, two (2) Witnesses required). (If Corporation, Secretary only will attest and affix seal). WITNE Corporate Secrry or Witn Print Name: /R"I4 • "IA Of/TMS (affix corporate seal) Andrew Sitework, LLC By: Ally =�1��® Title: -� Print Nam/ Arte The Ohio Casualty Insurance Company / (Corporate Surety) ,,✓°" By: ' ATTORNEY-IN-FACT & FL Licensed, agent Print Name: Brett Rosenshaus (affix corporate seal) (Power of Attorney must be attached) ' 'y SECTION V Page 2 of 16 Updated: 2/6/2017 a 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 CONTRACTOR: SURETY: AGENT: OBLIGEE: FRONT PAGE OF PUBLIC PAYMENT BOND Florida Statute 255.05 BOND NO. 964129512 Andrew Site Work, LLC 2511 Palm Avenue Fort Myers, FL 33916 239-226-1606 The Ohio Casualty Insurance Company 62 Maple Avenue Keene, NH 03431 617-357-9500 Nielson, Rosenhaus & Associates, Inc. 8401 Lake Worth Road, Suite 2-231 Lake Worth, FL 33467 561-713-1453 City of Clearwater 100 S. Myrtle Avenue Clearwater, FL 33756 727-562-4747 PROJECT: LOCATION: Memorial Causeway Subaqueous Pipelines Project No. 14 -0041 -UT Force Main across Clearwater Harbor from Bayway Blvd. to SR 60 Water Main across the Intracoastal Waterway from the Memorial Causeway to Drew Street • THIS POWER OF ATTORNEY IS NOT VALID UNLESS IT IS PRINTED ON RED BACKGROUND. This Power of Attorney limits the acts of those named herein, and they have no authority to bind the Company except in the manner and to the extent herein stated. Certificate No. 7783082 ' Liberty Mutual Insurance Company The Ohio Casualty Insurance Company West American Insurance Company 'POWER OF ATTORNEY KNOWN ALL PERSONS BY THESE PRESENTS: That The Ohio Casualty Insurance Company is a corporation duly organized under the laws of the State of New Hampshire, that Liberty Mutual Insurance Company is a corporation duly organized under the laws of the State of Massachusetts, and West American Insurance Company is a corporation duly organized under the laws of the State of Indiana (herein collectively called the "Companies"), pursuant to and by authority herein set forth, does hereby name, constitute and appoint, Brett Rosenhaus of the city of Lake Worth , state of FL each individually if there be more than one named, its true and lawful attorney-in-fact to make, execute, seal, acknowledge 'all and deliver, for and on its behalf as surety and as its act and deed, any and all undertakings, bonds, recognizances and other surety obligations, in pursuance of these presents and shall be as binding upon the Companies as if they have been duly signed by the president and attested by the secretary of the Companies in their own proper persons. lirIN WITNESS WHEREOF, this Power of Attorney has been subscribed by an authorized officer or official of the Companies and the corporate seals of the Companies have been affixed thereto this 26th day of May 2017 wer of Attorney call and 4:30 pm EST on any business day. vst; 2 „ �-s 1919 -j' r * . > h t- 1912 * ,> r L The Ohio Casualty Insurance Company 1991 Liberty Mutual Insurance Company a° West merican Insurance Company * By: / /1 cSTATE 2 co OF PENNSYLVANIA ss David M. Carey', Assistant Secretary COUNTY OF MONTGOMERY On this 26th day of May 2017 before me personally appeared David M. Carey, who acknowledged himself to be the Assistant Secretary of Liberty Mutual Insurance U) N > ai L y_ Company, The Ohio Casualty Company, and West therein contained by signing on behalf of the corporations IN WITNESS WHEREOF, I have hereunto subscribed American Insurance by himself as my name and affixed P PAST o OF a$ 'I''�YLy�' Company, and that he, as such, being authorized a duly authorized officer. my notarial seal at King of Prussia, Pennsylvania, COMMONWEALTH OFPENNSYLVANIA Notarial Sea. Teresa Pastella. Notary Public tipper Manan Twp., Montgomery County My Commission Expires March 28, 2021 so to do, execute the foregoing instrument for the purposes on the day and year first above written. i . By: 4-06 Teresa Pastella, Notary Public d 0 c0 ,.,, co L as S Co,powers a (a)6. I �. ,, O 3 1110 \G 4�yMembcr, Pennsylvania Association of Not.rries This Power of Attorney is made and executed pursuant to and by authority of the following By-laws and Authorizations of The Ohio Casualty Insurance Company, Liberty Mutual Insurance Company, and West American Insurance Company which resolutions are now in full force and effect reading as follows: ARTICLE IV— OFFICERS — Section 12. Power of Attorney. Any officer or other official of the Corporation authorized for that purpose in writing by the Chairman or the President. and subject to such limitation as the Chairman or the President may prescribe, shall appoint such attorneys -in -fact, as may be necessary to act in behalf of the Corporation to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Such attorneys -in -fact, subject to the limitations set forth in their respective of attorney, shall have full power to bind the Corporation by their signature and execution of any such instruments and to attach thereto the seal of the Corporation. When so executed, such instruments shall be as binding as if signed by the President and attested to by the Secretary. Any power or authority granted to any representative or attorney-in-fact under the provisions of this article may be revoked at any time by the Board, the Chairman, the President or by the officer or officers granting such power or authority. ARTICLE XIII — Execution of Contracts — SECTION 5. Surety Bonds and Undertakings. Any officer of the Company authorized for that purpose in writing by the chairman or the president, and subject to such limitations as the chairman or the president may prescribe, shall appoint such attorneys -in -fact, as may be necessary to act in behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Such attorneys -in -fact subject to the limitations set forth in their respective powers of attorney, shall have full power to bind the Company by their signature and execution of any such instruments and to attach thereto the seal of the Company. When so executed such instruments shall be as binding as if signed by the president and attested by the secretary. To confirm the validity of this Po 1-610-832-8240 between 9:00 am Certificate of Designation — The President of the Company, acting pursuant to the Bylaws of the Company, authorizes David M. Carey, Assistant Secretary to appoint such attorneys -in - fact as may be necessary to act on behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety 'obligations. Authorization — By unanimous consent of the Company's Board of Directors, the Company consents that facsimile or mechanically reproduced signature of any assistant secretary of the Company, wherever appearing upon a certified copy of any power of attorney issued by the Company in connection with surety bonds, shall be valid and binding upon the Company with 'the same force and effect as though manually affixed. I, Renee C. Llewellyn, the undersigned, Assistant Secretary, The Ohio Casualty Insurance Company, Liberty Mutual Insurance Company, and West American Insurance Company do hereby certify that the original power of attomey of which the foregoing is a full, true and correct copy of the Power of Attorney executed by said Companies, is in full force and effect and has not been revoked. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed the seals of sold Cogipanies this day of 20 191 i, u 1912 _'. i 1991 .. , .. • ��. C r ,' By: 'o LMS 12873 022017 � + r• Renee C. Lle ssistant Secretary 23 of 100 CONTRACT (1) This CONTRACT made and entered into this -5 day of 110.AVY- i'i , 20 by and between the City of Clearwater, Florida, a municipal corporation, hereinafter designated as the "City", and , of the City of County of and State of Florida, hereinafter designated as the "Contractor". [Or, if out of state:] This CONTRACT made and entered into this day of , 20 by and between the City of Clearwater, Florida, a municipal corporation, hereinafter designated as the "City", and a/an (State) Corporation; authorized to do business in the ..State of Florida, of the City of County of and State of , hereinafter designated as the "Contractor". WITNESSETH: That the parties to this contract each in consideration of the undertakings, promises and agreements on the part of the other herein contained, do hereby undertake, promise and agree as follows: The Contractor, and his or its successors, assigns, executors or administrators, in consideration of the sums of money as herein after set forth to be paid by the City and to the Contractor, shall and will at their own cost and expense perform all labor, furnish all materials, tools and equipment for the following: PROJECT NAME: MEMORIAL CAUSEWAY SUBAQUEOUS PIPELINES PROJECT NO.: 14 -0041 -UT in the amount of $ 3,048,602.70 In accordance with such proposal and technical supplemental specifications and such other special provisions and drawings, if any, which will be submitted by the City, together with any advertisement, instructions to bidders, general conditions, technical specifications, proposal and bond, which may be hereto attached, and any drawings if any, which may be herein referred to, are hereby made a part of this contract, and all of said work to be performed and completed by the contractor and its successors and assigns shall be fully completed in a good and workmanlike manner to the satisfaction of the City. If the Contractor should fail to comply with any of the terms, conditions, provisions or stipulations as contained herein within the time specified for completion of the work to be performed by the Contractor, then the City, may at its option, avail itself of any or all remedies provided on its behalf and shall have the right to proceed to complete such work as Contractor is obligated to perform in accordance with the provisions as contained herein. SECTION V Page 3 of 16 Updated: 2/6/2017 CONTRACT (2) THE CONTRACTOR AND HIS OR ITS SUCCESSORS AND ASSIGNS DOES HEREBY AGREE TO ASSUME THE DEFENSE OF ANY LEGAL ACTION WHICH MAY BE BROUGHT AGAINST THE CITY AS A RESULT OF THE CONTRACTOR'S ACTIVITIES ARISING OUT OF THIS CONTRACT AND FURTHERMORE, IN CONSIDERATION OF THE TERMS, STIPULATIONS AND CONDITIONS AS CONTAINED HEREIN, AGREES TO HOLD THE CITY FREE AND HARMLESS FROM ANY AND ALL CLAIMS FOR DAMAGES, COSTS OF SUITS, JUDGMENTS OR DECREES RESULTING FROM ANY CLAIMS MADE UNDER THIS CONTRACT AGAINST THE CITY OR THE CONTRACTOR OR THE CONTRACTOR'S SUB CONTRACTORS, AGENTS, SERVANTS OR EMPLOYEES RESULTING FROM ACTIVITIES BY THE AFOREMENTIONED CONTRACTOR, SUB CONTRACTOR, AGENT SERVANTS OR EMPLOYEES, TO THE LIMITS OF § 725.06(2). In addition to the foregoing provisions, the Contractor agrees to conform to the following requirements: In connection with the performance of work under this contract, the Contractor agrees not to discriminate against any employee or applicant for employment because of race, sex, religion, color, or national origin. The aforesaid provision shall include, but not be limited to, the following: employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; lay off or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The Contractor agrees to post hereafter in conspicuous places, available for employees or applicants for employment, notices to be provided by the contracting officer setting forth the provisions of the non discrimination clause. The Contractor further agrees to insert the foregoing provisions in all contracts hereunder, including contracts or agreements with labor unions and/or worker's representatives, except sub contractors for standard commercial supplies or raw materials. It is mutually agreed between the parties hereto that time is of the essence of this contract, and in the event that the work to be performed by the Contractor is not completed within the time stipulated herein, it is then further agreed that the City may deduct from such sums or compensation as may be due to the Contractor the sum of $1.000.00 per day for each day that the work to be performed by the Contractor remains incomplete beyond the time limit specified herein, which sum of $1,000.00 per day shall only and solely represent damages which the City has sustained by reason of the failure of the Contractor to complete the work within the time stipulated, it being further agreed that this sum is not to be construed as a penalty but is only to be construed as liquidated damages for failure of the Contractor to complete and perform all work within the time period as specified in this contract. It is further mutually agreed between the City and the Contractor that if, any time after the execution of this contract and the public construction bond which is attached hereto for the faithful performance of the terms and conditions as contained herein by the Contractor, that the City shall at any time deem the surety or sureties upon such public construction bond to be unsatisfactory or if, for any reason, the said bond ceases to be adequate in amount to cover the performance of the work the Contractor shall, at his or its own expense, within ten (10) days after receipt of written notice from the City to do so, furnish an additional bond or bonds in such term and amounts and with such surety or sureties as shall be satisfactory to the City. If such an event occurs, no further payment shall be made to the Contractor under the terms and provisions of this contract until such new or additional security bond guaranteeing the faithful performance of the work under the terms hereof shall be completed and furnished to the City in a form satisfactory to it. SECTION V Page 4 of 16 Updated: 2/6/2017 CONTRACT (3) In addition to all other contract requirements as provided by law, the contractor executing this agreement agrees to comply with public records law. IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, THE CONTRACTORS DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT. CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT 727-562-4092, Rosemarie.Call@myclearwater.com, 112 S. Osceola Ave., Clearwater, FL 33756 The contractor's agreement to comply with public records law applies specifically to: a) Keep and maintain public records required by the City of Clearwater (hereinafter "public agency") to perform the service being provided by the contractor hereunder. b) Upon request from the public agency's custodian of public records, provide the public agency with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided for in Chapter 119, Florida Statutes, as may be amended from time to time, or as otherwise provided by law. c) Ensure that the public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law for the duration of the contract term and following completion of the contract if the contractor does not transfer the records to the public agency. d) Upon completion of the contract , transfer, at no cost, to the public agency all public records in possession of the contractor or keep and maintain public records required by the public agency to perform the service. If the contractor transfers all public records to the public agency upon completion of the contract, the contractor shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. If the contractor keeps and maintains public records upon completion of the contract, the contractor shall meet all applicable requirements for retaining public records. All records stored electronically must be provided to the public agency, upon request from the public agency's custodian of public records, in a format that is compatible with the information technology systems of the public agency. e) A request to inspect or copy public records relating to a public agency's contract for services must be made directly to the public agency. If the public agency does not possess the requested records, the public agency shall immediately notify the contractor of the request and the contractor must provide the records to the public agency or allow the records to be inspected or copied within a reasonable time. f) The contractor hereby acknowledges and agrees that if the contractor does not comply with the Public agency's request for records, the public agency shall enforce the contract provisions in accordance with the contract. g) A contractor who fails to provide the public records to the public agency within a reasonable time may be subiect to penalties under Section 119.10, Florida Statutes. h) If a civil action is filed against a contractor to compel production of public records relating to a public agency's contract for services, the court shall assess and award against the contractor the reasonable costs of enforcement, including reasonable attorney fees, if: SECTION V Page 5 of 16 Updated: 2/6/2017 CONTRACT (4) 1. The court determines that the contractor unlawfully refused to comply with the public records request within a reasonable time; and 2. At least 8 business days before filing the action, the plaintiff provided written notice of the public records request, including a statement that the contractor has not complied with the request, to the public agency and to the contractor. i) A notice complies with subparagraph (h)2. if it is sent to the public agency's custodian of public records and to the contractor at the contractor's address listed on its contract with the public agency or to the contractor's registered agent. Such notices must be sent by common carrier delivery service or by registered, Global Express Guaranteed, or certified mail, with postage or shipping paid by the sender and with evidence of delivery, which may be in an electronic format. j) A contractor who complies with a public records request within 8 business days after the notice is sent is not liable for the reasonable costs of enforcement. IN WITNESS WHEREOF, the parties to the agreement have hereunto set their hands and seals and have executed this Agreement, the day and year first above written. CITY OF CLEARWATER IN PINE LL1AS(�CnOUNTY, FLORIDA By: WA0-La k.t.&. /D William B. Horne, II City Manager Countersigned: Attest: TIrktr\CARA%OS By: Appr Rosemarie Call City Clerk George N. Cretekos, Mayor Mafthew M. Smith Assistant City Attorri Contractor must indicate whether: Corporation, Partnership, Company, or Individual (Contractor) By: Print Tit The person signing shall, in his own handwriting, sign the Principal's name, his own name, and his title; where the person is signing for a Corporation, he must, by Affidavit, show his authority to bind the` Corporation — provide Affidavit. SECTION V Page 6 of 16 Updated: 2/6/2017 CONSENT OF SURETY TO FINAL PAYMENT TO OWNER: City of Clearwater PROJECT NAME: CLEARWATER MEMORIAL CAUSEWAY SUBAQUEOUS PIPELINES Engineering Dept. PROJECT NO.: 14 -0041 -UT 100 S. Myrtle Ave. CONTRACT DATE: ( 1 Clearwater, FL 33756 BOND NO.: ( 1, recorded in O.R. Book Page [ 1, of the Public Records of Pinellas County, Florida. CONTRACTOR: Andrew Sitework, LLC Pursuant to § 255.05(11), Florida Statutes, and in accordance with the provisions of the Contract between the Owner and the Contractor as indicated above, the: [insert name of Surety] [address] [address] on bond of Andrew Sitework, LLC 2511 Palm Ave. Fort Myers, FL 33916 ,SURETY, ,CONTRACTOR, hereby approves of the final payment to the Contractor, and agrees that final payment to the Contractor shall not relieve Surety of any of its obligations to City of Clearwater Engineering Dept. 100 S. Myrtle Ave. Clearwater, FL 33756 as set forth in said Surety's bond. IN WITNESS WHEREOF, the Surety has hereunto set its hand this day of Attest: (Seal): SECTION V ,OWNER, (Surety) (Signature of authorized representative) (Printed name and title) Page 7 of 16 Updated: 2/6/2017 PROPOSAL/BID BOND (Not to be filled out if a certified check is submitted) � ORIGINAL KNOWN ALL MEN BY THESE PRESENTS: That we, the undersigned, Andrew Site Work, LLC as Contractor, and The Ohio Casualty Insurance Company as Surety, whose address is 62 Maple Avenue, Keene, NH 03431 , are held and firmly bound unto the City of Clearwater, Florida, in the sum of Ten Percent of Amount Bid Dollars ($ 10% ) (being a minimum of 10% of Contractor's total bid amount) for the payment of which, well and truly to be made, we hereby jointly and severally bind ourselves, our heirs, executors, administrators, successors and assigns. The condition of the above obligation is such that if the attached Proposal of Andrew Site Work, LLC as Contractor, and The Ohio Casualty Insurance Company as Surety, for work specified as: Memorial Causeway Subaqueous Pipelines, Project No. 14 -0041 -UT all as stipulated in said Proposal, by doing all work incidental thereto, in accordance with the plans and specifications provided herefor, all within Pinellas County, is accepted and the contract awarded to the above named bidder, and the said bidder shall within ten days after notice of said award enter into a contract, in writing, and furnish the required Public Construction Bond with surety or sureties to be approved by the City Manager, this obligation shall be void, otherwise the same shall be in full force and virtue by law and the full amount of this Proposal/Bid Bond will be paid to the City as stipulated or liquidated damages. Principal must indicate whether: Corporation, Partnership, X Company, or Individual Signed this 30th day of August , Zp117 : , Andrew Site Work, LLC Contr c Principal A4 6'4 co. At/ORCwSc� By: 1icc� iDr-"rr' Title The Ohio Casualty Insurance Company r r� Surety Brett Rosenhaus, Attorney -in -Fact The person signing shall, in his own handwriting, sign the Principal's name, his own name, and his title; where the person is signing for a Corporation, he must, by Affidavit, show his authority to bind-thh Corporation — provide Affidavit. SECTION V Page 8 of 16 Updated: 2/6/2017 THIS POWER OF ATTORNEY IS NOT VALID UNLESS IT IS PRINTED ON RED BACKGROUND. j JT'4, T This Power of Attorney limits the acts of those named herein, and they have no authority to bind the Company except in the manner and to th t hereOPstate Certificate No. 7783144 Liberty Mutual Insurance Company The Ohio Casualty Insurance Company West American Insurance Company POWER OF ATTORNEY _ KNOWN ALL PERSONS BY THESE PRESENTS: That The Ohio Casualty Insurance Company is a corporation duly organized under the laws of the State of New Hampshire, that Liberty Mutual Insurance Company is a corporation duly organized under the laws of the State of Massachusetts, and West American Insurance Company is a corporation duly organized under the laws of the State of Indiana (herein collectively called the "Companies"), pursuant to and by authority herein set forth, does hereby name, constitute and appoint, Brett Rosenhaus all of the city of Lake Worth , state of FL each individually if there be more than one named, its true and lawful attorney-in-fact to make, execute, seal, acknowledge and deliver, for and on its behalf as surety and as its act and deed, any and all undertakings, bonds, recognizances and other surety obligations, in pursuance of these presents and shall be as binding upon the Companies as if they have been duly signed by the president and attested by the secretary of the Companies in their own proper persons. IN WITNESS WHEREOF, this Power of Attorney has been subscribed by an authorized officer or official of the Companies and the corporate seals of the Companies have been affixed thereto this 26th day of May 2017 wer of Attorney call and 4:30 pm EST on any business day. �y �� g 9 � g i91Z y.t su F. \- •4,, " 1991 The Ohio Casualty Insurance Company Liberty Mutual Insurance Company West American Insurance Company By: CD co sC d a) STATE OF PENNSYLVANIA ss David M. Carey(Assistant Secretary COUNTY OF MONTGOMERY On this 26th day of May 2017 before me personally appeared David M. Carey, who acknowledged himself to be the Assistant Secretary of Liberty Mutual Insurance 11_ r > 1/1 Company, The Ohio Casualty Company, and West therein contained by signing on behalf of the corporations IN WITNESS WHEREOF, I have hereunto subscribed American Insurance by himself as my name and affixed PAs),� t-- 0s Company, and that he, as such, being authorized a duly authorized officer. my notarial seal at King of Prussia, Pennsylvania, COMMONWEALTH OF PENNSYLVANIA�Lt Notarial Seal Teresa Pastella, Notary Public so to do, execute the foregoing instrument for the purposes on the day and year first above written. - - By:_.._.._— — s- OFUpper - , 0' 'L Merlon Twp..Montgomery County My Commission Expires March 28, 2021 .—_.. _._..._....__._...._.._.__ __.._.—.._ Teresa Pastella, Notary Public swot v- or releagellir currency rate, interest rate c IVP Ort $V� Member. Pennsylvania Association of Notaries This Power of Attorney is made and executed pursuant to and by authority of the following By-laws and Authorizations of The Ohio Casualty Insurance Company, Liberty Mutual Insurance Company, and West American Insurance Company which resolutions are now in full force and effect reading as follows: ARTICLE IV — OFFICERS — Section 12. Power of Attorney. Any officer or other official of the Corporation authorized for that purpose in writing by the Chairman or the President, and subject to such limitation as the Chairman or the President may prescribe, shall appoint such attorneys -in -fact, as may be necessary to act in behalf of the Corporation to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Such attorneys -in -fact, subject to the limitations set forth in their respective powers of attorney, shall have full power to bind the Corporation by their signature and execution of any such instruments and to attach thereto the seal of the Corporation. When so executed, such instruments shall be as binding as if signed by the President and attested to by the Secretary. Any power or authority granted to any representative or attorney-in-fact under the provisions of this article may be revoked at any time by the Board, the Chairman, the President or by the officer or officers granting such power or authority. ARTICLE XIII — Execution of Contracts — SECTION 5. Surety Bonds and Undertakings. Any officer of the Company authorized for that purpose in writing by the chairman or the president, and subject to such limitations as the chairman or the president may prescribe, shall appoint such attorneys -in -fact, as may be necessary to act in behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Such attorneys -in -fact subject to the limitations set forth in their respective powers of attorney, shall have full power to bind the Company by their signature and execution of any such instruments and to attach thereto the seal of the Company. When so executed such instruments shall be as binding as if signed by the president and attested by the secretary. To confirm the validity of this Po 1-610-832-8240 between 9:00 am Certificate of Designation — The President of the Company, acting pursuant to the Bylaws of the Company, authorizes David M. Carey, Assistant Secretary to appoint such attorneys -in - fact as may be necessary to act on behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Authorization — By unanimous consent of the Company's Board of Directors, the Company consents that facsimile or mechanically reproduced signature of any assistant secretary of the Company, wherever appearing upon a certified copy of any power of attomey issued by the Company in connection with surety bonds, shall be valid and binding upon the Company with the same force and effect as though manually affixed. I. Renee C. Llewellyn, the undersigned, Assistant Secretary, The Ohio Casualty Insurance Company, Liberty Mutual Insurance Company, and West American Insurance Company do hereby certify that the original power of attomey of which the foregoing is a full, true and correct copy of the Power of Attorney executed by said Companies, is in full force and effect and has not been revoked. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed the seals of said Com anies this da of lis 20 1 P F 1s '3 Pc 1912 1991 • By: LMS 12873_022017 Renee.C. L�e�r -bsii`tant Secretary 85 of 100 AFFIDAVIT (To be filled in and executed if the bidder is a corporation) STATE OF FLORIDA Y L ) COUNTY OF (_ ) �1 /'44 , being duly sworn, deposes and says that he/she is Secretary of 79,./CieE•✓ SiwoRK' ((C a corporation organized and existing under and by virtue of the laws of the State of Florida, and having its principal office at: 7.5`// Q/f f,�., %%✓r, AR/ 4tzs ! r r' f2 (Street & Number) (City) (County) (State) Affiant further says that he is familiar with the records, minute books and by-laws of J`iNa.<� A✓ S; /6tvo,e( La- - (Name of Corporation) Affiant further says that &f6/ /9/44l t/— is eitS/LENT (Officer's Name) (Title) rr of the corporation, is duly authorized to sign the Proposal for �j�p,&-Ail zee • or said corporation by virtue of (state whether a o 'si . ' of by laws or a Resolution of Board of Direc . If + ' - s i lution give date of adoption). 1•' .� Sworn to before me this <gO' day of //% e. 4/MM A/1' - —mer—Nr Affiant Title or rank, and Serial No., if any SECTION V Page 9 of 16 Updated: 2/6/2017 NON COLLUSION AFFIDAVIT STATE OF FLORIDA f - ) COUNTY OF l ) ,ejx ( /,V14 f /._I<` being, first duly sworn, deposes and says that he is dr3 A/T of Xi,/1%i%/ si1r-G1/0041A IIC - the party making the foregoing Proposal or Bid; that such Bid is genuine and not collusive or sham: that said bidder is not financially interested in or otherwise affiliated in a business way with any other bidder on the same contract; that said bidder has not colluded, conspired, connived, or agreed, directly or indirectly, with any bidders or person, to put in a sham bid or that such other person shall refrain from bidding, and has not in any manner, directly or indirectly, sought by agreement or collusion, or communication or conference, with any person, to fix the bid price or affiant or any other bidder, or to fix any overhead, profit or cost element of said bid price, or that of any other bidder, or to secure any advantage against the City of Clearwater, Florida, or any person or p sons interested in the proposed contract; and that all statements contained in said proposal or bid ar true; and further, that such bidder has not directly or indirectly submitted this bid, or the contents th- eof, or divulged information or data relative thereto to any association or to any member or - - th; - , f. LI. r Sworn to and subscribed before me this 36 day of Affiant iNa'e,.✓ Net. P - .lic ,0.*„ Morganne J. Brooks , Commission # GG127333 -�` "= Expires: July 23, 2021 „ot„„os. Bonded thru Aaron Notary SECTION V Page 1.0 of 16 Updated: 2/6/2017 PROPOSAL (1) TO THE CITY OF CLEARWATER, FLORIDA, for MEMORIAL CAUSEWAY SUBAQUEOUS PIPELINES (14 -0041 -UT) and doing such other work incidental thereto, all in accordance with the contract documents, marked MEMORIAL CAUSEWAY SUBAQUEOUS PIPELINES (14 -0041 -UT) Every bidder must take notice of the fact that even though his proposal be accepted and the documents signed by the bidder to whom an award is made and by those officials authorized to do so on behalf of the City of Clearwater, Florida, that no such award or signing shall be considered a binding contract without a certificate from the Finance Director that funds are available to cover the cost of the work to be done, or without the approval of the City Attorney as to the form and legality of the contract and all the pertinent documents relating thereto having been approved by said City Attorney; and such bidder is hereby charged with this notice. The signer of the Proposal, as bidder, also declares that the only person, persons, company or parties interested in this Proposal, are named in this Proposal, that he has carefully examined the Advertisement, Instructions to Bidders, Contract Specifications, Plans, Supplemental Specifications, General Conditions, Special Provisions, and Public Construction Bond, that he or his representative has made such investigation as is necessary to determine the character and extent of the work and he proposes and agrees that if the Proposal be accepted, he will contract with the City of Clearwater, Florida, in the form of contract; hereto annexed, to provide the necessary labor, materials, machinery, equipment, tools or apparatus, do all the work required to complete the contract within the time mentioned in the General Conditions and according to the requirements of the City of Clearwater, Florida, as herein and hereinafter set forth, and furnish the required surety bonds for the following prices to wit: If the foregoing Proposal shall be accepted by the City of Clearwater, Florida, and the undersigned shall fail to execute a satisfactory contract as stated in the Advertisement herein attached, then the City may, at its option determine that the undersigned has abandoned the contract, and thereupon this Proposal shall be null and void, and the certified check or bond accompanying this Proposal, shall be forfeited to become the property of the City of Clearwater, Florida, and the full amount of said check shall be retained by the City, or if the Proposal Bond be given, the full amount of such bond shall be paid to the City as stipulated or liquidated damages; otherwise, the bond or certified check accompanying this Proposal, or the amount of said check, shall be returned to the undersigned as specified herein. SECTION V Page 11 of 16 Updated: 2/6/2017 PROPOSAL (2) Attached hereto is a bond or certified check on Bank, for the sum of `� � onee d ,- Sa,.4 , chf /w.,d e.! -5,x17 Alle.rs , ($ ) (being a minimum of 10% of Contractor's total bid amount). The full names and residences of all persons and parties interested in the foregoing bid are as follows: (If corporation, give the names and addresses of the President and Secretary. If firm or partnership, the names and addresses of the members or partners. The Bidder shall list not only his name but also the name of any person with whom bidder has any type of agreement whereby such person's improvements, enrichment, employment or possible benefit, whether sub contractor, materialman, agent, supplier, or employer is contingent upon the award of the contract to the bidder). NAMES: ADDRESSES: l 49/ P,94., /v -6R; por-gs, R 33w -51 WIAI /5/ 'i aerf 4444 L519,5 _ge/AA/ aP-P 4WAVF45.5' - Signature of Bi • • er: t/ A PA C- The person signing shall, in his own handwriting, sign the Principal's name, his own rtame andthis title. Where the person signing for a corporation is other than the President or Vice President, lie'.rntist, by, affidavit, show his authority, to bind the corporation. Principal: it(A t� /47A/P/rEi,t ZZ By: eiyA 1 SIN En/� Title: WES9F40% Company Legal Name:%9A/d/QL=a✓ Si ,4 j'/1 /( ef-E . Doing Business As (if different than above): N/ Business Address of Bidder: 45/1 City and State: i7 47 asp F Zip Code 33,9'/ £ Phone: ) .- 22-4 - i40te Email Address: / /f %► a-a/ld/e/vS/ klta.0(I, CO,✓, Dated at 1: O O a -- SECTION V , this 30 day of 797 t/J / , A.D., 20/7 Page 12 of 16 Updated: 2/6/2017 CITY OF CLEARWATER ADDENDUM SHEET PROJECT: MEMORIAL CAUSEWAY SUBAQUEOUS PIPELINES (14 -0041 -UT) Acknowledgment is hereby made of the following addenda received since issuance of Plans and Specifications. Addendum No. / Date: a- /- / 7 Addendum No. L— Date: 7 • 2-1— / 7 Addendum No. Date: Addendum No. Date: Addendum No. Date: Addendum No. Date: Addendum No. Date: Addendum No. Date: Addendum No. Date: Addendum No. Date: Addendum No. Date: SECTION V NacA)' K(' etc Bidder) A p C. 4toptE.,✓ (Signature of Officer) -Ye tPEMT— (Title of Officer) 8-30 -/7 (Date) Page 13 of 16 Updated: 2/6/2017 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 m BIDDER'S PROPOSAL PROJECT: MEMORIAL CAUSEWAY SUBAQUEOUS PIPELINES (14 -0041 -UT) CONTRACTOR: 41.(AtE J.0Ea7##( Lie BIDDER'S GRAND TOTAL: $ 3, C'1 8, CP0 Z ' 1° (Numbers) BIDDER'S GRAND TOTAL: 7ktc nv //id n, kv e,, f *via_reva1 Sty /w,d ,,/ %svo .moi//a s ani ,00 (Words) THE BIDDER'S GRAND TOTAL ABOVE IS HIS TOTAL BID BASED ON HIS UNIT PRICES AND LUMP SUM PRICES AND THE ESTIMATED QUANTITIES REQUIRED FOR EACH SECTION. THIS FIGURE IS FOR INFORMATION ONLY AT THE TIME OF OPENING BIDS. THE CITY WILL MAKE THE TABULATION FROM THE UNIT PRICES AND LUMP SUM PRICE BID. IF THERE IS AN ERROR IN THE TOTAL BY THE BIDDER, IT SHALL BE CHANGED AS ONLY THE UNIT PRICES AND LUMP SUM PRICE SHALL GOVERN. SECTION V Page 14 of 16 Updated: 2/6/2017 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 ORIGINAL BID 1TFMS 1 QTYI UNITI UNIT PRICE, TOTAL Part A - Sanitary Sewer Sys to m 1A Mobilization (Maximum of 5%) 1 LS $ 79, 930'' $ 79,93o* - 2A Maintenance of Traffic (Maximum of 3%) 1 LS $444 020 - $ gy, d20" 3A 24" HDPE DR -9 Force Main Pipe by HDD 2,400 LF $ 5-8 2'''' $1,39(0,90°' 4A 16" Ductile Iron Force Main Pipe by Open Cut 100 LF $ He s ' .- $ (J, 800 • 5A 20" Ductile Iron Force Main Pipe by Open Cut 100 LF $ 162. 2' - $ Ij' 2.00• - 6A 24" Ductile Iron Force Main Pipe by Open Cut 100 LF $ 229' - $ 22,°00' -- 7A Ductile Iron Fittings 3 TON $ ) OD • ' $ 3co• 8A 16" Line Stop 1 EA $ et,y17•- $ 9,`87• 9A 20" Line Stop 1 EA $ 114,12S'- $ 14,12V 10A 16" Tapping Sleeve and Valve 1 EA $23,y/L* -' $ 23,14/(x- - 11A 20" Tapping Sleeve and Valve 1 EA $14 37S' - $ 34 375' - 12A Combination Air/Vacuum Valve Assembly 2 EA $ 2,3$0'' $ )4, 700' 13A Flowable Fill 220 CYD $ 2142' - $ 53,2140"- 14A 2" Mill & Overlay SP -12.5 Asphalt Restoration on Bayway Blvd. 300 SY $ 30 %2' $ 21, 490' 15A Site Restoration 1 LS $2‘000 000 - $ 20,000' 16A Temporary Asphalt Pedestrian Trail, Access Drives and Restoration 1 LS $ III, (500'-- $ III, to00' -- 17A Floating Turbidity Barriers 1 LS $ 13,?00 - $ 1,7 DO ' Subtotal (Items 1A -17A) $1,842,9' 3' 18A Sanitary Sewer Contingency Allowance (10% of Subtotal Above) 1 LS $ $ 30 I $ 9, 29 3 Part A Total (Items 1A -18A) 2,082,2$I•J Part B - Potable Water Main System 1B Mobilization(Maximumof5%) 1 LS Q $'13,e09'"1$ q3, We/ - 2B Maintenance of Traffic (Maximum of 3%) 1 LS $ 2-0,431-- $ 74, 431 3B 20" HDPE DR -11 Water Main Pipe by HDD 1,500 LF $ 2.1 7" $ y LIS, Soo* .- 4B 4B 20" Ductile Iron Water Main Pipe by Open Cut 800 LF $ 244' 24' $ 2.12, 9(,0'" 5B Ductile Iron Fittings 3 TON $ 100 • - $ 300 • -- 6B 20" Resilient Wedge Gate Valves with Box 3 EA $ 1.5, 15S - $ 4S, 11.5 7B 16" Tapping Sleeve and Valve 1 EA $ 150'{0- $ IS, 0y0' .- 8B Combination AirNacuum Valve Assembly 1 EA $ 2,1.3o - $ $, (,x30 9B Coachman Park Site Restoration 1 LS $ 3'1852 $ 37, $S2. - 10B Site Restoration 1 LS $ J5,$00 -' $ 1S, 700 - 11B Temporary Access Drives 1 LS $ I'i,$(o`j -- $ N,2101 -- 12B Floating Turbidity Barriers 1 LS $ .5,2.23- $ J, 2 Z$ - 13B Televise Existing 20 -inch Ball Joint Water Main 300 LF $ 14/ •30 $ 12, 390 - _ $ /173 yyy• Subtotal (Items 1B -13B) 14B Potable Water System Contingency Allowance (10% of Subtotal Above) 1 LS $ $ $7, S 417" Part B Total (Items 1B -14B) $ 964,324 • vc Subtotal $2-,714/, 145'7'- Total Contingency $;71, /VS' 70 Total Contract 0,0V, 602: to BIDDER'S GRAND TOTAL (Part A Total + Part B Total) $3r Oa. 60-•7° SECTION V Page 15 of 16 Updated: 2/6/2017 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 SCRUTINIZED COMPANIES AND BUSINESS OPERATIONS WITH CUBA AND SYRIA CERTIFICATION FORM PER SECTION III, ITEM 25, IF YOUR BID IS $1,000,000 OR MORE, THIS FORM MUST BE COMPLETED AND SUBMITTED WITH THE BID PROPOSAL. FAILURE TO SUBMIT THIS FORMAS REQUIRED, MAY DEEM YOUR SUBMITTAL NONRESPONSIVE. The affiant, by virtue of the signature below, certifies that: 1. The vendor, company, individual, principal, subsidiary, affiliate, or owner is aware of the requirements of section 287.135, Florida Statutes, regarding companies on the Scrutinized Companies with Activities in Sudan List, the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or engaging in business operations in Cuba and Syria; and 2. The vendor, company, individual, principal, subsidiary, affiliate, or owner is eligible to participate in this solicitation and is not listed on either the Scrutinized Companies with Activities in Sudan List, the Scrutinized Companies with Activities in the Iran Petroleum Sector List, or engaged in business operations in Cuba and Syria; and 3. Business Operations means, for purposes specifically related to Cuba or Syria, engaging in commerce in any form in Cuba or Syria, including, but not limited to, acquiring, developing, maintaining, owning, selling, possessing, leasing or operating equipment, facilities, personnel, products, services, personal property, real property, military equipment, or any other apparatus of business or commerce; and 4. If awarded the Contract (or Agreement), the vendor, company, individual, principal, subsidiary, affiliate, or owner will immediately notify the City of Clearwater in writing, no later than five (5) calendar days after any of its principals are placed on the Scrutinized Companies with Activities in Sudan List, the Scrutinized Companies with Activities in the Iran Petroleum Sector List, or engages in business operations in Cuba and Syria. Authorized Stature C. ANO. rW..in PrinName ESWEINT STATE OF fL COUNTY OF Title n Av4E vi Z/VA10C cc Name of Entity/Corporation The foregoi stru ent s� a—c -]iowledged before me on this c5 0 day of p. , , _ _ . 20 1)' ' , �' X.[R _ (name of perso whose signa 11 s being notarized) as the (title) of_ (name of corporatio entity), personally known to me as described herein , or produced a n P (type of identification) as id ation, and who did/did not take an oath. My Commission Expires: -7— NOTARY SEAL ABOVE -•f� Printe. N• SECTION V Page 16 of 16 u,- Morganne J. Brooks Commission # GG127333 • Expires: July 23, 2021 Bonded thru Aaron Notary Updated: 2/6/2017 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Client#: 1462194 132ANDRESIT ACORDr. CERTIFICATE OF LIABILITY INSURANCE DATE(MM/DD/YYYY) 10/18/2017 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER BB&T-Oswald Trippe and Company 13515 Bell Tower Drive Fort Myers, FL 33907 239 433-4535 CONTACT 866-881-5271 PHONE AX E:t): 239 433-4535 T(Fp/C No): E- AILo, ADDRESS: INSURER(S) AFFORDING COVERAGE NAIC # INSURERA: FCC! Insurance Company 10178 INSURED Andrew Site Work LLC 2511 Palm Avenue Fort Myers, FL 33916 INSURER B : X INSURER C : PREMISESO(Eaocccurence) INSURER D X INSURER E : MED EXP (Any one person) INSURER F : COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR A TYPE OF INSURANCE ADDL INSR X X SUBR WVD POLICY NUMBER GL00159255 CA10000633402 POLICY EFF JMM/DDIYYYY) 09/15/2017 09/15/2017 POLICY EXP (MM/DD/YYYY_L 09/15/2018 09/15/2018 LIMITS EACH OCCURRENCE $1,000,000 X COMMERCIAL GENERAL LIABILITY CLAIMS -MADE X OCCUR PREMISESO(Eaocccurence) $100,000 X PD Ded:1,000 MED EXP (Any one person) $5,000 PERSONAL & ADV INJURY $1,000,000 GEN'L AGGREGATE LIMIT APPLIES _RO- rECT __ POLICY J 1 OTHER: PER: LOC GENERAL AGGREGATE $2,000,000 PRODUCTS - COMP/OP AGG $2,000,000 (E° eBadeD SINGLE LIMIT $ $1,000,000 A AUTOMOBILE X X LIABILITY ANY AUTO___ ALL OWNED AUTOS HIRED AUTOS - X SCHEDULED AUTOS NON -OWNED AUTOS BODILY INJURY (Per person) $ BODILY INJURY (Per accident) $ PROPERTY DAMAGE (Per accident) $ A X UMBRELLA LIAB EXCESS LIAB X OCCUR CLAIMS -MADE UMB00175405 09/15/2017 09/15/2018 EACH OCCURRENCE $4,000,000 AGGREGATE $4,000,000 DED X RETENT ON $10000 $ A WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? (Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS below Y / N N N 1 A 001 WC17A72134 04/01/2017 04/01/2018 X PER STATUTE OTH- .ER E.L. EACH ACCIDENT $1,000}000 E.L. DISEASE - EA EMPLOYEE $1,000,000 E.L. DISEASE - POLICY LIMIT $1,000,000 DESCRIPTION OF OPERATIONS / LOCATIONS 1 VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) RE• Memorial Causeway Subaqueous Pipeline, Project # 14 -0041 -UT City of Clearwater is named as additional insured with respect to Commercial General Liability per blanket additional insured endorsement CGL084 and Commercial Automobile endorsement CAU -003 -FL attached to this policy. CERTIFICATE HOLDER CANCELLATION City of Clearwater Engineering Department 100 South Myrtle Ave Suite 220 Clearwater, FL 33756 ACORD 25 (2014/01) 1 of 1 #S18920112/M18767962 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE © 1988-2014 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD KAEV 1 1 1 1 1 1 1 1 1 1 1 November 28, 2012 Department of Environmental Protection 2600 Blair Stone Road, M.S. 3570 Tallahassee, Florida 32399-2400 Congratulations on successfully completing the Florida Stormwater Erosion and Sedimentation Control Inspector Training Program. I greatly appreciate your participation in and successful completion of this course. I hope that it has helped you to better understand Florida's stormwater problems and the importance of proper design, construction, and maintenance of erosion and sediment controls during construction, in order to assure the proper long-term operation and maintenance of stormwater systems iter construction is completed. Attached you will find your numbered certificate and wallet card. Please let me know if there are any errors in the certificate or card, or in the grading of your exam. If I can be of further assistance, please do not hesitate to contact me at 850/245-8294 or via email: halton.lunsford@dep.state.fl.us Brian Brandfass Andrew Site Work LLC 4696 Elevation Way Ft. Myers, FL 33905 DEPARTMENT OF ENVIRONMENTAL PROTECTION STORMWATER EROSION AND SEDIMENTATION CONTROL INSPECTOR TRAINING PROGRAM Brian Brandfass Claes Dale Inspector Number November 1, 2012 27909 QUALIFIED STORMWATER MANAGEMENT INSPECTOR 1 1 QUALIFIED STORMWATER MANAGEMENT INSPECTOR The undersigned hereby acknowledges that Brian Brandfass has successfully met all requirements necessary to be fully qualified through the Florida Department of Environmental Protection Stormwater Erosion and Sedimentation Control Inspector Training Program November 1, 2012 Inspector Number 27909 Hal I .unsfor Kristine Jones American Management Resources Corporation Has successfully completed the 8 Hour OSHA Course for handling Class IIAsbestos-Containing Materials CLASS HASBESTOS WORK 8 Hour OSHA Course Training Provided By AMRC 5230 Clayton Court • Fort Myers • Florida • 33907 • (239) 936-8266 STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION CONSTRUCTION INDUSTRY LICENSING BOARD (850) 487-1395 2601 BLAIR STONE ROAD TALLAHASSEE FL 32399-0783 ANDREW, RALPH CHANCEY III ANDREW SITE WORK, LLC 2511 PALM AVENUE FORT MYERS FL 33916 Congratulations! With this license you become one of the nearly one million Floridians licensed by the Department of Business and Professional Regulation. Our professionals and businesses range from architects to yacht brokers, from boxers to barbeque restaurants, and they keep Florida's economy strong. Every day we work to improve the way we do business in order to serve you better. For information about our services, please log onto www.myfloridallcense.com. There You can find more information about our divisions and the regulations that impact you, subscribe to department newsletters and learn more about the Department's initiatives. Our mission at the Department is: License Efficiently, Regulate Fairly. We constantly strive to serve you better so that you can serve your customers. Thank you for doing business in Florida, and congratulations on your new license! RICK SCOTT, GOVERNOR STATE OF FLORIDA 1 DEPARTMENT OF BUSINESS AND PROFESSIQNAL REGULATION CUC1224664 ��ISSUED: 08/11/2016 CERT UNDERGROUND & EXCAV CNTR ANDREW, RALPH CHANCEY itt ANDREW SITE WORK; LW.` IS CERTIFIED under the provisions of Ch.489 FS. Expiration date AUG 31, 2018 U6081101102695 DETACH HERE KEN LAWSON, SECRETARY STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION CONSTRUCTION INDUSTRY LICENSING BOARD LICENSE NUMBER The UNDERGROUND UTILITY & EXCAVATION CO Named below IS CERTIFIED Under the provisions of Chapter 489 FS. Expiration date: AUG 31, 2018 ANDREW, RALPH CHANCEY,ItI.� .. ANDREW SITE WORK, LLC;,..' 2511 PALM AVENUE FORT MYERS FL 33916 ISSUED 08/11/2016 DISPLAY AS REQUIRED BY LAW SEQ # L1608110002695