Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
09/21/2023
Thursday, September 21, 2023 6:00 PM City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 Pinellas County, 333 Chestnut Street, Palm Room, Clearwater, FL 33756 City Council Meeting Agenda September 21, 2023City Council Meeting Agenda Welcome. We are glad to have you join us. If you wish to address the Council, please complete a Comment Card. Comment Cards are on the right-hand side of the dais by the City Clerk. When recognized, please hand your card to the Clerk, approach the podium and state your name. Persons speaking before the City Council shall be limited to 3 minutes unless otherwise noted under Public Hearings. For other than "Citizens to be heard regarding items not on the Agenda," a spokesperson for a group may speak for 3 minutes plus an additional minute for each person in the audience that waives their right to speak, up to a maximum of 10 minutes. Prior to the item being presented, please obtain the form to designate a spokesperson from the City Clerk. Up to 60 minutes of public comment will be allowed for an agenda item. No person shall speak more than once on the same subject unless granted permission by the City Council. The City of Clearwater strongly supports and fully complies with the Americans with Disabilities Act (ADA). Please advise us at least 48 hours prior to the meeting if you require special accommodations at 727-562-4090. Assisted Listening Devices are available. Kindly refrain from using cell phones and electronic devices during the meeting. Citizens wishing to provide comments on an agenda item are encouraged to do so in advance through written comment. The City has established the following two options: 1) eComments via Granicus - eComments is integrated with the published meeting agenda. Individuals may review the agenda item details and indicate their position on the item. You will be prompted to set up a user profile to allow you to comment, which will become part of the official public record. The eComment period is open from the time the agenda is published. All comments received by 5:00 p.m. the day before the meeting (September 20) will become part of the official record. 2) Email – Individuals may submit written comments or videos to ClearwaterCouncil@myclearwater.com. All comments received by 5:00 p.m. the day before the meeting (September 20) will become part of the official record. 1. Call to Order 2. Invocation 3. Pledge of Allegiance 4. Special recognitions and Presentations (Proclamations, service awards, or other special recognitions. Presentations by governmental agencies or groups providing formal updates to Council will be limited to ten minutes.) 4.1 September Service Awards 4.2 Constitution Week Proclamation - Sharon Jank, Daughters of the American Revolution Regent, Clearwater Chapter 4.3 Carefest Day 2023 Proclamation; A Day of Caring - Daniel Bernard, President Somebody Cares Tampa Bay 4.4 Florida Climate Week Proclamation 5. Approval of Minutes Page 2 City of Clearwater Printed on 9/19/2023 September 21, 2023City Council Meeting Agenda 5.1 Approve the minutes of the September 7, 2023 City Council meeting as submitted in written summation by the City Clerk. 6. Consent Agenda The Consent Agenda contains normal, routine business items that are very likely to be approved by the City Council by a single motion. These items are not discussed, and may all be approved as recommended on the staff reports. Council questions on these items were answered prior to the meeting. The Mayor will provide an opportunity for a Councilmember or a member of the public to ask that an item be pulled from the Consent Agenda for discussion. Items pulled will receive separate action. All items not removed from the Consent Agenda will be approved by a single motion of the council. 6.1 Approve an Interlocal Agreement between the City of Clearwater and the Community Redevelopment Agency (CRA) to provide staffing and administrative services for the CRA, provided for the reimbursement of certain expense by the CRA to the City, and authorize the appropriate officials to execute same. (consent) 6.2 Approve the purchase of excess liability, workers compensation and various specialty insurance policies from October 1, 2023 through September 30, 2024 in the amount of $1,475,000 pursuant to Clearwater Code of Ordinance Section 2.563(1)(i), Insurance, and authorize the appropriate officials to execute same. (consent) 6.3 Authorize funding and amend agreements with Evernorth Behavioral Health (Evernorth) and Cigna Healthcare (Cigna) for the employee assistance program and city medical insurance (under a self- insured funding arrangement) for period January 1, 2024 through December 31, 2024, for a total not-to-exceed amount of $27.1 million ($55,000 for Evernorth and $27,045,000 for Cigna), pursuant to RFP 26-22, to be funded by city budgeted funds, payroll deductions of employees and retiree premiums; and authorize the appropriate officials to execute same. (consent) 6.4 Approve an agreement with Evernorth Direct Health LLC dba Cigna for onsite medical and prescription drug services for the period of October 1, 2023, through September 30, 2026, in the not-to-exceed amount of $5,000,000.00 pursuant to Request for Proposal No. 22-23 and authorize the appropriate officials to execute same. (consent) Page 3 City of Clearwater Printed on 9/19/2023 September 21, 2023City Council Meeting Agenda 6.5 Approve a purchase order and agreement to TriTech Software Systems, a CentralSquare Company, for the renewal of TriTech Software Support and Maintenance in the amount of $224,952.38 from October 1, 2023 through September 30, 2024, pursuant to Clearwater Code of Ordinances Section 2.563(1)(d), Non-competitive purchases - impractical to bid, and authorize the appropriate officials to execute same. (consent) 6.6 Approve an Interlocal Agreement between the Clearwater Community Redevelopment Agency (CRA) and the City of Clearwater to provide CRA funding in fiscal year 2023-2024 in the amount of $257,642.91 to underwrite the cost of additional Community Policing services by the Clearwater Police Department in the Downtown CRA to address quality of life issues, drug dealing, and homelessness and authorize the appropriate officials to execute same. (consent) 6.7 Approve a Purchase Order and agreement between the City of Clearwater and Tampa Bay Psychology Associates, LLC, of Clearwater, Florida, for psychological and educational services, in a not to exceed amount of $250,000.00, during the contract period of October 1, 2023 through September 30, 2025, pursuant to Clearwater Code of Ordinances Section 2.563(1)(f), Professional services not subject to CCNA, and authorize the appropriate officials to execute same. (consent) 6.8 Authorize a purchase order to Ten-8 Fire and Equipment, Inc. of Bradenton, FL for one Osage Warrior Type I Rescue 2024 Ford F450 Extended Cab Chassis in the amount of $327,648.00, pursuant to Clearwater Code of Ordinances Sections 2.563(1)(c), Piggyback, and 2.563(1)(d), Non-competitive purchase, authorize the surplus of G3609 a 2008 Ford F650 Medtec pursuant to Clearwater Code of Ordinances Section 2.623 (7)(c), public auction, or (e), trade-in, whichever is in the best interest of the City, and authorize the appropriate officials to execute same. (consent) 6.9 Approve a purchase order to Murphy Pipeline Contractors of, Tampa, FL for trenchless rehabilitation and pipe bursting technology services, replacement of City of Clearwater’s water main system in the annual not-to-exceed amount of $3,000,000.00 with the option for three one-year renewals at the City’s discretion in accordance with Clearwater Code of Ordinances Section 2.563(1) (c), Piggyback, and authorize the appropriate officials to execute same. (consent) Page 4 City of Clearwater Printed on 9/19/2023 September 21, 2023City Council Meeting Agenda 6.10 Authorize the continuing use of construction contracts originally approved on September 15, 2022 to the following contractors: Engineered Spray Solutions, of Lakeland, FL; Inliner Solutions, of Sanford, FL; Rowland, Inc. of Pinellas Park, FL; and USSI, LLC of Venice, FL, for the 2023 Sewer Point Repairs and Improvements in the amount of $31,750,000.00 for an additional one-year term on a unit price basis pursuant to Invitation to Bid (ITB) 22-0006-UT and authorize the appropriate officials to execute same. (consent) Public Hearings - Not before 6:00 PM 7. Administrative Public Hearings - Presentation of issues by City staff - Statement of case by applicant or representative (5 min.) - Council questions - Comments in support or opposition (3 min. per speaker or 10 min maximum as spokesperson for others that have waived their time) - Council questions - Final rebuttal by applicant or representative (5 min.) - Council disposition 7.1 Set final millage rate of 5.8850 mills for fiscal year 2023/24 against non-exempt real and personal property within the City of Clearwater and pass Ordinance 9713-23 on first reading. 7.2 Approve the City of Clearwater Annual Operating Budget for the 2023/24 fiscal year and pass Ordinance 9714-23 on first reading. 7.3 Approve the fiscal year 2023/24 Annual Capital Improvement Budget, establish a six-year plan for the Capital Improvement Program (CIP), and pass Ordinance 9715-23 on first reading.(APH) 7.4 Approve the recommended Penny for Pinellas project list, as revised for fiscal years 2023/24 through 2029/30. 7.5 Continue to October 18, 2023: Approve amendments to the Community Development Code, rescinding certain previously adopted amendments determined to be null and void ab initio pursuant to Florida Senate Bill 250 (2023), and pass Ordinance 9712-23 on first reading. 7.6 Approve the annexation, initial Future Land Use Map designation of Residential Urban (RU) and initial Zoning Atlas designation of Low Medium Density Residential (LMDR) District for 3121 Downing Street, together will all unincorporated right-of-way of Downing Street, and pass Ordinances 9709-23, 9710-23, and 9711-23 on first reading. (ANX2023-07008) Page 5 City of Clearwater Printed on 9/19/2023 September 21, 2023City Council Meeting Agenda 8. Citizens to be heard re items not on the agenda For purposes of this role, “items pertaining to city business” includes any matter within the Council’s or the City Manager’s power to act, any matter that the Council previously voted on or discussed at the dais, or any matter discussed by or scheduled to be considered by another governmental entity that affects the operation of the City. Each person who wishes to address the Council shall complete a comment card and submit the card to the City Clerk (right-hand side of dais) before the speaker will be permitted to speak. However, if the speaker has just arrived or decided to speak, the Chair may allow the card to be filled out after speaking. Individuals will limit their comments to a maximum of three minutes. The Mayor shall advise the speaker that their time has expired. If the person remains at the podium, thereby interfering with other persons who may wish to be heard, the speaker’s microphone may be turned off, or the Mayor may rule the person out of order in accordance with Rule 15. 9. City Manager Reports 9.1 Amend the City’s fiscal year 2022/23 operating and capital improvement budgets at third quarter and pass Ordinances 9716-23 and 9717-23 on first reading. 9.2 Appoint two individuals to the Community Development Board to fill the remainder of an unexpired term through February 28, 2026 and one through April 30, 2026. 10. City Attorney Reports 11. Closing comments by Councilmembers (limited to 3 minutes) 12. Closing Comments by Mayor 13. Adjourn Page 6 City of Clearwater Printed on 9/19/2023 Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#23-0999 Agenda Date: 9/21/2023 Status: Agenda ReadyVersion: 1 File Type: Special recognitions and Presentations (Proclamations, service awards, or other special recognitions. Presentations by government agencies or groups providing formal updates to Council will be limited to ten minutes.) In Control: Council Work Session Agenda Number: 4.1 SUBJECT/RECOMMENDATION: September Service Awards SUMMARY: 5 Years of Service Thomas Lanni Parks and Recreation Michelle Leach Parks and Recreation Pierre Labrie Parks and Recreation Kara Grande Economic Development and Housing Pual Kuhar General Services Irin Gomez Economic Development and Housing 10 Years of Service William Robinson Gas James Campbell Police Tracy Weaver Solid Waste Jeanne Blaettner Finance 20 Years of Service John Stone General Services 25 Years of Service Anna “Paula” Chaplinsky Library 30 Years of Service Eric Hannah Solid Waste John Murray Solid Waste Susan Pease Police Page 1 City of Clearwater Printed on 9/19/2023 Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#23-1021 Agenda Date: 9/21/2023 Status: Agenda ReadyVersion: 1 File Type: Special recognitions and Presentations (Proclamations, service awards, or other special recognitions. Presentations by government agencies or groups providing formal updates to Council will be limited to ten minutes.) In Control: Council Work Session Agenda Number: 4.2 SUBJECT/RECOMMENDATION: Constitution Week Proclamation - Sharon Jank, Daughters of the American Revolution Regent, Clearwater Chapter SUMMARY: Page 1 City of Clearwater Printed on 9/19/2023 Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#23-1124 Agenda Date: 9/21/2023 Status: Agenda ReadyVersion: 1 File Type: Special recognitions and Presentations (Proclamations, service awards, or other special recognitions. Presentations by government agencies or groups providing formal updates to Council will be limited to ten minutes.) In Control: Council Work Session Agenda Number: 4.3 SUBJECT/RECOMMENDATION: Carefest Day 2023 Proclamation; A Day of Caring - Daniel Bernard, President Somebody Cares Tampa Bay SUMMARY: APPROPRIATION CODE AND AMOUNT: USE OF RESERVE FUNDS: Page 1 City of Clearwater Printed on 9/19/2023 Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#23-1139 Agenda Date: 9/21/2023 Status: Agenda ReadyVersion: 1 File Type: Special recognitions and Presentations (Proclamations, service awards, or other special recognitions. Presentations by government agencies or groups providing formal updates to Council will be limited to ten minutes.) In Control: Council Work Session Agenda Number: 4.4 SUBJECT/RECOMMENDATION: Florida Climate Week Proclamation SUMMARY: Page 1 City of Clearwater Printed on 9/19/2023 Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#23-1045 Agenda Date: 9/21/2023 Status: Agenda ReadyVersion: 1 File Type: MinutesIn Control: City Council Agenda Number: 5.1 SUBJECT/RECOMMENDATION: Approve the minutes of the September 7, 2023 City Council meeting as submitted in written summation by the City Clerk. SUMMARY: APPROPRIATION CODE AND AMOUNT: USE OF RESERVE FUNDS: Page 1 City of Clearwater Printed on 9/19/2023 City Council Meeting Minutes September 7, 2023 Page 1 City of Clearwater City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 Meeting Minutes Thursday, September 7, 2023 6:00 PM Capitol Theatre – 405 Cleveland Street City Council City Council Meeting Minutes September 7, 2023 Page 2 City of Clearwater Roll Call Present: 4 - Vice Mayor Mark Bunker, Councilmember David Allbritton, Councilmember Kathleen Beckman and Councilmember Lina Teixeira Absent: 1 - Mayor Brian Aungst Sr. Also Present: Jennifer Poirrier – City Manager, Michael Delk – Assistant City Manager, Daniel Slaughter – Assistant City Manager, David Margolis – City Attorney, Rosemarie Call – City Clerk and Nicole Sprague – Deputy City Clerk. To provide continuity for research, items are listed in agenda order although not necessarily discussed in that order. Unapproved 1. Call to Order – Vice Mayor Bunker 2. Invocation – Rev. Dr. Rhonda Blevins from Chapel by the Sea 3. Pledge of Allegiance 4. Special recognitions and Presentations (Proclamations, service awards, or other special recognitions. Presentations by governmental agencies or groups providing formal updates to Council will be limited to ten minutes.) – Given. 4.1 Fire Oaths The City Clerk administered the Oath of Office to: Fire Medics Shawn Binion, Nicholas Steadman, Joseph Jummati, William Thomas, Docho Florov, Michael Sadok, William Ramsey, and Firefighters Fisher Davis, Tristan Robey, Zachary Watt, and Jose Quinones. 5. Approval of Minutes 5.1 Approve the August 17, 2023 City Council Meeting Minutes as submitted in written summation by the City Clerk. Councilmember Beckman moved to approve the August 17, 2023 City Council Meeting Minutes as submitted in written summation by the City Clerk. The motion was duly seconded and carried unanimously. 6. Citizens to be heard re items not on the agenda City Council Meeting Minutes September 7, 2023 Page 3 City of Clearwater Michael Taylor reviewed an incident he had with Clearwater Police when he was open carrying while fishing and expressed concerns with the infringement upon his First Amendment right during the swearing-in of the new Police Chief. He said displaying his middle fingers is protected under the law. Gladys Andrews and Jonathan Wade expressed concerns with Council's recent direction to staff to change the City's election system to implement run-offs without seeking any feedback from the Charter Review Committee. Mr. Holuba said the First Amendment exists to protect all forms of expression from government oppression, even the most offensive and controversial speech. He expressed concerns that his civil rights were violated when he was wrongfully ejected from the last council meeting. Andrea Evans Dixon opposed changing the City's current election system for runoffs that requires 50% of the vote and expressed concerns that Council's work session discussion did not cite data **to justify the change. Patrick Raftery said Council's runoff proposal will be presented on the ballot in March 2024, at which point the voters will decide whether they support the initiative. Kathy Flaherty submitted a comment regarding the recycling program and supporting the refund go back to 2018 (see page 14). 7. Consent Agenda – Approved as submitted. 7.1 Approve a one-year Agreement with Juvenile Welfare Board (JWB) and the City of Clearwater for funding youth programs, approve a first quarter budget amendment of $486,211 in special program G2107, JWB Youth Programming, and authorize the appropriate officials to execute same. (consent) 7.2 Approve a purchase order to Shade Systems, Inc., of Ocala, Florida for the purchase and installation of Athletic Shade Structures at Baycare Ballpark in an amount of $131,004.00, pursuant to Clearwater Code of Ordinances Sections 2.563(1)(c), Piggyback, and 2.563(1)(d), Impractical, and authorize the appropriate officials to execute same. (consent) 7.3 Approve an Event License Agreement between Jones Lang LaSalle Americas, Inc, in its capacity as agent for the owner of the premises known as Countryside Mall, located at 27001 US Highway 19 North, Clearwater, Florida, and the City of Clearwater Police Department for the purpose of hosting the National Night Out Event on October 3, 2023, located at the Countryside Mall and authorize the appropriate City Council Meeting Minutes September 7, 2023 Page 4 City of Clearwater officials to execute same. (consent) 7.4 Renew Financial Assistance Agreement between the Florida Department of Law Enforcement and the City of Clearwater, necessary to facilitate a current mutual aid agreement between the two entities, effective upon execution through June 30, 2024, and authorize the appropriate officials to execute same. (consent) 7.5 Approve an agreement with the Pinellas County Sheriff’s Office, Largo, Florida, in the amount not to exceed $499,861.50 for forensic crime scene processing, latent prints, property and evidence storage, and Pinellas Juvenile Assessment Center services, during the one-year contract period commencing on October 1, 2023 through September 30, 2024, and authorize the appropriate officials to execute same. (consent) 7.6 Approve acceptance of University of North Florida Training and Services Institute, Inc., d/b/a Institute of Police Technology and Management (IPTM), High Visibility Education (HVE) and Enforcement Campaign for Pedestrian and Bicycle Safety Grant Award in the amount of $27,233.22 for police overtime, and authorize the appropriate officials to execute same. (consent) 7.7 Approve the final plat for Landmark of Clearwater, whose physical address is 2680 Landmark Drive, located on the southwest corner of State Road 580 and Landmark Drive. (consent) 7.8 Approve the termination and issuance of a three-year Lease Agreement by request of Intercultural Advocacy Institute (HOC) to the mutually agreeable prior terms and conditions affecting 612 Franklin Street in Clearwater, Florida and authorize the appropriate officials to execute same. (consent) 7.9 Approve a purchase order to American Grinding Company, of Grand Rapids, MI, in the amount of $500,000 for sidewalk grinding on a unit price basis pursuant to Clearwater Code of Ordinances Section 2.563 (1)(C), piggyback on City of Orlando contract IFB23-0119, and authorize the appropriate officials to execute same. (consent) 7.10Approve the Drainage Easement conveyance request from the landowner Weaver Enterprises, Inc., in support of necessary stormwater culvert upgrades and repairs affecting 1875 Gulf to Bay Boulevard, in Pinellas County, Florida. (consent) 7.11Approve Pinellas County EMS ALS First Responder Agreement Amendment No. 1 between Pinellas County and City of Clearwater, which will include a budget increase of 3.2%, reimbursement of Rescue 48, implementation and installation of a Traffic Preemption System in Pinellas County and municipal traffic control systems, require Clearwater Fire and Rescue employees to pass a background check to access the new 911 CAD System, and authorize the appropriate officials to execute same. (consent) City Council Meeting Minutes September 7, 2023 Page 5 City of Clearwater 7.12Approve an agreement with New World Communications of Tampa, INC., on behalf of its television station WTVT Fox 13, to allow the City to obtain certain rights to use the film/tape footage as set forth and authorize the appropriate officials to execute same. (consent) 7.13Approve a purchase order to Toter Incorporated of Statesville, NC for residential container purchases in the not to exceed amount of $43,883.45 pursuant to Clearwater Code of Ordinances Section 2.563 (1)(c), Piggyback, and authorize the appropriate officials to execute same. (consent) 7.14Approve a purchase order to Pinellas County Solid Waste for the disposal of solid waste at the Pinellas County waste-to-energy plant/landfill in the not-to-exceed amount of $5,100,000 for the period October 1, 2023, through September 30, 2024, pursuant to Clearwater Code of Ordinances Section 2.563 (1) (a), Single Source, and authorize the appropriate officials to execute same. (consent) 7.15Appoint David Harder to the Neighborhood and Affordable Housing Advisory Board to fill an unexpired term through June 30, 2024. (consent) 7.16Appoint Rick Broom to the Marine Advisory Board to a term set to expire September 8, 2027. (consent) 7.17Appoint Kelly Dobbin to the Environmental Advisory Board to fill the remainder of an unexpired term through September 30, 2026. (consent) 7.18Approve agreement with HR and A consultants as a ratify-and-confirm. (consent) 7.19Ratify and confirm a Sister Cities Partnership between the City of Clearwater and the City of Ixmiquilpan, of the State of Hidalgo and authorize the appropriate officials to execute same. (consent) Councilmember Teixeira moved to approve the Consent Agenda as submitted and authorize the appropriate officials to execute same. The motion was duly seconded and carried unanimously. Public Hearings - Not before 6:00 PM 8. Administrative Public Hearings 8.1 Approve the 2023 Affordable Housing Inventory List pursuant to requirements of Chapter 166.0451, Florida Statutes; adopt Resolution 23-13 and authorize the appropriate officials to execute same. (APH) City Council Meeting Minutes September 7, 2023 Page 6 City of Clearwater The 2006 Legislature amended Chapter 166, Florida Statutes, adding Section 166.0451 entitled "Disposition of municipal property for affordable housing." Section (1) of the statute, as amended, requires that by October 1, 2023, and every three years thereafter, each municipality shall prepare an inventory list of all real property within its jurisdiction to which the municipality or any dependent special district within its boundaries holds fee simple title which is appropriate for use as affordable housing. Therefore, the 2023 Affordable Housing Inventory List includes the address and legal description of each property and specifies whether the property is vacant or improved. The state statute includes that the governing body of each municipality must review the proposed affordable housing inventory list at a public hearing and may revise the list at the conclusion of the hearing. Following the public hearing, the local governing body must adopt a resolution that includes an inventory list of such property deemed appropriate for affordable housing development. The previous list was approved by City Council in 2022 and included a total of eight properties. Resolution 23-13, as drafted, proposes 31 parcels, or 11 tracts of land, to which the City or the city’s Community Redevelopment Agency holds title, as appropriate for use as affordable housing. Resolution 23-13 was presented and read by title only. Councilmember Allbritton moved to approve the 2023 Affordable Housing Inventory List pursuant to requirements of Chapter 166.0451, Florida Statutes; adopt Resolution 23-13 and authorize the appropriate officials to execute same. The motion was duly seconded and upon roll call, the vote was: Ayes: 4 - Vice Mayor Bunker, Councilmember Allbritton, Councilmember Beckman and Councilmember Teixeira 9. Second Readings - Public Hearing 9.1 Adopt Ordinance 9684-23 on second reading, annexing certain unaddressed real property located on the north side of Tanglewood Drive approximately 675 feet west of Oak Creek Drive East, Clearwater, Florida 33761, into the corporate limits of the city and redefining the boundary lines of the city to include said addition. One individual spoke in opposition. In response to a question, Planning and Development Director Gina Clayton said the next-door property owner owns the property referenced by the individual. The property is being annexed into the city and will remain zoned low density residential. City Council Meeting Minutes September 7, 2023 Page 7 City of Clearwater Ordinance 9684-23 was presented and read by title only. Councilmember Beckman moved to adopt Ordinance 9684-23 on second and final reading. The motion was duly seconded and upon roll call, the vote was: Ayes: 4 - Vice Mayor Bunker, Councilmember Allbritton, Councilmember Beckman and Councilmember Teixeira 9.2 Adopt Ordinance. 9685-23 on second reading, amending the future land use plan element of the Comprehensive Plan of the City to designate the land use for certain unaddressed real property located on the north side of Tanglewood Drive approximately 675 feet west of Oak Creek Drive East, Clearwater, Florida 33761, upon annexation into the City of Clearwater, as Residential Estate (RE) and Drainage Feature Overlay. Ordinance 9685-23 was presented and read by title only. Councilmember Teixeira moved to adopt Ordinance 9685-23 on second and final reading. The motion was duly seconded and upon roll call, the vote was: Ayes: 4 - Vice Mayor Bunker, Councilmember Allbritton, Councilmember Beckman and Councilmember Teixeira 9.3 Adopt Ordinance 9686-23 on second reading, amending the Zoning Atlas of the City by rezoning certain unaddressed real property located on the north side of Tanglewood Drive approximately 675 feet west of Oak Creek Drive East, Clearwater, Florida 33761, upon annexation into the City of Clearwater, as Low Density Residential (LDR). Ordinance 9686-23 was presented and read by title only. Councilmember Allbritton moved to adopt Ordinance 9686-23 on second and final reading. The motion was duly seconded and upon roll call, the vote was: Ayes: 4 - Vice Mayor Bunker, Councilmember Allbritton, Councilmember Beckman and Councilmember Teixeira 9.4 Adopt Ordinance 9694-23 on second reading, annexing certain real property whose post office address is 1862 McCauley Road, Clearwater, Florida 33765, into the corporate limits of the city and redefining the boundary lines of the city to include said addition. Ordinance 9694-23 was presented and read by title only. Councilmember Beckman moved to adopt Ordinance 9694-23 on second and final reading. The motion was duly seconded and upon roll call, the vote was: Ayes: 4 - Vice Mayor Bunker, Councilmember Allbritton, Councilmember Beckman and Councilmember Teixeira City Council Meeting Minutes September 7, 2023 Page 8 City of Clearwater 9.5 Adopt Ordinance No. 9695-23 on second reading, amending the future land use plan element of the Comprehensive Plan of the City to designate the land use for certain real property whose post office address is 1862 McCauley Road, Clearwater, Florida 33765, upon annexation into the City of Clearwater, as Residential Estate (RE) and Water. Ordinance 9695-23 was presented and read by title only. Councilmember Teixeira moved to adopt Ordinance 9695-23 on second and final reading. The motion was duly seconded and upon roll call, the vote was: Ayes: 4- Vice Mayor Bunker, Councilmember Allbritton, Councilmember Beckman and Councilmember Teixeira 9.6 Adopt Ordinance 9696-23 on second reading, amending the Zoning Atlas of the City by rezoning certain real property whose post office address is 1862 McCauley Road, Clearwater, Florida 33765, upon annexation into the City of Clearwater, as Low Density Residential (LDR). Ordinance 9696-23 was presented and read by title only. Councilmember Allbritton moved to adopt Ordinance 9696-23 on second and final reading. The motion was duly seconded and upon roll call, the vote was: Ayes: 4 - Vice Mayor Bunker, Councilmember Allbritton, Councilmember Beckman and Councilmember Teixeira 10. City Manager Reports 10.1Appoint 11 members to the Affordable Housing Advisory Committee, including Councilmember Kathleen Beckman as a locally elected official, and adopt Resolution 23-12. Florida Statute Section 420.9076 states that counties and cities receiving State Housing Initiatives Partnership (SHIP) program funds are required to establish annually an Affordable Housing Advisory Committee (AHAC) and prepare a Local Housing Incentive Strategy (LHIS). The statute further provides that the committee be made up of 11 members appointed by the City. The 11 members must represent a specific industry or a specific group. The required groups and recommended individuals are listed below: • Banking industry/mortgage: Robyn Fiel • Area of labor engaged in home building: David Harder • Advocate for low-income person: Linda Byars • Not-for-profit provider of affordable housing: Kevin Chinault • Real estate professional engaged in affordable housing: Lindsay City Council Meeting Minutes September 7, 2023 Page 9 City of Clearwater Dicus-Harrison • Representative of employers: Camille Hebting • Clearwater resident: Carmen Santiago • Essential Services representative: Jacqueline Rivera • Residential home building: Pierre Cournoyer • Member of the local planning agency: Bruce Rector • Locally elected official: Councilmember Kathleen Beckman (At the September 5 work session, there was council consensus to appoint Councilmember Beckman.) The duties of the Affordable Housing Advisory Committee shall include reviewing policies and procedures, ordinances, land development regulations and the City’s adopted comprehensive plan and shall recommend specific actions or initiatives to encourage or facilitate affordable housing while protecting the ability of the property to appreciate in value. The LHIS must be submitted to City Council by December 31, 2023, and will encompass the definition, vision, strategic focus areas, and action plan (including potential amendments to procedures and existing regulations) in order to facilitate the development of affordable housing in the city. The AHAC will sunset upon acceptance by Council of the 2023 Local Housing Incentive Strategies report. At the September 5 work session, Economic Development and Housing Assistant Director Chuck Lane reported that Bruce Rector, member of the Community Development Board (Local Planning Agency), has agreed to serve on the Committee. Resolution 23-12 was presented and read by title only. Councilmember Beckman moved to appoint 11 members to the Affordable Housing Advisory Committee, including Councilmember Kathleen Beckman as a locally elected official, and adopt Resolution 23-12. The motion was duly seconded and upon roll call, the vote was: Ayes: 4 - Vice Mayor Bunker, Councilmember Allbritton, Councilmember Beckman and Councilmember Teixeira 10.2Confirm the Declaration of a State of Emergency due to conditions surrounding Tropical Storm Idalia and adopt Resolution 23-16. The entire City of Clearwater was threatened by the wind and rain and disruption of services and coastal areas were threatened by storm surge attendant to the arrival of Tropical Storm Idalia. Mayor Brian J. Aungst, Sr. issued a Proclamation of a State of Emergency on City Council Meeting Minutes September 7, 2023 Page 10 City of Clearwater August 28, 2023. Section 15.07(2) of the Code of Ordinances requires the City Council to confirm a Declaration of a State of Emergency at the next regularly scheduled meeting. Resolution 23-16 was presented and read by title only. Councilmember Teixeira moved to confirm the Declaration of a State of Emergency due to conditions surrounding Tropical Storm Idalia and adopt Resolution 23-16. The motion was duly seconded and upon roll call, the vote was: Ayes: 4 - Vice Mayor Bunker, Councilmember Allbritton, Councilmember Beckman and Councilmember Teixeira 10.3Appoint two individuals to the Community Development Board to fill the remainder of an unexpired term through February 28, 2026 and one through April 30, 2026. BOARD: Community Development Board TERM: 4 years APPOINTED BY: City Council FINANCIAL DISCLOSURE: Yes RESIDENCY REQUIREMENT: City of Clearwater MEMBERS: 7 & 1 alternate CHAIRPERSON: TBD MEETING DATES: 3rd Tues., 1:00 p.m. PLACE: Main Library APPTS. NEEDED: 2 SPECIAL QUALIFICATIONS: Per the Clearwater Community Development Code, Section 5-202: “the city commission shall seek a membership with diverse economic, social and professional representation and shall include members qualified and experienced in the fields of architecture, planning, landscape architecture, engineering, construction, planning and land use law and real estate.” THE FOLLOWING ADVISORY BOARD MEMBERS HAVE RESIGNED OR HAVE AN EXPIRED TERM WHICH NOW REQUIRES NEW APPOINTMENTS: 1. Andrew Caudell - 420 Druid Road West, 33756 - General Contractor Original Appointment: 2/17/2022 (was serving 1st term set to expire 02/28/26) Absences: 6/21/22, 9/20/22, 12/20/22, 1/17/23, 4/18/23 Resignation Date: 7/19/23 2. Samuel Hutkin - 755 Eldorado Avenue, 33767 - Alt Member/Commercial Real Estate Original Appointment: 4/7/22 City Council Meeting Minutes September 7, 2023 Page 11 City of Clearwater (was serving 1st term set to expire 4/30/26) Absences: 6/21/22, 7/19/22, 9/20/22, 2/21/23, 5/16/23 Resignation Date: 7/19/23 THE FOLLOWING APPLICANTS HAVE THE DESIRED PROFESSIONAL BACKGROUNDS: 1. Nicholas Anderson - 115 S Keystone Dr., 33755 - Realtor 2. Kurt Hinrichs - 3151 Oyster Bayou Way, 33759 - Civil Engineer 3. Edward Wilmes - 2346 Druid Road Lot 1018, 33765 - Director of Public Works & Engineering, retired 4. Michael Boutzoukas - 2433 Bond Avenue, 33759 - Real Estate Attorney THE FOLLOWING APPLICANTS ARE ALSO BEING SUBMITTED FOR CONSIDERATION: 1. Rebekka Ervin - 920 N Osceola Ave, 33755 - Consultant/Broker 2. William (Bill) Jonson - 2694 Redford Court W, 33761 - Project Manager & Elected Rep 3. Polly Ward - 2009 Sea Front Ct., 33763 - Sales Zip Codes of current members: 1 at 33759 1 at 33761 1 at 33764 3 at 33767 Current categories: Real Estate Developer Sr. Project Administrator Engineer Construction/Real Estate Real Estate Broker/Developer Corporate General Counsel A request was made to continue the item to the next meeting because the Mayor was not present. One individual stated he was a former member of the Community Development Board and that he understands the quasi-judicial process. He said he wants to work with the Board and Council to see Clearwater become the best city in Florida. Three individuals submitted comments supporting the appointment of Bill Jonson (see pages 33-37). Councilmember Allbritton moved to continue Item 10.3 to September 21, 2023. The motion was duly seconded and failed with the following vote: Ayes: 2 - Councilmember Allbritton and Councilmember Teixeira City Council Meeting Minutes September 7, 2023 Page 12 City of Clearwater Nays: 2 - Vice Mayor Bunker and Councilmember Beckman The City Attorney said council rules requires three affirmative votes for an item to pass and if there is a 2-2 split, the item is automatically continued to the next meeting. The City Manager said the budget meeting scheduled for September 6, 2023 was cancelled due to an unforeseen emergency issue at the Main Library. She requested Council to schedule a special council meeting on September 28, 2023 regarding the budget. There was council consensus to schedule a special council meeting on September 28, 2023. 11. City Attorney Reports 11.1Amend Council Rule 6, Order of Business, adopt Resolution 23-14, and authorize appropriate officials to execute same. On August 7, the City Council directed the City Attorney to update the Council’s order of business. The revised order of business advances the consent agenda and scheduled public hearings to an earlier phase of the meeting. One individual submitted a comment in opposition (see page 32). Resolution 23-14 was presented and read by title only. Councilmember Beckman moved to amend Council Rule 6, Order of Business, adopt Resolution 23-14, and authorize appropriate officials to execute same. The motion was duly seconded and upon roll call, the vote was: Ayes: 4 - Vice Mayor Bunker, Councilmember Allbritton, Councilmember Beckman and Councilmember Teixeira 11.2Amend Council Rule 15, Rules of Conduct, adopt Resolution 23-15, and authorize appropriate officials to execute same. On August 7, the City Council directed the City Attorney to update Council rules of decorum. After receiving input from the Council on August 7, and through individual conversations with city staff and Councilmembers, the City Attorney has drafted the updated rules. For comparison, the rules utilized by the Pinellas County Board of County Commissioners and the Pinellas County School District are also attached to this item. A concern was expressed with restricting free speech. City Council Meeting Minutes September 7, 2023 Page 13 City of Clearwater One individual spoke in support. Resolution 23-15 was presented and read by title only. Councilmember Teixeira moved to amend Council Rule 15, Rules of Conduct, adopt Resolution 23-15, and authorize appropriate officials to execute same. The motion was duly seconded and upon roll call, the vote was: Ayes: 3 - Councilmember Allbritton, Councilmember Beckman and Councilmember Teixeira Nays: 1 - Vice Mayor Bunker 12. Closing comments by Councilmembers (limited to 3 minutes) Councilmember Teixeira thanked staff for their efforts pre and post Hurricane Idalia, congratulated members of Clearwater Fire & Rescue's Recruit Class 27, and reviewed recent events. Councilmember Beckman thanked staff for their efforts associated with Hurricane Idalia and the broken sprinkler system at the Main Library. She thanked Ruth Eckerd Hall for allowing the City to use the Capitol Theatre this evening. She reviewed upcoming events. Vice Mayor Bunker thanked Ruth Eckerd Hall and city staff for their efforts. He said Danny Masterson was sentenced to 30 years to life in a rape case this afternoon and a big part of the trial involved Scientology's involvement against the women involved in the case, which will be heard in the civil case. 13. Closing Comments by Mayor – None. 14. Adjourn The meeting adjourned at 7:08 p.m. Attest City Clerk Mayor City of Clearwater 1 Call, Rosemarie From: Sent: To: Subject: Attachments: Kathy Flaherty <kathyipad68@icloud.com> Thursday, August 17, 2023 1:08 PM Call, Rosemarie; Beckman, Kathleen; Bunker, Mark; Aungst Sr, Brian; Teixeira, Una; Allbritton, David Official Record- Recycling Facts that I will be presenting tonight [Untitled].pdf Rosemarie- please attach the following email to the next City Council meeting minutes that it is allowed to be. In not tonight's than the next meeting. Begin forwarded message: From: Kathy Flaherty <kathyipad68@icloud.com> Date: August 17,2023 at 12:59:50 PM EDT To:David Allbritton <David.AIIbritton@myclearwater.com>, Brian Aungst <brian.aungst@myclearwater.com>, David Margolis <David.Margolis@myclearwater.com>, Jennifer Po'1rrier <Jennlfer.Poirrier@myclearwater.com>, Kathleen Beckman <Kathleen.Beckman@myclearwater.com>, Una Teixeira <lina.teixeira@myclearwater.com>, Mark Bunker <Mark.Bunker@myclearwater.com>, Daniel Slaughter <Daniei.Siaughter@myclearwater.com>, David Margolis <David.Margolis@myclearwater.com>, Michael Delk <Michaei.Delk@myclearwater.com>, Micah Maxwell <micah.maxwel!@myclearwater.com>, "Kervin St. Aimie" <Kervin.StAimie@myclearwater.com>, Jeh Mohr <jeh.mohr@myclearwater.com>,Jay Ravins <Jay.Ravins@myclearwater.com>, Gina Clayton <Gina.Ciayton@myclearwater.com> Sublect: Recycling Facts that I will be presenting tonight Below are clips regarding your recycling program. I hope you are planing on discussing the actual recycling history and that it was policy to burn the recycling as shown in the clips below. I want a refund going back to 2018. They show Jennifer announcing she has discovered in January of 2023 that the City burned recycling since 2019. In fact the City Attorney knew in November of 22 that the contract was cancelled and it was City Policy to burn the trash as shown below by interviews and Council discussions. The Mayor of Bellaire thanked me when I sent him this information. The City Manager has no credibility. 2 2-16-i:i-C1earwa er _City: anag r'dr i'na lc UY saYs- no one knew'retyCiableS_bei.,g_- ·: Blames s'taff. - vouiu:b·e_- - - -- An Interview from 2018 when ABC News caught the City burning recycling. 3 Cle' -rw er duniPinii-re ling.:dui'riPEid -trash yoi.ltu.be 2-16-23, Clearwater CitY Manage'r dramatically says no- one knew recydableS-Qeiitg -@;. Blames staff.- ycut!J,b'e Another interview from 2018 when the City was caught burning recycling 4 lea·rw er M yOr}ea-:n i - esiig fon - i.irring' _-·· a'ction_on_burne.recVda ieS:.-. - ym,l_t'u.be _-_ A statement from councilman Hamilton saying burning recycling was require_d by the City. https://youtu.be/ZGc7fT6eEcM The City Manager explaining why the City burns recycling. 5 -·cr arw er Asst:._::c.ty _M nager iii"lS:..:zol·- Explains:-- RecYclable Burohlg-as.'RE!cyclir'ig· · You_tu,_be-_- , , Copy of the cancellation notice. The document is stamped reviewed by the Attorneys office in November. One month prior to Jennifer making the announcement she discovered burning. 6 _tfe fw ter's recYcli irP i,ble'ms Started before recent lapses,'-recOrds Show tampa ily.cdrn 14 14 14 14 14 14 14 14 14 14 14 14 14 14 14 14 14 Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#23-1129 Agenda Date: 9/21/2023 Status: Consent AgendaVersion: 1 File Type: Action ItemIn Control: City Manager's Office Agenda Number: 6.1 SUBJECT/RECOMMENDATION: Approve an Interlocal Agreement between the City of Clearwater and the Community Redevelopment Agency (CRA) to provide staffing and administrative services for the CRA, provided for the reimbursement of certain expense by the CRA to the City, and authorize the appropriate officials to execute same. (consent) SUMMARY: The Clearwater Downtown Redevelopment Plan establishes that Tax Increment Funding (TIF) funds received by the CRA may be used for certain redevelopment activities. As per Section 163.387, Florida Statues allow that money in the redevelopment trust fund may be expended to support the activities of the Community Redevelopment Agency, including providing for staff. The CRA partners with the City to provide staffing and other administrative services (IT, Legal etc.) to implement the Downtown Redevelopment Plan. The CRA agrees to provide TIF funding in a total amount not to exceed $982,526 for this contract year. This amount includes $947,324 for staffing and $35,202 for internal services. These amounts are subject to adjustment and approval in the CRA budget each year. The CRA will only pay the City for actual funds spent. Any unspent funds carry over to the next fiscal year and are reallocated as part of an amended budget request. APPROPRIATION CODE AND AMOUNT: N/A USE OF RESERVE FUNDS: N/A Page 1 City of Clearwater Printed on 9/19/2023 INTERLOCAL AGREEMENT This Interlocal Agreement is made and entered into this ________ day of _____________, 2023 by and between the Community Redevelopment Agency of the City of Clearwater, Florida (CRA), a redevelopment agency established pursuant to law, and the City of Clearwater (CITY), a municipal corporation of the State of Florida. WHEREAS, this Agreement is made and entered between the parties pursuant to Section 163.01, Florida Statutes, the “Florida Interlocal Cooperation Act of 1969”; and WHEREAS, on May 16, 2016, the Community Redevelopment Agency approved the City Manager’s hiring of a CRA Director as a City employee; and WHEREAS, the City will provide additional staff to assist the CRA director, for which the CRA agrees to reimburse the City; and WHEREAS, Section 163.387, Florida Statutes, allows that moneys in the redevelopment trust fund may be expended from time to time for undertakings of a community redevelopment agency, including providing for staff, as described in the community redevelopment plan; and WHEREAS, the Clearwater Downtown Redevelopment Plan establishes that funds received by the CRA through the use of Tax Increment Financing (TIF) may be used for certain redevelopment activities; and WHEREAS, the CRA wishes to enter into an Interlocal Agreement with the City for the City to provide staff to the CRA and outlining the scope of services and responsibilities of the parties. NOW THEREFORE, in consideration of the covenants made by each party to the other and of the mutual advantages to be realized by the parties hereto, the CRA and the CITY agree as follows: Section 1. Term. This Interlocal Agreement will be effective starting October 1, 2023 and will remain in effect unless terminated by either one of the parties. Section 2. Intent. It is the intent of the parties that the TIF funds paid to the CITY by the CRA pursuant to Section 163.387(6)(a), Florida Statutes, be used to provide the following staff in support of the CRA: INTERLOCAL AGREEMENT TO PROVIDE STAFF, EQUIPMENT AND OFFICE SPACE TO CRA 2 A. Pay the salary and benefits for the CRA Director for the Fiscal Year 2023/2024. This amount may increase annually and is subject to approval in the CRA budget each year. B. Provide for the salary and benefits of additional full-time, part-time and temporary CRA staff that are subject to approval in the CRA budget each year. Section 3. Responsibilities of the CRA Function: Provide TIF funding in the total amount not to exceed $982,526.00for the contract year, said funds to be utilized by the City will be allocated in the following manner: A. An amount not to exceed $947,324.00to pay the salary and benefits for CRA staff B. $35,202 to pay for City Internal Services These amounts are subject to adjustment and approval in the CRA budget each year. Section 4. Responsibilities of the CITY Scope of Duties: The services that the CITY will provide will be carried out by the City Manager. These services are: A. Provide staffing, Information Technology services, telephone services, Legal services, City Clerk services and other general services and office space in for the CRA. Adopt operational policies necessary to support the work of the CRA. Section 5. Notice. Sixty (60) days notice by either party to the other pursuant to the Interlocal Agreement shall be given in writing and hand-delivered or mailed as follows: Clearwater Community Redevelopment Agency Attn: CRA Executive Director PO BOX 4748 Clearwater, Florida 33758 Telephone: (727) 562-4039 INTERLOCAL AGREEMENT TO PROVIDE STAFF, EQUIPMENT AND OFFICE SPACE TO CRA 3 City of Clearwater Attn: City Manager PO BOX 4748 Clearwater, Florida 33758 Telephone: (727) 562-4046 Section 6. Entire Agreement. This document embodies the whole Agreement of the parties. There are no promises, terms, conditions or allegations other than those contained herein. This Agreement shall be binding on the parties, their successors, assigns and legal representatives. Section 7. Indemnification. The CRA and the CITY agree to be fully responsible for their own acts of negligence, or their respective agents’ acts of negligence when acting within the scope of their employment and agree to be liable for any damages resulting from said negligence only to the extent permitted by Section 768.28, Florida Statutes. Nothing herein is intended to nor shall it be construed as a waiver of any immunity from or limitation from liability that the CRA and the CITY are entitled to under the doctrine of sovereign immunity (Section 768.28, Florida Statutes). Nothing herein shall be construed as consent by the CRA or the CITY to be sued by third parties in any manner arising out of this Agreement. Section 8. Filing Effective Date. As required by Section 163.01(11), Florida Statutes, the Interlocal Agreement shall be filed with the Clerk of the Circuit Court of Pinellas County after execution by the parties, and shall take effect upon the date of filing. IN WITNESS WHEREOF, the parties hereto, or their law representatives, have executed this agreement as the date first above written. COMMUNITY REDEVELOPMENT AGENCY OF THE CITY OF CLEARWATER, FLORIDA By: _________________________ Brian J. Aungst, Sr., Chairperson Approved as to form: Attest: INTERLOCAL AGREEMENT TO PROVIDE STAFF, EQUIPMENT AND OFFICE SPACE TO CRA 4 ____________________________ _______________________________ David Margolis Rosemarie Call CRA Attorney City Clerk Countersigned: CITY OF CLEARWATER, FLORIDA ___________________________ By:_________________________ Brian J. Aungst, Sr. Jennifer Poirrier Mayor City Manager Approved as to form: Attest: ____________________________ _______________________________ Owen Kohler Rosemarie Call Assistant City Attorney City Clerk Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#23-1133 Agenda Date: 9/21/2023 Status: Consent AgendaVersion: 1 File Type: Action ItemIn Control: Finance Agenda Number: 6.2 SUBJECT/RECOMMENDATION: Approve the purchase of excess liability, workers compensation and various specialty insurance policies from October 1, 2023 through September 30, 2024 in the amount of $1,475,000 pursuant to Clearwater Code of Ordinance Section 2.563(1)(i), Insurance, and authorize the appropriate officials to execute same. (consent) SUMMARY: The Risk Management Division of the Finance Department purchases certain excess and specialty insurance policies through the efforts of Arthur J. Gallagher Risk Management Services, Inc. These policies include the following: 1.Ambridge Public Excess package through Lloyd’s Syndicate 2987, Aspen Specialty Insurance Company, AXIS Surplus Insurance Company, Endurance American Specialty Insurance Company, and United Specialty Insurance Company for General Liability (including EMT-Paramedics, Water Utility and Gas Utility), Automobile Liability, Errors and Omissions Liability, Employee Benefits Liability, Crime, Law Enforcement Liability and Sexual Abuse Liability. New this year is auto physical damage coverage, previously included in the excess property insurance renewal on April 1st. 2.Excess Workers Compensation package through Safety National Casualty Corporation for Workers Compensation and Employer’s Liability. 3.Marina Liability package through Great American Insurance Company. 4.Additional policies through various insurers for Cyber Liability, Third Party Storage Tank Liability, Hull Protection and Indemnity, Fiduciary Liability and numerous flood policies. Premium Renewals: 1.The renewal premium for the Ambridge Public Excess package is $549,088, a 25.75% increase over the expiring premium. 2.The renewal premium for the Excess Workers Compensation package is $495,815, a 3.89% increase over the expiring premium. 3.The renewal premium for the Marina Liability package is $56,960, a 29.75% increase over the expiring premium. Risk Management is also estimating 18-29% increases for the specialty policies. The premiums are not yet due but will come due at various times throughout the next fiscal year. The need to budget for these amounts now are two-fold: 1.The City pays the premium through one purchase order to its broker, Arthur J. Gallagher Risk Management Services, Inc., who then pays the various insurers on the City’s behalf. 2.Typically, the City has 30 days to pay most invoices; however, insurance premiums are Page 1 City of Clearwater Printed on 9/19/2023 File Number: ID#23-1133 due immediately on demand and therefore there would be insufficient time to bring the individual premium requests to Council. The total requested annual premium amount of $1,475,000 is a 16.79% increase over the current year amount of $1,262,898.58. APPROPRIATION CODE AND AMOUNT: 5907590-545100 $1,475,000 Page 2 City of Clearwater Printed on 9/19/2023 Effective FY2021‐22 FY2022‐23 FY2022‐23 FY2023‐24% Increase/Decrease % Increase/DecreaseDate of CoverageExcess and Specialty Insurance Renewals: Actual Paid Approved BudgetActual Paid Requestedfrom FY 22‐23 Budget from FY22‐23 Actual1‐OctExcess Package Policy including General Liability, Auto Liability, etc. ($500 SIR) including auto and mobile equipment physical damage over the road beginning 4/1/2023338,281.00 372,453.00 436,643.62 549,088.00 47.42% 25.75%1‐OctMarina Operator's Liability (removed from Excess Package Policy 10/1/2022)‐ 43,900.00 43,900.00 56,960.00 29.75% 29.75%1‐Oct Excess Workers' Compensation ($600K SIR) 418,971.00 477,265.00 477,265.00 495,815.00 3.89% 3.89% Total Excess Policies757,252.00 893,618.00 957,808.62 1,101,863.00 23.30% 15.04%13‐NovUnmanned Aircraft (Drone) Liability2,779.00 3,568.00 6,744.00 8,709.69 144.11% 29.15%1‐MayCyber Liability 44,881.00 106,996.00 49,583.00 62,749.74 ‐41.35% 26.55%20‐MayThird Party Storage Tank Liability14,676.78 18,059.00 15,032.80 19,024.75 5.35% 26.55%22‐MayHull and P&I26,865.00 33,056.00 25,609.00 32,409.45 ‐1.96% 26.55%1‐JunFiduciary Liability (New in 2021)52,798.02 67,790.00 54,476.16 68,942.27 1.70% 26.55%8‐NovFlood: 525 N Betty Lane (CCC Clubhouse & Canopy)1,060.00 1,361.00 1,194.00 1,408.92 3.52% 18.00%9‐NovFlood: 601 N Old Coachman Rd (Spectrum Field)2,304.00 2,958.00 2,662.00 3,141.16 6.19% 18.00%10‐NovFlood: 1190 Russell St (Phillip Jones Restroom)20,467.00 26,279.00 9,243.00 10,906.74 ‐58.50% 18.00%12‐NovFlood: 25 Causeway Blvd (Marina)25,304.00 32,489.00 20,158.00 23,786.44 ‐26.79% 18.00%12‐NovFlood: 69 Bay Esplanade (Recreation Ctr)34,632.00 44,466.00 22,717.00 26,806.06 ‐39.72% 18.00%12‐NovFlood: 3141‐3157 Gulf to Bay Blvd (WPC‐East)42,957.00 55,155.00 26,388.00 31,137.84 ‐43.54% 18.00%5‐FebFlood: 1 Causeway Blvd (Pier 60 Concession Stand)13,122.00 16,848.00 8,551.00 10,090.18 ‐40.11% 18.00%13‐FebFlood: 525 N Betty Lane (CCC Old Cart Storage)3,077.00 3,951.00 1,892.00 2,232.56 ‐43.49% 18.00%13‐FebFlood: 525 N Betty Lane (CCC New Cart Storage)897.00 1,152.00 1,024.00 1,208.32 4.89% 18.00%29‐MarFlood: 653 N Old Coachman Rd (Carpenter Field Training Bldg)1,556.00 1,998.00 1,790.00 2,112.20 5.72% 18.00%8‐AprFlood: 651 N Old Coachman Rd (Carpenter Field Clubhouse)1,536.00 1,972.00 1,772.00 2,090.96 6.03% 18.00%17‐AprFlood: 332 S. Gulfview Blvd (Maintenance Bldg)4,326.00 5,554.00 4,811.00 5,676.98 2.21% 18.00%21‐AprFlood: 332 S. Gulfview Blvd (Barefoot Beach House)4,026.00 5,169.00 4,482.00 5,288.76 2.32% 18.00%11‐JunFlood: 180 Gulfview Blvd (Lifeguard Bldg)11,915.00 15,298.00 11,980.00 14,136.40 ‐7.59% 18.00%12‐JunFlood: 534 Mandalay Ave (Fire Station #46)‐ 53,498.00 26,690.00 31,494.20 ‐41.13% 18.00% FS #46 demolished in 2022. New policy in 2023.5‐JulFlood: 700 Bayway Blvd (Police Station)3,153.00 4,048.00 4,061.00 4,791.98 18.38% 18.00%3‐AugFlood: 1001 Gulf Blvd (Community Sailing Center)1,935.00 2,484.00 2,230.00 2,631.40 5.93% 18.00%29‐SepFlood: 1605 Harbor Dr (Pollution Control Bldg) 1,739.00 2,233.00 2,000.00 2,360.00 5.69% 18.00% Total All Policies1,073,257.80 1,400,000.00 1,262,898.58 1,475,000.00 Contingency‐ Total All Policies and Contingency1,073,257.80 1,400,000.00 1,262,898.58 1,475,000.00 5.36% 16.79%Note:Lessees reimburse the City for the cost of flood insurance premiums at the following properties:Clearwater Country Club ‐ 525 N Betty LaneBarefoot Beach House ‐ 332 S Gulfview BlvdPier 60 Concession Stand ‐ 1 Causeway BlvdExcess Insurance Renewal for 2023‐24Broker: Arthur J. Gallagher Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#23-1029 Agenda Date: 9/21/2023 Status: Consent AgendaVersion: 1 File Type: Action ItemIn Control: Human Resources Agenda Number: 6.3 SUBJECT/RECOMMENDATION: Authorize funding and amend agreements with Evernorth Behavioral Health (Evernorth) and Cigna Healthcare (Cigna) for the employee assistance program and city medical insurance (under a self- insured funding arrangement) for period January 1, 2024 through December 31, 2024, for a total not-to-exceed amount of $27.1 million ($55,000 for Evernorth and $27,045,000 for Cigna), pursuant to RFP 26-22, to be funded by city budgeted funds, payroll deductions of employees and retiree premiums; and authorize the appropriate officials to execute same. (consent) SUMMARY: In support of the strategic objective of superior public service and enhancing employee health and productivity through a holistic approach to workplace wellness and benefit resources, staff is recommending a 4.8% total increase to the medical insurance funding and renewing the employee assistance program with no increase in cost. Staff is recommending these renewals due to satisfaction with the current benefits and little to no increase to cost. The City conducted a Request for Proposals in 2022 for the 2023 plan year to ensure the City is receiving the best pricing and scope of services available. Historically, the City’s health insurance costs have escalated due to annual increases in the cost of medical care and pharmaceuticals. These increased costs are reflected in the City’s claims experience. Medical inflation has exceeded 7% nationally, with Florida costs typically 3% - 4% higher than national averages. Renewal projections for calendar year 2024 indicate a 4.8% increase in plan expenses is expected, due to the increased pharmacy costs, specifically in the specialty drug space, and inflationary factors. The overall funding increase of 4.8% is expected to cover projected plan expenses for the 2024 Plan Year. For the 2023 Plan Year, the City absorbed a larger share than normal of the 13.1% increase in cost to reduce the increase for employees with dependent coverage. Staff recommends that the City begin transitioning back to the agreed upon contribution schedule of paying 100% of the employee only cost, 75% of the cost for employees with one dependent, and 68% of the cost for employees with family coverage. The City is recommending funding 100% for employees without dependents, 75.5% for employees with one dependent, and 69% for employees with family coverage for the 2024 plan year, and returning to the normal schedule for the 2025 plan year. This approach increases employee share with a lesser financial impact than going back to the agreed upon schedule in one year alone. Included in the medical premiums for the 2024 plan year is the continuation of the Motivate Me incentive program through Cigna. Under this program, employees can receive incentives (up to $200 per year) when participating in various preventative healthcare activities such as annual wellness screenings, more advanced screenings such as colonoscopies and mammograms, and chronic health condition coaching. These rewards are directly tied to cost drivers on the City’s medical plan and are an essential part of controlling increases over the long term. All Page 1 City of Clearwater Printed on 9/19/2023 File Number: ID#23-1029 incentive costs are included in the medical plan funding. The total incentive payouts for the 2022 plan year were $72,075. For the 2023 plan year to date, total incentive payouts are approximately $35,000. The amendment changes to the original agreement are mainly audit rights and for financials, there were no changes to the ASO fee but there is an improvement in the prescription rebate terms. The care management fees were also updated to the 2024 rates. The original agreement with Evernorth and Cigna was approved by Council in September 2022 pursuant to RFP 26-22. The City’s fiscal 2024 budget for the employer share of health insurance costs is $23,543,765 which includes $21,812,865 across all operations for health plan costs, and $1,730,900 budgeted for the Employee Health Center. APPROPRIATION CODE AND AMOUNT: Funds are available in cost codes 5907590-530300 (contractual services), 5907590-545602 (major medical claims), and 5907590-545601 (insurance premiums-EAP). Page 2 City of Clearwater Printed on 9/19/2023 1CITY OF CLEARWATER | 1 HEALTH CARE 2024 2CITY OF CLEARWATER | Medical Plan Background SELF-INSURED WITH CIGNA City pays administration fee to Cigna and pays medical and pharmacy claims as they occur COST TREND 5% average claims per employee per month increase the past 6 plan years (includes current year) Pharmacy Trend is primarily driving the annual increase NATIONAL AVERAGES Have exceeded 7% per year, with Florida 3% - 4% higher $861 $822 $878 $1,031 $1,021 $1,069 $- $250 $500 $750 $1,000 $1,250 $1,500 2018 2019 2020 2021 2022 2023 (YTD) Average Claims Per Employee Per Month 3CITY OF CLEARWATER | Current Cost Drivers Cancer, musculoskeletal, and heart disease are the top cost drivers Inflammatory diseases and diabetes have the highest overall pharmaceutical spend (driven by specialty drugs, such as Humira and Ozempic) Pharmacy represents 31% of plan spend and is trending at a more drastic rate than Medical Cancer claims pose the largest emerging risk, making up 22% of medical spend 4CITY OF CLEARWATER | Wellness Initiatives •We are invested in improving and positively impacting employees’ overall wellness with our two main initiatives being Motivate Me and Omada. Employee participation in these programs will positively impact the wellbeing of our employees and in turn positively impact claims. •We understand the importance of recognizing and providing mental health benefits in the workplace and have been awarded Silver Seal from the Bell Seal Award for Workplace Mental Health •We are also exploring options to introduce a mental health provider to see employees at our employee health center as well as providing space for employees to take advantage of virtual physical therapy. •We have a very engaged Wellness Coordinator to promote our initiatives and work with staff in the field. 5CITY OF CLEARWATER | Motivate Me Motivate Me is a Cigna program that incentivizes healthy medical and lifestyle choices Program includes wellness screenings, preventative care visits, and health coaching targeting cost drivers on the medical plan Available to all employees covered under the medical plan Program is offered and administered by Cigna, and included in plan funding Employees can earn up to $200/year 6CITY OF CLEARWATER | Motivate Me •In 2022, employees redeemed $72,075 in incentives •Year to date, employees have redeemed over $34,000 in incentives •Our Wellness Coordinator is doing outreach to employees to ensure the gatekeeper is completed so employees can earn incentives 7CITY OF CLEARWATER | Positive Trends 2022 Calendar Year Compliance Category Norm 49%Total Population Engagement 43% 67%Higher Risk Population Engagement 60% 74%Cancer Screenings –Breast 67% 80%Medication Adherence -Hypertension 77% 79%Medication Adherence -Diabetes 72% 81%Medication Adherence -Depression 74% 82%Medication Adherence -Cholesterol 76% The city continues to be above the norm in wellness screening, engagement and medication adherence. 8CITY OF CLEARWATER | Omada Diabetes prevention program that includes health coaching and digital scale •Since it’s inception in 2022, we have 133 enrolled participants that have started the program •The average weight loss after completion is 6.1lbs •Participants can earn $100 for completing the program 9CITY OF CLEARWATER | Self-Funded Renewal •2024 CY Renewal: $27.1 million •Includes employee and retiree contributions of $3.5 million 10CITY OF CLEARWATER | Self-Funded Renewal •For the 2023 Plan year there was a 13.1% increase. •The city absorbed more of the increase than expected in order to avoid employees with dependent coverage feeling the full 13.1% increase in one year. •For the 2024 Plan year the renewal projection calls for a 4.8% increase to account for increased pharmacy cost and inflationary impacts. •Benefits Committee is recommending a 8.3% increase for employees with dependent coverage to begin moving back to the 100%/75%/68% historical contribution schedule 11CITY OF CLEARWATER | Employee Health Center 12CITY OF CLEARWATER | Employee Health Center Based on 310 surveys 100% of employees would recommend the center to co-workersExperience Utilization Engagement Year to date visits are up in comparison to the previous year trend Percentage of employees who utilize the health center Satisfaction (YTD)100% 3087 Visit Count (YTD) 70%Center Adoption (Rolling 12m) 13CITY OF CLEARWATER | Employee Health Center This is the consolidated compliance rate for applicable evidence-based quality measures Clinical Time Filled Financial This is percentage of time the providers are with patients on average for full day The ratio of savings associated with a reduction in network utilization outcomes and productivity vs operations expense of the center 70% $2.20:$1.00 97% Quality Composite (YTD) Providers with Patients (YTD) Return on Investment 14CITY OF CLEARWATER | New Wellness Offerings •Jet Dental-Premier pop-up dental services providing full preventive visit, cavity filling, scaling and root planing and teeth whitening •OnSpot Dermatology -mobile dermatology •Behaviorist •Virtual Physical Therapy 15CITY OF CLEARWATER | Employee Health Center RFP •The city solicited proposals from vendors to run the Employee Health Center as a matter of due diligence •9 competitive proposals were received (includes proposal from current vendor, Evernorth) •The Committee voted to renew the contract with Evernorth primarily due to: •Employee Satisfaction •Competitive Pricing •Full scope of services 16CITY OF CLEARWATER | Renewal Recommendations •Renew current medical plan •Continue “Open Access Plus” network •Maintain current plan design (copays/deductibles/coinsurance) •Continue Motivate Me wellness incentive to encourage preventative screenings and Employee Health Center 17CITY OF CLEARWATER | 17 HEALTH CARE 2024 Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#23-0861 Agenda Date: 9/21/2023 Status: Consent AgendaVersion: 1 File Type: Action ItemIn Control: Human Resources Agenda Number: 6.4 SUBJECT/RECOMMENDATION: Approve an agreement with Evernorth Direct Health LLC dba Cigna for onsite medical and prescription drug services for the period of October 1, 2023, through September 30, 2026, in the not-to-exceed amount of $5,000,000.00 pursuant to Request for Proposal No. 22-23 and authorize the appropriate officials to execute same. (consent) SUMMARY: The City of Clearwater is currently comprised of approximately 1,655 Active benefit-eligible employees and 895 Retirees. The City of Clearwater offers a comprehensive group benefits program to its employees and their dependents. Persons covered by the City’s insurance plan have access to the Employee Health Center. The Employee Health Center allows employees to receive medical services such as primary care, urgent care, medication dispensing, and lab work at no cost to the employees or their dependents. The center is staffed by a doctor, nurse practitioner, and support staff and is open 50 hours per week. On April 7, 2023, the City issued RFP No. 22-23, OnSite Medical and Prescription Drug Services and received nine proposals on May 8, 2023. A team of city staff from Clearwater Fire & Rescue, Clearwater Police, and Human Resources departments independently reviewed all of the proposals, and on May 31, 2023, met to discuss and rank them, with Evernorth ranking the highest. Evernorth, our current provider, proposed maintaining the current level of staffing and services for the City and a fee schedule below current for Years 1 and 2. In Year 3, the cost will be 1.8% more than the current cost. Alternative proposals that were received proposed reduced staffing (e.g. only a nurse practitioner instead of a doctor), failed to provide costs beyond the first year, or did not include the same services the clinic currently offers. This would reduce the current offering to employees and shift costs away from the Health Center to the medical plan at more costly rates. Taking these items from vendors into consideration, the committee selected Evernorth Direct Health the top ranked proposer. The estimated amounts for the next three years are as follows: Year 1 - $1,483,823 (2023-2024) Year 2 - $1,524,223 (2024-2025) Year 3 - $1,564,223 (2025-2026) Since these figures are only cost estimates, additional funding is being requested. APPROPRIATION CODE AND AMOUNT: Page 1 City of Clearwater Printed on 9/19/2023 File Number: ID#23-0861 Funds for the first year of this agreement are available in the Employee Health Center cost center 5909835 which covers administrative and anticipated operating costs. Funding for future years will be included in the annual budget request. Page 2 City of Clearwater Printed on 9/19/2023 May 31, 2023 NOTICE OF INTENT TO AWARD The Selection Committee and the Procurement Division recommend award of RFP No. 22-23, Onsite Medical and Prescription Drugs, to Evernorth Direct Health, LLC dba Cigna, for a period of three (3) years with two (2), three (3) year renewals at the City’s options. Contract negotiations will begin with Evernorth Direct Health, LLC dba Cigna, with a recommendation to be taken to Council in the near future. Inquiries regarding this Intent to Award can be directed to the City’s Procurement Manager at (727) 562-4632, or mailed to City of Clearwater, Attn: Procurement Division, PO Box 4748, Clearwater, FL 33758-4748. Posted on this date by: Lori Vogel Lori Vogel, CPPB Procurement Manager REQUEST FOR PROPOSAL No. 22-23 Onsite Medical and Prescription Drug Services Solicitation Response Listing FOR THE CITY OF CLEARWATER Due/Opening: May 8, 2023; 10:00 a.m. 1) CareATC, Inc. 2) Evernorth Direct Health, LLC 4500 S 129th E Ave., Suite 191 dba Cigna Tulsa, OK 74134 8888 E. Raintree Drive 800.993.8244 Scottsdale, AZ 85260 602.320.4629 3) Everside Health, LLC 4) Marathon Health, LLC 1400 Wewatta St., Suite 350 10 W. Market St., Suite 2900 Denver, CO 80202 Indianapolis, IN 46204 844.205.6403 866.500.4135 5) Medical Risk Solutions, LLC 6) Moya-Prida MD, Inc. dba My Health Onsite 10011 Pines Blvd., Suite 203 2710 Rew Circle, Suite 200 Pembroke Pines, FL 33024 Ocoee, FL 34761 305.586.5971 321.221.0658 7) Onsite Innovations, LLC 8) Radish Health Medical Group, LLC 501 Fairmount Ave., Suite 302 dba Radish Health Towson, MD 21286 900 Broadway, Suite 903 844.748.6878 New York, NY 10003 864.710.7557 9) RedTag-19, LLC 8765 Watercrest Circle East Parkland, FL 33076 954.482.3740 ADVERTISED: TAMPA BAY TIMES 4/12/2023 POSTED: myclearwater.com 4/7/2023 - 5/8/2023 Procurement Division 100 S Myrtle Ave Clearwater FL 33756-5520 PO Box 4748, 33758-4748 727-562-4633 Tel v 07.2021 REQUEST FOR PROPOSALS #22-23 OnSite Medical and Prescription Drug Services April 7, 2023 NOTICE IS HEREBY GIVEN that sealed proposals will be received by the City of Clearwater (City) until 10:00 AM, Local Time, May 8, 2023, to provide OnSite Medical and Prescription Drug Services. Brief Description: The City of Clearwater (City) is soliciting proposals for the provision of OnSite Medical and Prescription Drug Services through the use of appropriate medical providers for City employees, officials, retirees, and their dependents. Proposals must be in accordance with the provisions, specifications and instructions set forth herein and will be received by the Procurement Division until the above noted time, when they will be publicly acknowledged and accepted. Proposal packets, any attachments and addenda are available for download at: https://www.myclearwater.com/business/rfp Please read the entire solicitation package and submit the bid in accordance with the instructions. This document (less this invitation and the instructions) and any required response documents, attachments, and submissions will constitute the bid. General, Process, or Technical Questions concerning this solicitation should be directed, IN WRITING, to the Procurement contact below: Eryn Berg, CPPB Sr. Procurement Analyst Eryn.Berg@myclearwater.com This Request for Proposals is issued by: Lori Vogel, CPPB Procurement Manager Lori.vogel@myclearwater.com INSTRUCTIONS Onsite Medical/Prescription Drug Services 2 RFP #22-23 i.1 VENDOR QUESTIONS: All questions regarding the contents of this solicitation, and solicitation process (including requests for ADA accommodations), shall be directed solely to the contact listed on Page 1. Questions should be submitted in writing via letter, fax or email. Questions received less than ten (10) calendar days prior to the due date and time may be answered at the discretion of the City. i.2 ADDENDA/CLARIFICATIONS: Any changes to the specifications will be in the form of an addendum. Addenda are posted on the City website no less than seven (7) days prior to the Due Date. Vendors are cautioned to check the Purchasing Website for addenda and clarifications prior to submitting their proposal. The City cannot be held responsible if a vendor fails to receive any addenda issued. The City shall not be responsible for any oral changes to these specifications made by any employees or officer of the City. Failure to acknowledge receipt of an addendum may result in disqualification of a proposal. i.3 VENDOR CONFERENCE / SITE VISIT: Yes No Mandatory Attendance: Yes No If so designated above, attendance is mandatory as a condition of submitting a proposal. The conference/site visit provides interested parties an opportunity to discuss the City's needs, inspect the site and ask questions. During any site visit you must fully acquaint yourself with the conditions as they exist and the character of the operations to be conducted under the resulting contract. i.4 DUE DATE & TIME FOR SUBMISSION AND OPENING: Date: May 8, 2023 Time: 10:00 AM (Local Time) The City will open all proposals properly and timely submitted and will record the names and other information specified by law and rule. All proposals become the property of the City and will not be returned except in the case of a late submission. Respondent names, as read at the bid opening, will be posted on the City website. Once a notice of intent to award is posted or 30 days from day of opening elapses, whichever occurs earlier, proposals are available for inspection by contacting the Procurement Division. i.5 PROPOSAL FIRM TIME: 90 Days from Opening Proposal shall remain firm and unaltered after opening for the number of days shown above. The City may accept the proposal, subject to successful contract negotiations, at any time during this time. i.6 PROPOSAL SECURITY: Yes $ 0.00 No If so designated above, a proposal security in the amount specified must be submitted with the proposal. The security may be submitted in any one of the following forms: an executed surety bond issued by a firm licensed and registered to transact such business with the State of Florida; cash; certified check, or cashier's check payable to the City of Clearwater (personal or company checks are not acceptable); certificate of deposit or any other form of deposit issued by a financial institution and acceptable to the City. Such proposal security shall be forfeited to the City of Clearwater should the proposer selected fail to execute a contract when requested. PERFORMANCE SECURITY: Yes $ 0.00 No If required herein, the Contractor, simultaneously with the execution of the Contract, will be required to furnish a performance security. The security may be submitted in one-year increments and in any one of the following forms: an executed surety bond issued by a firm licensed and registered to transact such business with the State of Florida; cash; certified check, cashier's check or money order payable to the City of Clearwater (personal and company checks are not acceptable); certificate of deposit or any other form of deposit issued by a financial institution and acceptable to the City. If the Contractor fails or refuses to fully comply with the terms and conditions of the contract, the City shall have the right to use all or such part of said security as may be necessary to reimburse the City for loss sustained by reason of such breach. The balance of said security, if INSTRUCTIONS Onsite Medical/Prescription Drug Services 3 RFP #22-23 any, will be returned to Contractor upon the expiration or termination of the contract. i.7 SUBMIT PROPOSALS TO: It is recommended that proposals are submitted electronically through our bids website at https://www.myclearwater.com/business/rfp Proposers may mail or hand-deliver proposals to the address below. E-mail or fax submissions will not be accepted. Use label at the end of this solicitation package City of Clearwater Attn: Procurement Division 100 S Myrtle Ave, 3rd Fl, Clearwater FL 33756-5520 or PO Box 4748, Clearwater FL 33758-4748 Proposals will be received at this address. Proposers may mail or hand-deliver proposals; e-mail or fax submissions will not be accepted. No responsibility will attach to the City of Clearwater, its employees or agents for premature opening of a proposal that is not properly addressed and identified. i.8 LATE PROPOSALS. The proposer assumes responsibility for having the proposal delivered on time at the place specified. All proposals received after the date and time specified shall not be considered and will be returned unopened to the proposer. The proposer assumes the risk of any delay in the mail or in handling of the mail by employees of the City of Clearwater, or any private courier, regardless whether sent by mail or by means of personal delivery. It shall not be sufficient to show that you mailed or commenced delivery before the due date and time. All times are Clearwater, Florida local times. The proposer agrees to accept the time stamp in the City’s Procurement Office as the official time. i.9 LOBBYING; LOBBYING NO-CONTACT PERIOD; QUESTIONS REGARDING SOLICITATION. From the time a competitive solicitation is posted until such time as the contract is awarded by the city or the solicitation is cancelled, all bidders, offerors, respondents, including their employees, representatives, and other individuals acting on their behalf, shall be prohibited from lobbying city officers, city employees, and evaluation committee members. Violation of this section may result in rejection/disqualification from award of the contract arising out of the competitive solicitation. All questions regarding the competitive solicitation must be directed to the procurement manager or designee, who will respond in writing and post such response to ensure that all respondents receive the same information during the No-Contact Period. The penalty for violating the No-Contact Period may include suspension or debarment i.10 COMMENCEMENT OF WORK. If proposer begins any billable work prior to the City’s final approval and execution of the contract, proposer does so at its own risk. i.11 RESPONSIBILITY TO READ AND UNDERSTAND. Failure to read, examine and understand the solicitation will not excuse any failure to comply with the requirements of the solicitation or any resulting contract, nor shall such failure be a basis for claiming additional compensation. If a vendor suspects an error, omission or discrepancy in this solicitation, the vendor must immediately and in any case not later than (seven (7) business days in advance of the due date notify the contact on page one (1). The City is not responsible for and will not pay any costs associated with the preparation and submission of the proposal. Proposers are cautioned to verify their proposals before submission, as amendments to or withdrawal of proposals submitted after time specified for opening of proposals may not be considered. The City will not be responsible for any proposer errors or omissions. INSTRUCTIONS Onsite Medical/Prescription Drug Services 4 RFP #22-23 i.12 FORM AND CONTENT OF PROPOSALS. Unless otherwise instructed or allowed, proposals shall be submitted on the forms provided. An original and the designated number of copies of each proposal are required. Proposals, including modifications, must be submitted in ink, typed, or printed form and signed by an authorized representative. Please line through and initial rather than erase changes. If the proposal is not properly signed or if any changes are not initialed, it may be considered non-responsive. In the event of a disparity between the unit price and the extended price, the unit price shall prevail unless obviously in error, as determined by the City. The City may require that an electronic copy of the proposal be submitted. The proposal must provide all information requested and must address all points. The City does not encourage exceptions. The City is not required to grant exceptions and depending on the exception, the City may reject the proposal. i.13 SPECIFICATIONS. Technical specifications define the minimum acceptable standard. When the specification calls for “Brand Name or Equal,” the brand name product is acceptable. Other products will be considered upon showing the other product meets stated specifications and is equivalent to the brand product in terms of quality, performance and desired characteristics. Minor differences that do not affect the suitability of the supply or service for the City’s needs may be accepted. Burden of proof that the product meets the minimum standards or is equal to the brand name product is on the proposer. The City reserves the right to reject proposals that the City deems unacceptable. i.14 MODIFICATION / WITHDRAWAL OF PROPOSAL. Written requests to modify or withdraw the proposal received by the City prior to the scheduled opening time will be accepted and will be corrected after opening. No oral requests will be allowed. Requests must be addressed and labeled in the same manner as the proposal and marked as a MODIFICATION or WITHDRAWAL of the proposal. Requests for withdrawal after the bid opening will only be granted upon proof of undue hardship and may result in the forfeiture of any proposal security. Any withdrawal after the bid opening shall be allowed solely at the City’s discretion. i.15 DEBARMENT DISCLOSURE. If the vendor submitting a proposal has been debarred, suspended, or otherwise lawfully precluded from participating in any public procurement activity, including being disapproved as a subcontractor with any federal, state, or local government, or if any such preclusion from participation from any public procurement activity is currently pending, the proposer shall include a letter with its proposal identifying the name and address of the governmental unit, the effective date of this suspension or debarment, the duration of the suspension or debarment, and the relevant circumstances relating to the suspension or debarment. If suspension or debarment is currently pending, a detailed description of all relevant circumstances including the details enumerated above must be provided. A proposal from a proposer who is currently debarred, suspended or otherwise lawfully prohibited from any public procurement activity may be rejected. i.16 RESERVATIONS. The City reserves the right to reject any or all proposals or any part thereof; to rebid the solicitation; to reject non-responsive or non-responsible proposals; to reject unbalanced proposals; to reject proposals where the terms, prices, and/or awards are conditioned upon another event; to reject individual proposals for failure to meet any requirement; to award by item, part or portion of an item, group of items, or total; to make multiple awards; to waive minor irregularities, defects, omissions, technicalities or form errors in any proposal. The City may seek clarification of the proposal from proposer at any time, and failure to respond is cause for rejection. Submission of a proposal confers on proposer no right to an award or to a subsequent contract. The City is responsible to make an award that is in the best interest of the City. All decisions on compliance, evaluation, terms and conditions shall be made solely at the City’s discretion and made to favor the City. No binding contract will exist between the proposer and the City until the City executes a written contract or purchase order. i.17 OFFICIAL SOLICITATION DOCUMENT. Changes to the solicitation document made by a proposer may not be acknowledged or accepted by the City. Award or execution of a contract does not constitute acceptance of a changed term, condition or specification unless specifically acknowledged and agreed to by the City. The copy maintained and published by the City shall be the official solicitation document. INSTRUCTIONS Onsite Medical/Prescription Drug Services 5 RFP #22-23 i.18 COPYING OF PROPOSALS. Proposer hereby grants the City permission to copy all parts of its proposal, including without limitation any documents and/or materials copyrighted by the proposer. The City’s right to copy shall be for internal use in evaluating the proposal. i.19 CONTRACTOR ETHICS. It is the intention of the City to promote courtesy, fairness, impartiality, integrity, service, professionalism, economy, and government by law in the Procurement process. The responsibility for implementing this policy rests with each individual who participates in the Procurement process, including Respondents and Contractors. To achieve this purpose, it is essential that Respondents and Contractors doing business with the City also observe the ethical standards prescribed herein. It shall be a breach of ethical standards to: a. Exert any effort to influence any City employee or agent to breach the standards of ethical conduct. b. Intentionally invoice any amount greater than provided in Contract or to invoice for Materials or Services not provided. c. Intentionally offer or provide sub-standard Materials or Services or to intentionally not comply with any term, condition, specification or other requirement of a City Contract. i.20 GIFTS. The City will accept no gifts, gratuities or advertising products from proposers or prospective proposers and affiliates. The City may request product samples from vendors for product evaluation. i.21 RIGHT TO PROTEST. Pursuant to Section 2.562(3), Clearwater Code of Ordinances, a bidder who submitted a response to a competitive solicitation and was not selected may appeal the decision through the bid protest procedures, a copy of which shall be available in the Procurement Division. A protesting bidder must include a fee of one percent of the amount of the bid or proposed contract to offset the City’s additional expenses related to the protest. This fee shall not exceed $5,000.00 nor be less than $50.00. Full refund will be provided should the protest be upheld. No partial refunds will be made. ADDRESS PROTESTS TO: City of Clearwater - Procurement Division 100 So Myrtle Ave, 3rd Fl Clearwater FL 33756-5520 or PO Box 4748 Clearwater FL 33758-4748 INSTRUCTIONS – EVALUATION Onsite Medical/Prescription Drug Services 6 RFP #22-23 i.22 EVALUATION PROCESS. Proposals will be reviewed by a screening committee comprised of City employees. The City staff may or may not initiate discussions with proposers for clarification purposes. Clarification is not an opportunity to change the proposal. Proposers shall not initiate discussions with any City employee or official. i.23 CRITERIA FOR EVALUATION AND AWARD. The City evaluates three (3) categories of information: responsiveness, responsibility, the technical proposal/price. All proposals must meet the following responsiveness and responsibility criteria. a) Responsiveness. The City will determine whether the proposal complies with the instructions for submitting proposals including completeness of proposal which encompasses the inclusion of all required attachments and submissions. The City must reject any proposals that are submitted late. Failure to meet other requirements may result in rejection. b) Responsibility. The City will determine whether the proposer is one with whom it can or should do business. Factors that the City may evaluate to determine "responsibility" include, but are not limited to: excessively high or low priced proposals, past performance, references (including those found outside the proposal), compliance with applicable laws, proposer's record of performance and integrity- e.g. has the proposer been delinquent or unfaithful to any contract with the City, whether the proposer is qualified legally to contract with the City, financial stability and the perceived ability to perform completely as specified. A proposer must at all times have financial resources sufficient, in the opinion of the City, to ensure performance of the contract and must provide proof upon request. City staff may also use Dun & Bradstreet and/or any generally available industry information. The City reserves the right to inspect and review proposer’s facilities, equipment and personnel and those of any identified subcontractors. The City will determine whether any failure to supply information, or the quality of the information, will result in rejection. c) Technical Proposal. The City will determine how well proposals meet its requirements in terms of the response to the specifications and how well the offer addresses the needs of the project. The City will rank offers using a point ranking system (unless otherwise specified) as an aid in conducting the evaluation. d) If less than three (3) responsive proposals are received, at the City’s sole discretion, the proposals may be evaluated using simple comparative analysis instead of any announced method of evaluation, subject to meeting administrative and responsibility requirements. For this RFP, the criteria that will be evaluated and their relative weights are: Evaluation Criteria (pages 20-21) Points Ability, Capacity and Skill of the Firm to Perform the Services Required (Tab 2) 35 Experience with Health Clinic Operations (Including Exhibit A – Questionnaire) (Tab 3) 35 References (Tab 4) 15 Cost of Services (Including Exhibit B – Proposed Services) (Tab 5) 15 i.24 SHORT-LISTING. The City at its sole discretion may create a short-list of the highest ranked proposals based on evaluation against the evaluation criteria. Short-listed proposers may be invited to give presentations and/or interviews. Upon conclusion of any presentations/interviews, the City will finalize the ranking of shortlisted firms. i.25 PRESENTATIONS/INTERVIEWS Presentations and/or interviews may be requested at the City’s discretion. The location for these presentations and/or interviews will be determined by the City and may be held virtually. i.26 BEST & FINAL OFFERS. The City may request best & final offers if deemed necessary, and will determine the scope and subject of any best & final request. However, the proposer should not INSTRUCTIONS – EVALUATION Onsite Medical/Prescription Drug Services 7 RFP #22-23 expect that the City will ask for best & finals and should submit their best offer based on the terms and conditions set forth in this solicitation. i.27 COST JUSTIFICATION. In the event only one response is received, the City may require that the proposer submit a cost proposal in sufficient detail for the City to perform a cost/price analysis to determine if the proposal price is fair and reasonable. i.28 CONTRACT NEGOTIATIONS AND ACCEPTANCE. Proposer must be prepared for the City to accept the proposal as submitted. If proposer fails to sign all documents necessary to successfully execute the final contract within a reasonable time as specified, or negotiations do not result in an acceptable agreement, the City may reject proposal or revoke the award, and may begin negotiations with another proposer. Final contract terms must be approved or signed by the appropriately authorized City official(s). No binding contract will exist between the proposer and the City until the City executes a written contract or purchase order. i.29 NOTICE OF INTENT TO AWARD. Notices of the City’s intent to award a Contract are posted to Purchasing’s website. It is the proposer’s responsibility to check the City of Clearwater’s website at https://www.myclearwater.com/business/rfp to view relevant RFP information and notices. i.30 RFP TIMELINE. Dates are tentative and subject to change. Release RFP: 4/7/2023 Advertise Tampa Bay Times: 4/12/2023 Responses due: 5/8/2023 Review proposals: 5/8/2023 – 5/15/2023 Presentations (if requested): Week of 5/22/23 Award recommendation: 5/22/2023 Council authorization: June 2023 Contract begins: October 2023 STANDARD TERMS AND CONDITIONS Onsite Medical/Prescription Drug Services 8 RFP #22-23 S.1 DEFINITIONS. Uses of the following terms are interchangeable as referenced: “vendor, contractor, consultant, supplier, proposer, company, persons”, “purchase order, PO, contract, agreement”, “City, Clearwater”, “bid, proposal, response, quote”. S.2 INDEPENDENT CONTRACTOR. It is expressly understood that the relationship of Contractor to the City will be that of an independent contractor. Contractor and all persons employed by Contractor, either directly or indirectly, are Contractor’s employees, not City employees. Accordingly, Contractor and Contractor’s employees are not entitled to any benefits provided to City employees including, but not limited to, health benefits, enrollment in a retirement system, paid time off or other rights afforded City employees. Contractor employees will not be regarded as City employees or agents for any purpose, including the payment of unemployment or workers’ compensation. If any Contractor employees or subcontractors assert a claim for wages or other employment benefits against the City, Contractor will defend, indemnify and hold harmless the City from all such claims. S.3 SUBCONTRACTING. Contractor may not subcontract work under this Agreement without the express written permission of the City. If Contractor has received authorization to subcontract work, it is agreed that all subcontractors performing work under the Agreement must comply with its provisions. Further, all agreements between Contractor and its subcontractors must provide that the terms and conditions of this Agreement be incorporated therein. S.4 ASSIGNMENT. This Agreement may not be assigned either in whole or in part without first receiving the City’s written consent. Any attempted assignment, either in whole or in part, without such consent will be null and void and in such event the City will have the right at its option to terminate the Agreement. No granting of consent to any assignment will relieve Contractor from any of its obligations and liabilities under the Agreement. S.5 SUCCESSORS AND ASSIGNS, BINDING EFFECT. This Agreement will be binding upon and inure to the benefit of the parties and their respective permitted successors and assigns. S.6 NO THIRD PARTY BENEFICIARIES. This Agreement is intended for the exclusive benefit of the parties. Nothing set forth in this Agreement is intended to create, or will create, any benefits, rights, or responsibilities in any third parties. S.7 NON- EXCLUSIVITY. The City, in its sole discretion, reserves the right to request the materials or services set forth herein from other sources when deemed necessary and appropriate. No exclusive rights are encompassed through this Agreement. S.8 AMENDMENTS. There will be no oral changes to this Agreement. This Agreement can only be modified in a writing signed by both parties. No charge for extra work or material will be allowed unless approved in writing, in advance, by the City and Contractor. S.9 TIME OF THE ESSENCE. Time is of the essence to the performance of the parties’ obligations under this Agreement. S.10 COMPLIANCE WITH APPLICABLE LAWS. a. General. Contractor must procure all permits and licenses, and pay all charges and fees necessary and incidental to the lawful conduct of business. Contractor must stay fully informed of existing and future federal, state, and local laws, ordinances, executive orders, and regulations that in any manner affect the fulfillment of this Agreement and must comply with the same at its own expense. Contractor bears full responsibility for training, safety, and providing necessary equipment for all Contractor personnel to achieve throughout the term of the Agreement. Upon request, Contractor will demonstrate to the City's satisfaction any programs, procedures, and other activities used to ensure compliance. b. Drug-Free Workplace. Contractor is hereby advised that the City has adopted a policy establishing a drug-free workplace for itself and those doing business with the City to ensure the safety and health of all persons working on City contracts and projects. Contractor will require a drug-free workplace for all Contractor personnel working under this Agreement. Specifically, all Contractor personnel who are working under this Agreement must be notified STANDARD TERMS AND CONDITIONS Onsite Medical/Prescription Drug Services 9 RFP #22-23 in writing by Contractor that they are prohibited from the manufacture, distribution, dispensation, possession, or unlawful use of a controlled substance in the workplace. Contractor agrees to prohibit the use of intoxicating substances by all Contractor personnel and will ensure that Contractor personnel do not use or possess illegal drugs while in the course of performing their duties. c. Federal and State Immigration Laws. Contractor agrees to comply with the Immigration Reform and Control Act of 1986 (IRCA) in performance under this Agreement and to permit the City and its agents to inspect applicable personnel records to verify such compliance as permitted by law. Contractor will ensure and keep appropriate records to demonstrate that all Contractor personnel have a legal right to live and work in the United States. (i) As applicable to Contractor, under this provision, Contractor hereby warrants to the City that Contractor and each of its subcontractors will comply with, and are contractually obligated to comply with, all federal immigration laws and regulations that relate to their employees (hereinafter “Contractor Immigration Warranty”). (ii) A breach of the Contractor Immigration Warranty will constitute as a material breach of this Agreement and will subject Contractor to penalties up to and including termination of this Agreement at the sole discretion of the City. (iii) The City retains the legal right to inspect the papers of all Contractor personnel who provide services under this Agreement to ensure that Contractor or its subcontractors are complying with the Contractor Immigration Warranty. Contractor agrees to assist the City in regard to any such inspections. (iv) The City may, at its sole discretion, conduct random verification of the employment records of Contractor and any subcontractor to ensure compliance with the Contractor Immigration Warranty. Contractor agrees to assist the City in regard to any random verification performed. (v) Neither Contractor nor any subcontractor will be deemed to have materially breached the Contractor Immigration Warranty if Contractor or subcontractor establishes that it has complied with the employment verification provisions prescribed by Sections 274A and 274B of the Federal Immigration and Nationality Act. d. Nondiscrimination. Contractor represents and warrants that it does not discriminate against any employee or applicant for employment or person to whom it provides services because of race, color, religion, sex, national origin, or disability, and represents and warrants that it complies with all applicable federal, state, and local laws and executive orders regarding employment. Contractor and Contractor’s personnel will comply with applicable provisions of Title VII of the U.S. Civil Rights Act of 1964, as amended, Section 504 of the Federal Rehabilitation Act, the Americans with Disabilities Act (42 U.S.C. § 12101 et seq.), and applicable rules in performance under this Agreement. S.11 SALES/USE TAX, OTHER TAXES. Contractor is responsible for the payment of all taxes including federal, state, and local taxes related to or arising out of Contractor’s services under this Agreement, including by way of illustration but not limitation, federal and state income tax, Social Security tax, unemployment insurance taxes, and any other taxes or business license fees as required. If any taxing authority should deem Contractor or Contractor employees an employee of the City or should otherwise claim the City is liable for the payment of taxes that are Contractor’s responsibility under this Agreement, Contractor will indemnify the City for any tax liability, interest, and penalties imposed upon the City. The City is exempt from paying state and local sales/use taxes and certain federal excise taxes and will furnish an exemption certificate upon request. S.12 AMOUNTS DUE THE CITY. Contractor must be current and remain current in all obligations due to the City during the performance of services under the Agreement. Payments to Contractor may be offset by any delinquent amounts due the City or fees and charges owed to the City. STANDARD TERMS AND CONDITIONS Onsite Medical/Prescription Drug Services 10 RFP #22-23 S.13 PUBLIC RECORDS. 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, TO THE CONTRACTOR’S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS, Rosemarie Call, Phone: 727-562-4092 or Email: Rosemarie.Call@myclearwater.com, 600 Cleveland Street, Suite 600, Clearwater, FL 33755. The Contractor agrees to comply with the following: a) Keep and maintain public records required by the City of Clearwater (hereinafter “public agency” in this section) 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 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 STANDARD TERMS AND CONDITIONS Onsite Medical/Prescription Drug Services 11 RFP #22-23 2. At least eight (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. A Contractor who complies with a public records request within eight (8) business days after the notice is sent is not liable for the reasonable costs of enforcement. S.14 AUDITS AND RECORDS. Contractor must preserve the records related to this Agreement for five (5) years after completion of the Agreement. The City or its authorized agent reserves the right to inspect any records related to the performance of work specified herein. In addition, the City may inspect any and all payroll, billing or other relevant records kept by Contractor in relation to the Agreement. Contractor will permit such inspections and audits during normal business hours and upon reasonable notice by the City. The audit of records may occur at Contractor’s place of business or at City offices, as determined by the City. S.15 BACKGROUND CHECK. The City may conduct criminal, driver history, and all other requested background checks of Contractor personnel who would perform services under the Agreement or who will have access to the City’s information, data, or facilities in accordance with the City’s current background check policies. Any officer, employee, or agent that fails the background check must be replaced immediately for any reasonable cause not prohibited by law. S.16 SECURITY CLEARANCE AND REMOVAL OF CONTRACTOR PERSONNEL. The City will have final authority, based on security reasons: (i) to determine when security clearance of Contractor personnel is required; (ii) to determine the nature of the security clearance, up to and including fingerprinting Contractor personnel; and (iii) to determine whether or not any individual or entity may provide services under this Agreement. If the City objects to any Contractor personnel for any reasonable cause not prohibited by law, then Contractor will, upon notice from the City, remove any such individual from performance of services under this Agreement. S.17 DEFAULT. a. A party will be in default if that party: (i) is or becomes insolvent or is a party to any voluntary bankruptcy or receivership proceeding, makes an assignment for a creditor, or there is any similar action that affects Contractor’s capability to perform under the Agreement; (ii) is the subject of a petition for involuntary bankruptcy not removed within sixty (60) calendar days; (iii) conducts business in an unethical manner or in an illegal manner; or (iv) fails to carry out any term, promise, or condition of the Agreement. b. Contractor will be in default of this Agreement if Contractor is debarred or suspended in accordance with the Clearwater Code of Ordinances Section 2.565 or if Contractor is debarred or suspended by another governmental entity. c. Notice and Opportunity to Cure. In the event a party is in default then the other party may, at its option and at any time, provide written notice to the defaulting party of the default. The defaulting party will have thirty (30) days from receipt of the notice to cure the default; the thirty (30) day cure period may be extended by mutual agreement of the parties, but no cure period may exceed ninety (90) days. A default notice will be deemed to be sufficient if it is reasonably calculated to provide notice of the nature and extent of such default. Failure of the non- defaulting party to provide notice of the default does not waive any rights under the Agreement. d. Anticipatory Repudiation. Whenever the City in good faith has reason to question Contractor’s intent or ability to perform, the City may demand that Contractor give a written STANDARD TERMS AND CONDITIONS Onsite Medical/Prescription Drug Services 12 RFP #22-23 assurance of its intent and ability to perform. In the event that the demand is made and no written assurance is given within five (5) calendar days, the City may treat this failure as an anticipatory repudiation of the Agreement. S.18 REMEDIES. The remedies set forth in this Agreement are not exclusive. Election of one remedy will not preclude the use of other remedies. In the event of default: a. The non-defaulting party may terminate the Agreement, and the termination will be effective immediately or at such other date as specified by the terminating party. b. The City may purchase the services required under the Agreement from the open market, complete required work itself, or have it completed at the expense of Contractor. If the cost of obtaining substitute services exceeds the contract price, the City may recover the excess cost by: (i) requiring immediate reimbursement to the City; (ii) deduction from an unpaid balance due to Contractor; (iii) collection against the proposal and/or performance security, if any; (iv) collection against liquidated damages (if applicable); or (v) a combination of the aforementioned remedies or other remedies as provided by law. Costs includes any and all, fees, and expenses incurred in obtaining substitute services and expended in obtaining reimbursement, including, but not limited to, administrative expenses, attorneys’ fees, and costs. c. The non-defaulting party will have all other rights granted under this Agreement and all rights at law or in equity that may be available to it. d. Neither party will be liable for incidental, special, or consequential damages. S.19 CONTINUATION DURING DISPUTES. Contractor agrees that during any dispute between the parties, Contractor will continue to perform its obligations until the dispute is settled, instructed to cease performance by the City, enjoined or prohibited by judicial action, or otherwise required or obligated to cease performance by other provisions in this Agreement. S.20 TERMINATION FOR CONVENIENCE. The City reserves the right to terminate this Agreement at its convenience, in part or in whole, upon thirty (30) calendar days’ written notice. S.21 TERMINATION FOR CONFLICT OF INTEREST. The City may cancel this Agreement after its execution, without penalty or further obligation, if any person significantly involved in initiating, securing, drafting, or creating the Agreement for the City becomes an employee or agent of Contractor. S.22 TERMINATION FOR NON-APPROPRIATION AND MODIFICATION FOR BUDGETARY CONSTRAINT. The City is a governmental agency which relies upon the appropriation of funds by its governing body to satisfy its obligations. If the City reasonably determines, in its sole discretion, that it does not have funds to meet its obligations under this Agreement, the City will have the right to terminate the Agreement without penalty on the last day of the fiscal period for which funds were legally available. In the event of such termination, the City agrees to provide written notice of its intent to terminate thirty (30) calendar days prior to the stated termination date. S.23 PAYMENT TO CONTRACTOR UPON TERMINATION. Upon termination of this Agreement, Contractor will be entitled only to payment for those services performed up to the date of termination, and any authorized expenses already incurred up to such date of termination. The City will make final payment within thirty (30) calendar days after the City has both completed its appraisal of the materials and services provided and received Contractor’s properly prepared final invoice. S.24 NON-WAIVER OF RIGHTS. There will be no waiver of any provision of this Agreement unless approved in writing and signed by the waiving party. Failure or delay to exercise any rights or remedies provided herein or by law or in equity, or the acceptance of, or payment for, any services hereunder, will not release the other party of any of the warranties or other obligations of the Agreement and will not be deemed a waiver of any such rights or remedies. STANDARD TERMS AND CONDITIONS Onsite Medical/Prescription Drug Services 13 RFP #22-23 S.25 INDEMNIFICATION/LIABILITY. a. 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, 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. b. 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. c. 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. d. Nothing contained herein in intended to serve as a waiver by the City of its sovereign immunity, to extend the liability of the City beyond the limits set forth in Section 768.28, Florida Statutes, or be construed as consent by the City to be sued by third parties. S.26 WARRANTY. Contractor warrants that the services and materials will conform to the requirements of the Agreement. Additionally, Contractor warrants that all services will be performed in a good, workman-like, and professional manner. The City’s acceptance of service or materials provided by Contractor will not relieve Contractor from its obligations under this warranty. If any materials or services are of a substandard or unsatisfactory manner as determined by the City, Contractor, at no additional charge to the City, will provide materials or redo such services until in accordance with this Agreement and to the City’s reasonable satisfaction. Unless otherwise agreed, Contractor warrants that materials will be new, unused, of most current manufacture and not discontinued, will be free of defects in materials and workmanship, will be provided in accordance with manufacturer's standard warranty for at least one (1) year unless otherwise specified, and will perform in accordance with manufacturer's published specifications. S.27 CITY’S RIGHT TO RECOVER AGAINST THIRD PARTIES. Contractor will do nothing to prejudice the City’s right to recover against third parties for any loss, destruction, or damage to City property, and will at the City’s request and expense, furnish to the City reasonable assistance and cooperation, including assistance in the prosecution or defense of suit and the execution of instruments of assignment in favor of the City in obtaining recovery. S.28 NO GUARANTEE OF WORK. Contractor acknowledges and agrees that it is not entitled to deliver any specific amount of materials or services or any materials or services at all under this Agreement and acknowledges and agrees that the materials or services will be requested by the City on an as needed basis at the sole discretion of the City. Any document referencing quantities or performance frequencies represent the City's best estimate of current requirements, but will not bind the City to purchase, accept, or pay for materials or services which exceed its actual needs. S.29 OWNERSHIP. All deliverables, services, and information provided by Contractor or the City pursuant to this Agreement (whether electronically or manually generated) including without limitation, reports, test plans, and survey results, graphics, and technical tables, originally prepared in the performance of this Agreement, are the property of the City and will not be used or released by Contractor or any other person except with prior written permission by the City. S.30 USE OF NAME. Contractor will not use the name of the City of Clearwater in any advertising or publicity without obtaining the prior written consent of the City. S.31 FOB DESTINATION FREIGHT PREPAID AND ALLOWED. All deliveries will be FOB destination freight prepaid and allowed unless otherwise agreed. STANDARD TERMS AND CONDITIONS Onsite Medical/Prescription Drug Services 14 RFP #22-23 S.32 RISK OF LOSS. Contractor agrees to bear all risks of loss, injury, or destruction of goods or equipment incidental to providing these services and such loss, injury, or destruction will not release Contractor from any obligation hereunder. S.33 SAFEGUARDING CITY PROPERTY. Contractor will be responsible for any damage to City real property or damage or loss of City personal property when such property is the responsibility of or in the custody of Contractor or its employees. S.34 WARRANTY OF RIGHTS. Contractor warrants it has title to, or the right to allow the City to use, the materials and services being provided and that the City may use same without suit, trouble, or hindrance from Contractor or third parties. S.35 PROPRIETARY RIGHTS INDEMNIFICATION. Without limiting the foregoing, Contractor will without limitation, at its expense defend the City against all claims asserted by any person that anything provided by Contractor infringes a patent, copyright, trade secret, or other intellectual property right and must, without limitation, pay the costs, damages and attorneys' fees awarded against the City in any such action, or pay any settlement of such action or claim. Each party agrees to notify the other promptly of any matters to which this provision may apply and to cooperate with each other in connection with such defense or settlement. If a preliminary or final judgment is obtained against the City’s use or operation of the items provided by Contractor hereunder or any part thereof by reason of any alleged infringement, Contractor will, at its expense and without limitation, either: (a) modify the item so that it becomes non-infringing; (b) procure for the City the right to continue to use the item; (c) substitute for the infringing item other item(s) having at least equivalent capability; or (d) refund to the City an amount equal to the price paid, less reasonable usage, from the time of installation acceptance through cessation of use, which amount will be calculated on a useful life not less than five (5) years, plus any additional costs the City may incur to acquire substitute supplies or services. Nothing contained herein in intended to serve as a waiver by the City of its sovereign immunity, to extend the liability of the City beyond the limits set forth in Section 768.28, Florida Statutes, or be construed as consent by the City to be sued by third parties. S.36 CONTRACT ADMINISTRATION. This Agreement will be administered by the Purchasing Administrator and/or an authorized representative from the using department. All questions regarding this Agreement will be referred to the administrator for resolution. Supplements may be written to this Agreement for the addition or deletion of services. Payment will be negotiated and determined by the contract administrator(s). S.37 FORCE MAJEURE. Failure by either party to perform its duties and obligations will be excused by unforeseeable circumstances beyond its reasonable control, including acts of nature, acts of the public enemy, riots, fire, explosion, legislation, and governmental regulation. The party whose performance is so affected will within five (5) calendar days of the unforeseeable circumstance notify the other party of all pertinent facts and identify the force majeure event. The party whose performance is so affected must also take all reasonable steps, promptly and diligently, to prevent such causes if it is feasible to do so, or to minimize or eliminate the effect thereof. The delivery or performance date will be extended for a period equal to the time lost by reason of delay, plus such additional time as may be reasonably necessary to overcome the effect of the delay, provided however, under no circumstances will delays caused by a force majeure extend beyond one hundred-twenty (120) calendar days from the scheduled delivery or completion date of a task unless agreed upon by the parties. S.38 COOPERATIVE USE OF CONTRACT. This Agreement may be extended for use by other municipalities, counties, school districts, and government agencies with the approval of Contractor. Any such usage by other entities must be in accordance with the statutes, codes, ordinances, charter and/or procurement rules and regulations of the respective government agency. Orders placed by other agencies and payment thereof will be the sole responsibility of that agency. The City is not responsible for any disputes arising out of transactions made by others. STANDARD TERMS AND CONDITIONS Onsite Medical/Prescription Drug Services 15 RFP #22-23 S.39 FUEL CHARGES AND PRICE INCREASES. No fuel surcharges will be accepted. No price increases will be accepted without proper request by Contractor and response by the City’s Procurement Division. S.40 NOTICES. All notices to be given pursuant to this Agreement must be delivered to the parties at their respective addresses. Notices may be (i) personally delivered; (ii) sent via certified or registered mail, postage prepaid; (iii) sent via electronic mail; (iv) sent via overnight courier; or (v) sent via facsimile. If provided by personal delivery, receipt will be deemed effective upon delivery. If sent via certified or registered mail, receipt will be deemed effective three (3) calendar days after being deposited in the United States mail. If sent via electronic mail, overnight courier, or facsimile, receipt will be deemed effective two (2) calendar days after the sending thereof. S.41 GOVERNING LAW, VENUE. This Agreement is governed by the laws of the State of Florida. The exclusive venue selected for any proceeding or suit in law or equity arising from or incident to this Agreement will be Pinellas County, Florida. S.42 INTEGRATION CLAUSE. This Agreement, including all attachments and exhibits hereto, supersede all prior oral or written agreements, if any, between the parties and constitutes the entire agreement between the parties with respect to the work to be performed. S.43 PROVISIONS REQUIRED BY LAW. Any provision required by law to be in this Agreement is a part of this Agreement as if fully stated in it. S.44 SEVERABILITY. If any provision of this Agreement is declared void or unenforceable, such provision will be severed from this Agreement, which will otherwise remain in full force and effect. The parties will negotiate diligently in good faith for such amendment(s) of this Agreement as may be necessary to achieve the original intent of this Agreement, notwithstanding such invalidity or unenforceability. S.45 SURVIVING PROVISIONS. Notwithstanding any completion, termination, or other expiration of this Agreement, all provisions which, by the terms of reasonable interpretation thereof, set forth rights and obligations that extend beyond completion, termination, or other expiration of this Agreement, will survive and remain in full force and effect. Except as specifically provided in this Agreement, completion, termination, or other expiration of this Agreement will not release any party from any liability or obligation arising prior to the date of termination. DETAILED SPECIFICATIONS Onsite Medical/Prescription Drug Services 16 RFP #22-23 1. INTRODUCTION. The City of Clearwater (City) is a coastal community on the West Coast of Florida and the third largest city in the Tampa Bay region with an estimated 119,208 residents. Clearwater Beach is an international tourist destination that brings millions of tourists to Pinellas County annually and was selected as the “Number One Beach in America” in the 2018 and 2019 TripAdvisor Travelers’ Choice Awards and regularly ranks as a top vacation destination in both domestic and international publications. An ideal year-round destination for travelers of all ages and interests, Clearwater boasts miles of pristine “sugar sand” beaches, provides a wide variety of casual and fine dining options, and is home to Philadelphia Phillies Spring Training and Clearwater Threshers Minor League Baseball. Clearwater Marine Aquarium remains a consistent draw for visitors and is nationally recognized for its groundbreaking work in marine rescue, rehabilitation, and release. The City of Clearwater is committed to ensuring that we have a sustainable city through green measures focusing on our economy, environment, and community. 2. PROJECT GOAL. The City is seeking experienced and qualified firm(s) that demonstrate the highest level of ability to provide onsite medical and prescription drug services to the City of Clearwater. 3. BACKGROUND. The City of Clearwater Employee Health Center (EHC) has been fully operational since July 6, 2010. The EHC is available to all individuals who are enrolled in the City of Clearwater’s health insurance plan, including employees, spouses and children, elected officials, and retirees. The City currently participates in a self-insured medical plan with CIGNA. As of March 2023 there are approximately 1,571 employees and 2,751 members covered under the medical plan. The EHC is located in the Powell Professional Center, 401 Corbett Street, Clearwater, FL 33756. The facility is leased by the City of Clearwater and is open from 7am to 5pm, Monday through Friday. The current EHC does not support occupational medicine or first report of injury for Worker’s Compensation. The City is interested in exploring the addition of these services but it is not a requirement of this RFP to offer those services. The City has provided the following documents to aid Respondent(s) with their proposal: Exhibit C – Clinic Utilization Exhibit D – Employee Census Exhibit E – Clinic Floorplan Exhibit F – Cigna Clearwater Agreement Renewal with budget and positions 4. SCOPE OF SERVICES. The City seeks a company to offer OnSite Medical and Prescription Drug Services to employees, retirees, and their dependents to include but not be limited to primary care, health risk assessments, acute and urgent care, immunizations, injections, new hire physicals, exams and screenings, prescriptions, pharmaceutical dispensing, disease management, and primary care case management through the utilization of the current facility furnished by the City. In addition to onsite healthcare, the City desires onsite medical services to provide health risk assessments to identify high risk individuals. The provider will be expected to work with, and add to, the existing wellness programs of the City to provide education, intervention, and incentive programs. The company must comply with all guidelines and regulations set forth in the Health Insurance Portability and Accountability Act (HIPPA) and Clinical Laboratory Improvement Act/Amendments (CLIA). The City would like staffing to include a medical doctor(s) and necessary support staff for the clinic patrons. A sample of company’s standard contract is required in Tab 6_Other Forms, 5. MINIMUM QUALIFICATIONS. Companies responding to this RFP shall explain their experience and methodology with Health Clinic Operations in Response Elements, Item 2, Tab 3, Experience with Health Clinic Operating (Including Exhibit A – Firm Questionnaire). Item 2, Tab 5 – Cost of DETAILED SPECIFICATIONS Onsite Medical/Prescription Drug Services 17 RFP #22-23 Services (Including Exhibit B – Proposed Services) must be completed and submitted with Respondent’s proposal. In addition, respondents must demonstrate prior experience in providing onsite medical services in the desired format for a dedicated employee group. The selected vendor is desired to have at least three (3) public sector clients (preferably in Florida) with 1,000 or more employees in current operation. 6. INSURANCE REQUIREMENTS. The Vendor shall, at its own cost and expense, acquire and maintain (and cause any subcontractors, 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 Vendor 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 three (3) year tail following the termination or expiration of this Agreement: a. 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. b. 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. c. Professional Liability/Malpractice/Errors or Omissions Insurance coverage appropriate for the type of business engaged in by the Respondent with minimum limits of $2,000,000 (two 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 the prior policy was extended indefinitely to cover prior acts. Coverage shall be extended beyond the policy year either by a supplemental extended reporting period (SERP) 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. d. Unless waived by the State of Florida and proof of waiver is provided to the City, 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 $1,000,000 (one million dollars) each employee each accident, $1,000,000 (one million dollars) each employee by disease, and $1,000,000 (one million dollars) disease policy limit. 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. The above insurance limits may be achieved by a combination of primary and umbrella/excess liability policies. e. If Vendor is using its own property or the property of the CITY in connection with the performance of its obligations under this Agreement, then Property Insurance on an “All Risks” basis with replacement cost coverage for property and equipment in the care, custody and control of others is required. f. Cyber Liability coverage in an adequate amount to meet or exceed the requirements, including notification and monitoring, under Florida Statute 817.5681. DETAILED SPECIFICATIONS Onsite Medical/Prescription Drug Services 18 RFP #22-23 The above insurance limits may be achieved by a combination of primary and umbrella/excess liability policies. Other Insurance Provisions. a. Prior to the execution of this Agreement, 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 Vendor will furnish the City with a Certificate of Insurance(s) (using appropriate ACORD 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” on the Commercial General Liability Insurance and the Commercial Automobile Liability Insurance. In addition when requested in writing from the City, Vendor 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 Attn: Procurement Division, RFP #22-23 P.O. Box 4748 Clearwater, FL 33758-4748 b. Vendor shall provide thirty (30) days written notice of any cancellation, non-renewal, termination, material change or reduction in coverage. c. Vendor’s insurance as outlined above shall be primary and non-contributory coverage for Vendor’s negligence. d. Vendor reserves the right to appoint legal counsel to provide for the Vendor’s defense, for any and all claims that may arise related to Agreement, work performed under this Agreement, or to Vendor’s design, equipment, or service. Vendor agrees that the City shall not be liable to reimburse Vendor for any legal fees or costs as a result of Vendor 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 City’s failure to request evidence of this insurance shall not be construed as a waiver of Vendor’s (or any contractors’, subcontractors’, representatives’ or agents’) obligation to provide the insurance coverage specified. MILESTONES Onsite Medical/Prescription Drug Services 19 RFP #22-23 1. ANTICIPATED BEGINNING AND END DATE OF INITIAL TERM. October 1, 2023 – September 30, 2026 If the commencement of performance is delayed because the City does not execute the contract on the start date, the City may adjust the start date, end date and milestones to reflect the delayed execution. 2. EXTENSION. The City reserves the right to extend the term of this contract, provided however, that the City shall give written notice of its intentions to extend this contract no later than thirty (30) days prior to the expiration date of the contract. 3. RENEWAL. At the end of the initial term of this contract, the City may initiate renewal(s) as provided herein. The decision to renew a contract rests solely with the City. The City will give written notice of its intention to renew the contract no later than thirty (30) days prior to the expiration. Two (2), three (3) year renewals are possible at the City’s option. 4. PRICES. All pricing shall be firm for the initial term of three (3) years except where otherwise provided by the specifications, and include all transportation, insurance and warranty costs. The City shall not be invoiced at prices higher than those stated in any contract resulting from this proposal. a. The Contractor certifies that the prices offered are no higher than the lowest price the Contractor charges other buyers for similar quantities under similar conditions. The Contractor further agrees that any reductions in the price of the goods or services covered by this proposal and occurring after award will apply to the undelivered balance. The Contractor shall promptly notify the City of such price reductions. b. During the sixty (60) day period prior to the renewal anniversary of the contract effective date, the Contractor may submit a written request that the City increase the prices in an amount for no more than the twelve month change in the Consumer Price Index for All Urban Consumers (CPI-U), US City Average, All Items, Not Seasonally Adjusted as published by the U.S. Department of Labor, Bureau of Labor Statistics (http://www.bls.gov/cpi/home.htm). The City shall review the request for adjustment and respond in writing; such response and approval shall not be unreasonably withheld. c. At the end of the initial term, pricing may be adjusted for amounts other than inflation based on mutual agreement of the parties after review of appropriate documentation. Renewal prices shall be firm for the three (3) year renewal term. d. No fuel surcharges will be accepted. RESPONSE ELEMENTS Onsite Medical/Prescription Drug Services 20 RFP #22-23 1. PROPOSAL SUBMISSION. It is recommended that responses are submitted electronically through our bids website at https://www.myclearwater.com/business/rfp. For responses mailed and/or hand-delivered, firm must submit one (1) signed original (identified as ORIGINAL) response, five (5) copies of the response and one (1) copy in an electronic format, on a disc or thumb drive, in a sealed container using the label provided at the end of this solicitation. NOTE: If submitting proposals electronically, copies are not required. 2. PROPOSAL FORMAT (the following should be included and referenced with index tabs) NOTE: Every proposal received by the City will be considered a public record pursuant to Chapter 119, Florida Statutes. Any response marked confidential may be deemed non- responsive to this RFP. Table of Contents: Identify contents by tab and page number TAB 1 - Letter of Transmittal. A brief letter of transmittal should be submitted that includes the following information: a. The proposer’s understanding of the work to be performed. b. A positive commitment to perform the service within the time period specified. c. The names of key persons, representatives, and project managers who will be the main contacts for the City regarding this project. TAB 2 – Ability, Capacity and Skill of the Firm to Perform the Services Required. The following information should be included but not be limited to: a. Qualifications and experience of the respondent, including type of business entity, organizational size, structure and history of the organization, experience in the provision of services, and location of the office that would contract for services to the City. b. Indicate if any contracts have been terminated prior to the end of a contract period? If termination has occurred, provide an explanation. c. Include performance results, if available, from current clients (i.e., return on investment, patient satisfaction, average time a patient spends with the doctor per visit, savings derived from dispensing drugs on-site, etc.). d. List the credentials of proposed key staff to include three (3) similar existing clinics. e. Describe current medical malpractice coverages for the clinic and individual providers. TAB 3 – Experience with Health Clinic Operations. Clearly define the program offered and your method of approach including, but not limited to the completion of Exhibit A – Firm Questionnaire. TAB 4 - References. A minimum of three (3) references, preferably from other public entities within the State of Florida, for whom you have provided similar services. Include the name of entity, contact person’s name, phone numbers, e-mail addresses, mailing addresses, type of service provided, dates these services were provided. TAB 5 - Cost of Services. The cost portion of the proposal should include the following elements: a. Completed Exhibit B – Proposed Services. b. A listing of any and all additional charges not specifically identified in Exhibit B – Cost of Services. TAB 6 - Other Forms. The following forms should be completed and signed: a. Exceptions/Additional Materials/Addenda form b. Vendor Information form c. Vendor Certification of Proposal form d. Scrutinized Companies form(s) as required e. E-Verify Eligibility form f. W-9 Form. Include a current W-9 form (http://www.irs.gov/pub/irs-pdf/fw9.pdf) EXCEPTIONS / ADDITIONAL MATERIAL / ADDENDA Onsite Medical/Prescription Drug Services 21 RFP #22-23 Proposers shall indicate any and all exceptions taken to the provisions or specifications in this solicitation document. Exceptions that surface elsewhere and that do not also appear under this section shall be considered invalid and void and of no contractual significance. Exceptions (mark one): **Special Note – Any material exceptions taken to the City’s Terms and Conditions may render a Proposal non-responsive. No exceptions Exceptions taken (describe--attach additional pages if needed) Additional Materials submitted (mark one): No additional materials have been included with this proposal Additional Materials attached (describe--attach additional pages if needed) Acknowledgement of addenda issued for this solicitation: Prior to submitting a response to this solicitation, it is the vendor’s responsibility to confirm if any addenda have been issued. Addenda Number Initial to acknowledge receipt Vendor Name Date: VENDOR INFORMATION Onsite Medical/Prescription Drug Services 22 RFP #22-23 Company Legal/Corporate Name: Doing Business As (if different than above): Address: City: State: Zip: - Phone: Fax: E-Mail Address: Website: DUNS # Remit to Address (if different than above): Order from Address (if different from above): Address: Address: City: State: Zip: City: State: Zip: Contact for Questions about this proposal: Name: Fax: Phone: E-Mail Address: Day-to-Day Project Contact (if awarded): Name: Fax: Phone: E-Mail Address: Certified Small Business Certifying Agency: Certified Minority, Woman or Disadvantaged Business Enterprise Certifying Agency: Provide supporting documentation for your certification, if applicable. VENDOR CERTIFICATION OF PROPOSAL Onsite Medical/Prescription Drug Services 23 RFP #22-23 By signing and submitting this Bid/Proposal/Qualification/Response, the Vendor certifies that: a) It is under no legal prohibition on contracting with the City of Clearwater. b) It has read, understands, and is in compliance with the specifications, terms and conditions stated herein, as well as its attachments, and any referenced documents. c) It has no known, undisclosed conflicts of interest. d) The prices offered were independently developed without consultation or collusion with any of the other vendors or potential vendors or any other anti-competitive practices. e) No offer of gifts, payments or other consideration were made to any City employee, officer, elected official, or consultant who has or may have had a role in the procurement process for the commodities or services covered by this contract. The Vendor has not influenced or attempted to influence any City employee, officer, elected official, or consultant in connection with the award of this contract. f) It understands the City may copy all parts of this response, including without limitation any documents or materials copyrighted by the Vendor, for internal use in evaluating respondent’s offer, or in response to a public records request under Florida’s public records law (F.S. Chapter 119) or other applicable law, subpoena, or other judicial process; provided that the City agrees not to change or delete any copyright or proprietary notices. g) It hereby warrants to the City that the Vendor and its subcontractors will comply with, and are contractually obligated to comply with, all federal, state, and local laws, rules, regulations, and executive orders. h) It certifies that Vendor is not presently debarred, suspended, proposed for debarment, declared ineligible, voluntarily excluded, or disqualified from participation in this matter from any federal, state, or local agency. i) It will provide the commodities or services specified in compliance with all federal, state, and local laws, rules, regulations, and executive orders if awarded by the City. j) It is current in all obligations due to the City. k) It will accept all terms and conditions as set forth in this solicitation if awarded by the City. l) The signatory is an officer or duly authorized representative of the Vendor with full power and authority to submit binding offers and enter into contracts for the commodities or services as specified herein. ACCEPTED AND AGREED TO: Company Name: Signature: Printed Name: Title: Date: SCRUTINIZED COMPANIES FORMS Onsite Medical/Prescription Drug Services 24 RFP #22-23 SCRUTINIZED COMPANIES AND BUSINESS OPERATIONS WITH CUBA AND SYRIA CERTIFICATION FORM IF YOUR BID/PROPOSAL IS $1,000,000 OR MORE, THIS FORM MUST BE COMPLETED AND SUBMITTED WITH THE BID/PROPOSAL. FAILURE TO SUBMIT THIS FORM AS 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 engaged in business operations in Cuba and Syria. __________________________________________ Authorized Signature __________________________________________ Printed Name __________________________________________ Title __________________________________________ Name of Entity/Corporation STATE OF _____________________ COUNTY OF ___________________ The foregoing instrument was acknowledged before me by means of ☐ physical presence or ☐ online notarization on, this _____ day of _________________, 20____, by _____________________________ (name of person whose signature is being notarized) as the ________________________ (title) of ______________________________________(name of corporation/entity), personally known ______, or produced _________________________ (type of identification) as identification, and who did/did not take an oath. __________________________________________ Notary Public __________________________________________ Printed Name My Commission Expires: __________________ NOTARY SEAL ABOVE SCRUTINIZED COMPANIES FORMS Onsite Medical/Prescription Drug Services 25 RFP #22-23 SCRUTINIZED COMPANIES THAT BOYCOTT ISRAEL LIST CERTIFICATION FORM THIS FORM MUST BE COMPLETED AND SUBMITTED WITH THE BID/PROPOSAL. FAILURE TO SUBMIT THIS FORM AS 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 that Boycott Israel List, or engaged in a boycott of Israel; and 2. The vendor, company, individual, principal, subsidiary, affiliate, or owner is eligible to participate in this solicitation and is not listed on the Scrutinized Companies that Boycott Israel List, or engaged in a boycott of Israel; and 3. “Boycott Israel” or “boycott of Israel” means refusing to deal, terminating business activities, or taking other actions to limit commercial relations with Israel, or persons or entities doing business in Israel or in Israeli-controlled territories, in a discriminatory manner. A statement by a company that it is participating in a boycott of Israel, or that it has initiated a boycott in response to a request for a boycott of Israel or in compliance with, or in furtherance of, calls for a boycott of Israel, may be considered as evidence that a company is participating in a boycott of Israel; 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 that Boycott Israel List, or engaged in a boycott of Israel. ______________________________________ Authorized Signature ______________________________________ Printed Name ______________________________________ Title ______________________________________ Name of Entity/Corporation STATE OF _____________________ COUNTY OF ___________________ The foregoing instrument was acknowledged before me by means of ☐ physical presence or ☐ online notarization on, this _____ day of _________________, 20____, by _____________________________ (name of person whose signature is being notarized) as the ________________________ (title) of ______________________________________(name of corporation/entity), personally known ______, or produced _________________________ (type of identification) as identification, and who did/did not take an oath. __________________________________________ Notary Public __________________________________________ Printed Name My Commission Expires: __________________ NOTARY SEAL ABOVE E-VERIFY ELIGIBILITY FORM Onsite Medical/Prescription Drug Services 26 RFP #22-23 VERIFICATION OF EMPLOYMENT ELIGIBILITY FORM PER FLORIDA STATUTE 448.095, CONTRACTORS AND SUBCONTRACTORS MUST REGISTER WITH AND USE THE E-VERIFY SYSTEM TO VERIFY THE WORK AUTHORIZATION STATUS OF ALL NEWLY HIRED EMPLOYEES. THIS FORM MUST BE COMPLETED AND SUBMITTED WITH THE BID/PROPOSAL. FAILURE TO SUBMIT THIS FORM AS REQUIRED MAY DEEM YOUR SUBMITTAL NONRESPONSIVE. The affiant, by virtue of the signature below, certifies that: 1. The Contractor and its Subcontractors are aware of the requirements of Florida Statute 448.095. 2. The Contractor and its Subcontractors are registered with and using the E-Verify system to verify the work authorization status of newly hired employees. 3. The Contractor will not enter into a contract with any Subcontractor unless each party to the contract registers with and uses the E-Verify system. 4. The Subcontractor will provide the Contractor with an affidavit stating that the Subcontractor does not employ, contract with, or subcontract with unauthorized alien. 5. The Contractor must maintain a copy of such affidavit. 6. The City may terminate this Contract on the good faith belief that the Contractor or its Subcontractors knowingly violated Florida Statutes 448.09(1) or 448.095(2)(c). 7. If this Contract is terminated pursuant to Florida Statute 448.095(2)(c), the Contractor may not be awarded a public contract for at least 1 year after the date on which this Contract was terminated. 8. The Contractor is liable for any additional cost incurred by the City as a result of the termination of this Contract. __________________________________________ Authorized Signature __________________________________________ Printed Name __________________________________________ Title __________________________________________ Name of Entity/Corporation STATE OF _____________________ COUNTY OF ___________________ The foregoing instrument was acknowledged before me by means of ☐ physical presence or ☐ online notarization on, this _____ day of _________________, 20____, by _______________________________ (name of person whose signature is being notarized) as the ________________________ (title) of ______________________________________(name of corporation/entity), personally known ______, or produced _________________________ (type of identification) as identification, and who did/did not take an oath. ____________________________________ Notary Public ____________________________________ Printed Name My Commission Expires: __________________ NOTARY SEAL ABOVE MAILING LABEL CUT ALONG THE LINE AND AFFIX TO THE FRONT OF YOUR BID CONTAINER Onsite Medical/Prescription Drug Services 27 RFP #22-23 --------------------------------------------------------------------------------- For US Mail ------------------------------------------------------------------------------ SEALED PROPOSAL Submitted by: Company Name: Address: City, State, Zip: RFP #22-23, OnSite Medical and Prescription Drug Services Due Date: May 8, 2023, at 10:00 A.M. City of Clearwater Attn: Procurement Division PO Box 4748 Clearwater FL 33758-4748 --------------------------------------------------------------------------------- For US Mail ------------------------------------------------------------------------------ ---------------------------------------------- For Hand Deliveries, FEDEX, UPS or Other Courier Services ------------------------------------------------ SEALED PROPOSAL Submitted by: Company Name: Address: City, State, Zip: RFP #22-23, OnSite Medical and Prescription Drug Services Due Date: May 8, 2023, at 10:00 A.M. City of Clearwater Attn: Procurement Division 100 S Myrtle Ave 3rd Fl Clearwater FL 33756-5520 ---------------------------------------------- For Hand Deliveries, FEDEX, UPS or Other Courier Services ------------------------------------------------ Confidential, unpublished property of Cigna Healthcare. Do not duplicate or distribute. Use and distribution limited solely to authorized personnel. © 2023 Cigna Healthcare Electronic Submission May 2023 A Proposal for: OnSite Medical and Prescription Drug Services Provided by: Listed below is the legal name of the company submitting this response to the City of Clearwater Request for Proposal. In this proposal, the name "Cigna" and other service marks, or division/trade names, may be used to refer to these companies and/or the products and services offered by them or their affiliates. All affiliated Cigna companies and operating subsidiaries are indirectly wholly owned subsidiaries of The Cigna Group, a publicly traded corporation. Evernorth Direct Health, LLC Cigna Benefit Solutions for: City of Clearwater RFP# 22-23 City of Clearwater RFP # 22-23 Table of Contents Tab 1 – Letter of Transmittal …1 - 3 Tab 2 - Ability, Capacity and Skill of the Firm to Perform the Services Required A. Ability Capacity and Skill …1 - 3 Tab 3 - Experience with Health Clinic Operations A. Exhibit A – Firm Questionnaire …1 - 31 Tab 4 – References …1 - 2 Tab 5 - Cost of Services A. Exhibit B – Proposed Services …1 - 5 B. Financial Proposal …6 C. Performance Guarantee’s …7 Tab 6 – Other Forms A. Exceptions/Additional Materials/Addenda form …1 B. Vendor Information form …2 C. Vendor Certification of Proposal …3 D. Scrutinized Companies form(s) …4 - 5 E. E-Verify Eligibility form …6 F. W-9 …7 Tab 7 - Exhibits A. Response to RFP …1 B. Sample Health Center Agreement …2 - 48 C. Org Chart and Bio’s …49 - 50 D. Sample Reports …51 - 61 E. Pre-Pack Rx Medication List …62 - 64 1 The City of Clearwater Request for Proposal – OnSite Medical and Prescription Drug Services RFP# 22-23 Letter of Transmittal Cigna Evernorth Direct Health is pleased to present our proposal for continued OnSite Medical and Prescription Drug Services for the City of Clearwater. Since 2015, it has been Cigna Evernorth Direct Health’s pleasure to provide innovative, patient-centered health and wellness services to employees, dependents, and retirees enrolled in the City of Clearwater medical insurance plan. Our long-standing partnership with the City of Clearwater uniquely positions Cigna Evernorth Direct Health to proactively leverage our understanding of the City’s population health directly at your worksite to increase engagement, improve health outcomes and reduced medical costs. As evidenced by our 2022 year-end Key Performance Indicator (KPI) report, for the City of Clearwater, we are achieving strong results, year-over- year. Please see the attached KPI snapshot which includes highlights for our results: • 100% patient satisfaction • 5,345 medical visits completed for 2022 • 72% engaged population • 97% clinical quality score • $2.2 dollars return-on-investment representing an annual total savings of $2,930,044 2 Our goal is to meet individuals where they are and to motivate them to take action to achieve their highest possible health status. In addition to submitting our detailed proposal response documents electronically to the City of Clearwater, we are providing this Letter of Transmittal describing Cigna Evernorth Direct Health’s key differentiators which make Cigna Evernorth Direct Health an industry-leader in comprehensive, strategic, onsite health and wellness services. Most importantly, Cigna's innovative approach to total health management is provided in a customized, client-centric approach based on the specific needs of each client and their employees and families. We deliver onsite, online, telephonic, web-enabled and virtual health seamlessly integrated Cigna health solutions. Our Cigna Evernorth Direct Health Center clinicians at the City of Clearwater Employee Health Center also play a key role in referring your employees and family members to the health and wellness services available to them. Our Cigna clinicians follow an innovative, technology-supported health protocol, focused on holistic care for the patient, including making them aware of available benefits and directly engaging them into the highest quality, most-cost optimized providers in their network. Our other key Cigna Evernorth Direct Health differentiators are described on the following pages. We see tremendous opportunity to further develop Cigna's partnership with the City of Clearwater by providing continued, and ever-expanding integrated onsite medical health center services. Key Cigna Evernorth Direct Health Differentiators: 1. Total Health Management Integrated Solutions Cigna has become an innovative marketplace leader by understanding and meeting the ongoing demands of both clients and patients by continuing to provide dedicated employer-sponsored worksite health management services across the U.S. We deliver a wide range of solutions which includes the design, build, staffing, and management of onsite, near-site and shared-site health centers as well as new and effective coaching programs both onsite and virtually. 2. Flexible, Client-Specific Customized Engagement Cigna provides flexible, needs-based solutions with our integrated Evernorth Direct Health programs through offerings such as face-to-face coaching and virtual capabilities. Our onsite clinicians can provide coaching programs help create higher engagement through a more personalized approach to an individual’s health and wellness accountability, focusing on education, behavior modification, wellness/preventive services and lifestyle/condition management. 3. HealthEview + Electronic Health Record = Unparalleled Clinical Outcomes With patient consent, through our “HealthEview” interface, our Evernorth Direct Health professionals have access to each patient’s medical, pharmacy, health assessment, and chronic conditions, gaps in care, current wellness program participation, granting them a more complete “picture” of each patient they serve. In addition to HealthEview, our Cigna Evernorth Direct Health Centers implement and use an innovative, electronic health record, focused on 3 comprehensive, proactive care for the patient. We work individually and confidentially with employees to personally review their health data and develop a focused wellness plan to improve their health and well-being. Our Cigna clinicians are able follow and implement an innovative connected care approach with supporting technology protocol, focused on holistic care for the patient, including continuous data sharing to coordinate timely communications with other providers such as PCP’s and help impact the improvement of health outcomes. Our approach to connected care is designed to deliver convenient access to treat the whole person (e.g., seamless referrals to behavioral health) allowing true co-management and coordinated collaboration among different treatment modalities. In addition to providing broad, proactive health care solutions, our clinicians also play a key role in referring employees and family members to the health and wellness services available to them during patient encounters. 4. Digital Worksite Health and Wellness Innovations To meet the demands of patient convenience and enhanced access to digital resources, Cigna offers a suite of technologies to help engage patients with a timely and direct personalized approach. Delivered through multi-modal channels, our online patient portal includes access to real-time online appointment scheduling and paperless patient in-take forms. Through our patient portal solution, patients may also access bloodwork results, exchange communications with clinicians, request medical records and help connect other providers. Real time triggered communications also support appointment reminders and other ongoing personalized messages to the patient in a private and secure online setting. Below we’ve listed just a few examples of other recent innovations: • Extending Virtual Access to Health Center Services through Virtual Technology • Sharing Health Center Services through our Near-site/ Multi-Employer Model The bottom line: Patients are treated by well-informed clinicians, based on their actual medical and pharmacy claims, as well as information related to health risks obtained through preventive screenings and health assessments. This electronic access to actual claims data and personal health information is a key differentiator of Cigna's Evernorth Direct Health services. Conclusion Cigna Evernorth Direct Health firmly believes we are uniquely qualified to partner with the City of Clearwater to continue to deliver integrated, seamless medical health center services to the City’s valued employees and family members. We look forward to further strategic discussions and the opportunity to continue to achieve superior increased engagement, improved health outcomes and decreased health care spend for the City of Clearwater. City of Clearwater Ability, Capacity & Skill RFP # 22-23 Page 1 Ability, Capacity and Skill of the Firm to Perform the Services Required. The following information should be included but not be limited to: a. Qualifications and experience of the respondent, including type of business entity, organizational size, structure and history of the organization, experience in the provision of services, and location of the office that would contract for services to the City. Qualifications Evernorth wellness centers are operated through Evernorth Direct Health, LLC. We employ approximately 200 people who design, staff, and manage client- sponsored wellness centers with services ranging from primary care to low-acuity urgent care. Other available wellness center services may include pharmacy services, wellness seminars/services, biometric screenings, and health education/coaching. We customize services based on client requirements and subject to applicable law. Experience The Evernorth management team has more than 40 years of combined experience in operating multispecialty group practice health care centers, urgent care centers, convenience care health centers, pharmacies, and biometric screening events. Robin Chenoweth has been in nursing for 38 years and in Ops Management for 14 years. Evernorth Direct Health, LLC, was incorporated in Delaware in 2020. It was formed as part of the combination of Cigna Corporation and Express Scripts, Inc. Headquarters Evernorth Direct Health, LLC is located at 8888 E. Raintree Drive, Scottsdale, AZ 85260. The phone number is 602.320.4629. b. Indicate if any contracts have been terminated prior to the end of a contract period? If termination has occurred, provide an explanation. Although terminations happen for a variety of reasons by both parties, we do not track the causes for such contract terminations. However, it is our policy to immediately address any question regarding the quality of our services and to rectify such discrepancy judiciously. City of Clearwater Ability, Capacity & Skill RFP # 22-23 Page 2 c. Include performance results, if available, from current clients (i.e., return on investment, patient satisfaction, average time a patient spends with the doctor per visit, savings derived from dispensing drugs on-site, etc.). Please see 2022 Key Performance Indicator (KPI) annual report for City of Clearwater. This KPI report demonstrates strong performance results, (return on investment, patient satisfaction, etc.) These KPI results are comparable to similar performance results of our Evernorth Direct Health clients, including Operational, Financial and Clinical results. d. List the credentials of proposed key staff to include three (3) similar existing clinics. Robin Chenoweth, will continue to be the Operations Director for City of Clearwater, she has years of experience, not only on City of Clearwater, but also with the three references we provided. Please see the included Acct Team Org chart and Robin’s bio for more information. We have included References in Tab 4 of our proposal response. e. Describe current medical malpractice coverages for the clinic and individual providers. Evernorth maintains, through its parent companies and at its own cost, all necessary insurance (which at a minimum includes the amounts set forth below) for damages caused or contributed to by Evernorth and insuring Evernorth against third-party claims resulting from activities or services performed by Evernorth at the Evernorth wellness center. Evernorth also maintains adequate medical professional liability insurance coverage for those wellness center clinical staff employed by or independent contractors engaged by Evernorth to provide wellness center services. Coverage minimums are as follows: o statutory workers’ compensation in accordance with applicable laws o liability insurance in an amount of not less than $500,000 per occurrence o commercial general liability insurance insuring against claims for bodily injury, property damage, completed operations, and contractual liability with a limit of $1 million per occurrence and $2 million in annual aggregate. o automobile liability insurance covering vehicles owned, non-owned, hired, and leased only when used in the performance of services under this City of Clearwater Ability, Capacity & Skill RFP # 22-23 Page 3 agreement with a combined single limit for bodily injury and property damage of not less than $1 million o managed care errors and omissions insurance in an amount of not less than $1 million per claim o medical professional liability insurance (except in Pennsylvania) in the amount of $1 million per claim and $3 million in aggregate; in Pennsylvania, medical professional liability insurance in the amount of $500,000 per claim and $1.5 million in aggregate 1 Exhibit A – Firm Questionnaire RFP # 22-23, OnSite Medical and Prescription Drug Services Section A: Primary Care 1. How are appointments scheduled? Is the appointment scheduling process available online? Describe alternate methods of scheduling appointments if the primary method is not available (i.e., if online system is not accessible). Patients can schedule a visit at one of our Evernorth wellness centers online, by phone or email, or on a walk-in basis, depending on the City’s and its employees’ preferences. The patient can schedule appointments as far in advance as required; however, we do not typically schedule appointments more than six months in advance because the health care provider’s schedule may change. Online Scheduling Whenever possible, we use electronic solutions to improve data security and increase patient convenience. Patients can schedule an appointment online through our MyChart online scheduling application that is available 24 hours a day, 7 days a week, 365 days a year. Patients simply select an appropriate appointment type (e.g., sick visit) and choose a convenient date and time based on available appointments. Appointment requests can also be made electronically with the wellness center’s staff through secure communications via the patient portal. Walk-Ins In addition to phone-based and online scheduling, it is our policy to accommodate as many walk-in patients as possible. We use various notification methods—including email, pagers, and phone calls—to minimize the strain on employee productivity if a walk-in appointment is not immediately available. 2. Describe the types of medical issues that can be addressed on-site. We focus on individualized treatment and employee coaching in the workplace environment. We provide accessible, superior care and guide employees and their families to additional resources and relevant employer wellness programs at every opportunity. Evernorth health care providers are conveniently located at or near the workplace, making them readily accessible to employees. This allows our doctors and nurse practitioners to more easily foster a trusting relationship with their patients while providing a level of care and service that differs from traditionally delivered care within the community. In addition, when patients need to see a specialist, our providers willingly refer patients to high-quality doctors and/or facilities. Our providers and staff emphasize high-quality interactions with patients, offering preventive care services and health improvement opportunities whenever possible. Onsite services can include full Primary Care or a lower level of acute episodic treatment, 2 health screenings, health coaching, and preventive services. These services—combined with the clinical skills of an invested, caring staff—lead to optimal health improvement. Below is a sample listing of our onsite health center services and the conditions we can address at the client’s worksite, subject to applicable federal and state law. Note that a full Primary Care service will include all of the below: Acute Minor Care/Sick Visits Acute minor care/sick visits include the following: • injury care (minor) • acute back pain/strain • other acute pain/strain • splint placement • headache • upper respiratory infection • sinus infection • ear infection • sore throat • conjunctivitis (pink eye) • urinary tract infection (UTI) Preventive Health Visits Preventive visits include the following: • wellness physicals • allergy shots • vaccinations, including flu shots, immunizations (e.g., tetanus) Condition Management Condition management includes the following: • supporting specific conditions: diabetes, metabolic syndrome, hypertension, and hyperlipidemia • managing conditions and underlying lifestyle issues through evidence- based care and personalized coaching • closing gaps in care and obtaining appropriate labs Support and Monitoring for Other Chronic Conditions Support and monitoring includes the following: • collaborating with the patient’s PCP (if not the full primary care service) • closing gaps in care and obtaining appropriate labs • referring to appropriate phone-based/online programs • referring to Centers of Excellence and high-value (high quality/low cost) network specialists (when needed) Personalized Coaching Personalized coaching includes the following: • diabetes education/management • medication adherence • weight management 3 • smoking cessation • stress management Diagnostics/Screenings Diagnostics/screenings include the following: • individual biometric screening/body fat analysis • basic vision screening • cholesterol measurement • diabetes screening • women’s health/men’s health • physical exams and well woman exams Laboratory Services Testing/basic checks (Clinical Laboratory Improvement Amendment [CLIA]–waived rapid tests or specimen collection for higher-level lab tests outsourced to in-network laboratories) including the following: • glucose (diabetes) • total cholesterol • rapid strep • pregnancy test • urine dipstick (UTIs) • phlebotomy blood draw, as required (for services ordered by outside doctors as well as center doctors) • Rapid Covid and flu testing Emergency Care Emergency care includes the following: • emergent stabilization/first aid triage for patients presenting at the health center • transition to appropriate level of care Pharmacy Services Pharmacy services include the following: • prepackaged pharmacy services, subject to state/local regulations Optional Physical Therapy Optional physical therapy services include treatment for musculoskeletal injury, pre- and postoperation rehabilitation and occupational therapy as well as education and care coordination. Optional Behavioral Therapy Optional behavioral services include treatment for mental health issues such as depression, anxiety, work/life balance, and coping skills. Optional Third-Party Referrals Optional third-party referrals include the following: • massage therapy • fitness center management • occupational provider 4 Additional Services • Biometric Screenings – This highly effective health-screening package helps identify prevalent conditions, including hypertension, elevated glucose levels, and elevated cholesterol levels. Patients receive a personalized results report containing recommendations for healthy behavior change. Clients receive an aggregate report that provides direction for condition-specific health and wellness program referrals and actions based on the report findings. • Worksite Flu Clinics – This seasonal immunization positively impacts the overall health and wellness of the employee population. Onsite staff administer immunizations at worksites, with or without additional support, as determined by the volume and timing of delivery. • Onsite Wellness Seminars – Evernorth closely analyzes the workforce and biometric screening results to determine which of the available seminar topics are most suitable for certain populations at various locations. We leverage and apply our knowledge of a client’s population to recommend seminar topics to address risks and complement other worksite activities. • Health and Wellness Center Suite (Extender) – At a client’s smaller location (spoke), we are able to place an RN health coach who will be able to receive patients and virtually connect them to care at the main wellness center location (hub). These technology-assisted visits are aided by medical equipment that allows the hub providers to see and hear what the RN health coach sees and hears. This high-resolution experience provides a cost-effective solution for remote locations with smaller populations, size constraints, or budget constraints. • Health and Wellness Center Suite (Stand-Alone) – For clients without a main wellness center location, we are able to place an RN health coach who will be able to receive patients and virtually connect them to a virtual provider who will provide care. Similar to the extender model, these technology-assisted visits are aided by medical equipment that allows the hub providers to see and hear what the RN health coach sees and hears. This high-resolution experience provides a cost-effective solution for remote locations with smaller populations, size constraints, or budget constraints. The stand-alone model is especially convenient for smaller clients or for remote locations of larger clients. The Evernorth provider can be a great asset to the entire eligible population and represents an easy-access extension of health and wellness services at the City’s workplace. 3. Will medications be dispensed on-site? If so, please elaborate on the selection process, scope, and type to be administered, as well as the cost and/or claims filing process for dispensed medications. 5 Yes. Medications will be dispensed on-site according to the pre-pack medication process that has been in place for years with the City of Clearwater. Please see the enclosed medication listing included in Tab 7 – Exhibits section of our proposal documents. 4. What is the standard procedure to be utilized when a disease process escalates? We hope to engage employees before they are ill, whenever possible. Evernorth health care providers focus on prevention as well as treatment during patient interactions, creating a population more likely to receive preventive counseling and acute care before problems escalate. If a member’s illness or disease escalates, our providers are proactive in ensuring care is received in a timely manner and will be persistent if there is a gap in the patient’s care needs. Follow-up appointments are often scheduled upon completion of the patient’s current appointment. We are able to outreach our patients by phone, secure email, and communication via the patient portal. In each instance, we maintain patient privacy while still communicating the need for care. If a disease state is persistent, Evernorth will ensure connection to escalated care from an appropriate provider such as specialist who will determine next steps, up to and including inpatient admission. We will also ensure that the patient is connected to resources on the plan side, such as case management. 5. Please provide the following information on your proposed medical staff: a. Minimum Qualifications Each Evernorth wellness center’s functionality, services, and client preferences determine the experience and training requirements for its staff. If a client requests that the center’s staff include people with experience or expertise in a specified area, our staffing team will consider this when screening candidates. The staff qualifications for the City’s proposed health center are detailed below. Doctor Qualifications We credential and hire qualified doctors to staff our wellness centers in accordance with our standards. These doctors possess an unrestricted license to practice in the state where they provide services. Each doctor is board-certified in a primary care specialty and has significant practice experience. Doctors must be committed to evidence-based medical care as well as health and wellness, and he or she must understand the center’s goals and need for partnership with the City. We created a high-quality, cost-effective wellness center model using nurse practitioners and physician assistants to provide health care in the majority of situations. Evernorth’s scope of practice for nurse practitioners and physician assistants allows for hiring onsite doctors in the following circumstances: • clients require or prefer the doctor model • requested services require a doctor • state law requires doctors onsite 6 Nurse Practitioner and Physician Assistant Qualifications We hire qualified nurse practitioners and physician assistants to staff our wellness centers in accordance with our standards. These individuals possess an unrestricted license to practice in the state where they provide services. Every clinician has family practice and/or adult medicine training. Clinicians retained for the wellness center must possess exceptional customer service skills and exhibit a genuine understanding of health improvement and prevention. Support Staff Qualifications We hire qualified medical assistants to staff our wellness centers in accordance with our standards. With the exception of the credentialing and licensing requirements relative to the position, the screening and interviewing process is consistent with clinical processes when clients wish to hire additional support staff. Collaborating Doctor Qualifications Collaborating doctors must be high-quality practitioners who understand the center’s goals and ultimate care functions. Client-Specific Training The clinical staff receives training on available member programs, stored within the electronic medical record (EMR). We train the staff on each client’s corporate culture, job roles, working conditions, and objectives. This insight allows the wellness center staff to treat and coach their patients more effectively. b. Job Duties for each individual Doctor Job Duties We employ doctors in our wellness centers to provide patient care. Nurse Practitioner and Physician Assistant Job Duties We employ nurse practitioners and physician assistants in our wellness centers to provide patient care. State regulations vary about the scope of practice and prescriptive powers of these health care providers, and we determine, state by state, which category of clinician fits the needs of the planned wellness center. Nurse practitioners and physician assistants employed within our wellness centers possess a combination of clinical, educational, and motivational skills, allowing these individuals to impart valuable lifestyle and health prevention information to each patient they encounter. These clinicians demonstrate a personal commitment to health and wellness, extensive clinical knowledge, and engaging personalities. When our staff appropriately educates and counsels patients, they can positively impact a population’s health by preventing future chronic illnesses. Support Staff Job Duties Medical assistants provide many of the administrative functions within the wellness center, saving clients the expense of hiring another staff member to handle these functions. 7 Collaborating Doctor Job Duties These doctors must be willing to see patients on a referral basis when health center clinicians require assistance. They must also agree to accept patient referrals from Evernorth wellness center staff. Onsite clinicians encourage wellness center patients without PCPs to consider using the center’s collaborating doctor as their PCP when applicable and when in the patient’s best interest. When this occurs and doctors schedule office visits with wellness center patients, doctors bill these visits through the patient’s insurance or back to the patient. c. Estimated Hourly Pay Rate(s) Salary information is proprietary. 6. Describe the primary care case management process. Evernorth seamlessly integrates our clinical, navigation and care coordination, and health and wellness services with the extensive case management offering within Cigna. Together, we are able to enhance the provider’s ability to diagnose and treat patients in a holistic and personalized manner based not only on the individual’s health history, but also in connection with any clinical gaps in care or social determinants of health needs. We provide wellness center patients with a fully integrated health care solution by connecting clinical staff with the available programs offered to employees by the City. Our primary care case managers provide several functions, including but not limited to: • patient education on chronic conditions and medications, health plan benefits, web resources through Cigna, the employer, and the health center • patient assistance with health system navigation and informed decision making • encouragement on goal setting and patient self-advocacy • care team participation to further coordinate services and meet clinical objectives • acting as a resource for the clinical team in patient scheduling, removing barriers to care, providing updates on patient progress throughout their healthcare journey, and facilitating communications between all parties • obtaining pertinent external documents on patient care, providing outreach to at-risk and high-risk individuals, and insuring proper steerage into appropriate in-network services • providing referral assistance to both clinical care as well as EAP services, short and long-term disability, the health information line, and employer- specific benefits • In addition, our primary case managers can monitor inpatient admissions and emergency department encounters and coordinate the necessary follow up. Our integrated management system allows wellness centers to access the following: 8 o Medical Case Information – provides the current primary diagnosis and allows staff to spend more time engaged with patients and less time requesting and documenting information; accessing current and historical data allows wellness center staff to better understand the patient’s health history o Medical Claims – provides dates, diagnoses, and service locations of recent medical events; system retains related claims data that may show possible comorbidities (e.g., behavioral claims data) o Predictive Models – provides outputs of the various predictive models that we run to alert health care providers of potential future health issues that the patient might face o Gaps in Care – provides access to the hundreds of algorithms that we run to determine any current opportunities patients might have to improve their health o Pharmacy Information – displays current and previous prescription medications and automatically calculates applicable medication possession ratios, which aids in the identification and resolution of possible gaps in care; available from internal and external pharmacy programs o Health and Wellness Programs – includes programs and services such as disease management programs and health assessments Our primary case managers are an integral part of our care team. They integrate seamlessly with Cigna case management through proprietary systems and shared data management. Together, we are able to outreach those who may need additional help, coordinate services within the care ecosystem, and monitor individual patients throughout their entire care journey. 7. Describe the disease management process. Evernorth health care providers address diseases typically handled by the majority of PCPs and disease management programs. Wellness center patients are encouraged to use their wellness centers to monitor chronic conditions, and staff members work to coordinate with PCPs in cases where a patient is currently receiving care for conditions from a local provider. Through these collaborative relationships, the wellness center becomes a valuable resource for the community doctor, whose patients may require regular blood pressure checks, weight checks, or diabetic screenings, and for education programs and/or other measures that contribute to the monitoring and care of his or her patients. This coordination increases the efficiency and timeliness of necessary care treatment adjustments. Additionally, our centers offer a personalized condition management program that consists of coaching sessions, combined with supplemental educational materials, to help patients eliminate harmful habits and adopt healthier lifestyles. Our condition management program focuses on four conditions that require maintenance: 9 • diabetes • weight management • hypertension • hyperlipidemia If the patient does not have a PCP in the community, the wellness center staff will work to manage the patient’s condition as well as assist him or her in establishing necessary relationships within the community to support the control and management of the chronic condition. Wellness center staff receives education on every disease management program available to employees, and this data is noted in patient electronic medical records (EMRs). The integration of this information allows wellness center staff to more effectively coach, educate, and refer the patients they serve. 8. Do you have technology to identify patients with chronic diseases and track their risks for developing more severe conditions? Yes. We identify at-risk or high-risk patients in a number of ways. Possible forms of identification include office visits, electronic medical record (EMR) trend analysis, and/or health assessment results analysis as well as outputs from other predictive models provided by health plan data. Risks Revealed during Office Visits Evernorth health care providers identify high-risk patients during visits. Patient–health care provider discussions, health assessment analysis, or a biometric/blood screening results review may reveal the risk(s). Upon identifying risk(s), the wellness center staff counsels patients on how to make meaningful behavior changes to attain measurable results, when appropriate. The provider and patient may then discuss identified health risks and develop a customized health and wellness plan. EMR Identification Through our EMR, Evernorth wellness center providers systemically track a multitude of medical conditions present in the health center’s patient population. The EMR allows providers to document care episodes, tracks disease management and/or health advocacy program involvement, and triggers clinical follow-up care automatically. It also records biometric screening and health assessment results, helping providers refer patients to client-provided programs as appropriate. Health Assessment Data The University of Michigan Health Management Research Center’s (UM-HMRC) Trend Management System (TMS), integrated with our health assessment, is the product of a large number of multiple regression models that examines the relationship between specific risk factors and their direct and indirect impacts on health care, disability, and lost productivity costs. Triggers exist for direct referral into our various health advocacy, disease management, and lifestyle management programs. These include referrals to EAP to address drug use, alcohol use, life satisfaction, job satisfaction, and absenteeism. Those patients identified 10 as high risk through our health assessment are engaged during patient visits and encouraged to enroll in the applicable client-provided programs and services. Predictive Modeling In addition to health assessment modeling, we have numerous predictive models that the wellness center provider can access through HealthEview. The following predictive models analyze health plan member data regularly to identify possible gaps in care and members at risk of accruing high claims: • Hospital Readmission Predictive Model – captures real-time clinical information related to hospitalized members to identify high risk of readmission before claims data is received • Claims-Based Predictive Model – reviews data and produces a monthly score for people enrolled in a Cigna health plan that predicts the likelihood of incurring high-dollar claims during the next 12 months • Gaps in Care – identifies potential evidence-based gaps, omissions, and errors in care in five main gaps categories monthly, inclusive of a predictive component about the likelihood of future related health care utilization and associated claims • Preference-Sensitive Care Predictive Modeling – identifies potential candidates for preference-sensitive care coaching • Prediction of STD Claims – uses medical, pharmacy, and disability claims and demographic and census information to measure the probability of a STD claim in the future • Prediction of High-Risk Chronic Condition Members – identifies members with chronic conditions who are at high risk for future near-term ER use and/or hospitalizations and those who are likely to become noncompliant with their drug regimens • Chronic Kidney Disease (CKD) – identifies members with late-stage CKD who are likely to progress to end-stage renal disease (ESRD) 9. What is the standard procedure if the medical team is not available on the day the care is needed? Wellness center staff members educate patients about where to receive care (e.g., PCP, community urgent care, ER) at times when the office is closed or the clinician is unavailable. Patients can also leave voice mails for clinical staff members. These voice mails will be answered as soon as possible, and within the next business day if over the weekend. We have MD Live available to all employees for free during or after hours if an appointment time is unavailable. 10. What is the standard procedure if a problem occurs after hours? We will coordinate with each client’s insurance carrier(s) to determine nurse line capabilities and potential integration capabilities and will distribute after-hours care 11 information (as appropriate). We typically recommend the MDLIVE service for after-hours care and willingly communicate their contact information. In addition, wellness center patients have the ability to leave messages for health care providers after business hours. Staff members check voice mail messages each business day and promptly return calls. 11. Confirm that charges will not be billed to the medical plan. Identify any deviations. Confirmed. Clearwater does not have a HSA plan. 12. Are medical staff rates guaranteed for the length of the contract? If not, please provide details on increases during the contract term. We will adjust wellness center hours or staffing levels when appropriate. To minimize the cost impact of adding or reducing future hours, we will develop site-specific staffing models to cover the requested hours with minimal, if any, impact on labor cost to the City. Reasons for adjusting staffing levels include the following: • The wellness center is not yielding the desired utilization rate. • There is a change in workplace hours or staffing levels. • The wellness center staff is unable to manage a high volume of patients. 13. How will the clinic handle medical staff vacations, illness or disability, etc.? Will you provide alternate staffing as the administrator? What additional cost does the City bear while a provider is unavailable. We consult with the client to determine the need to fill a staff vacation, illness, or disability. If needed, we will use a temporary resource and that cost is billed to the client. Section B: Wellness & Intervention 1. Understanding that there are a variety of methodologies for implementing an HRA/targeted intervention process, please explain in detail the HRA/targeted intervention model that your organization would recommend be implemented. Explain the rationale behind your recommendation. Please keep in mind that this needs to be a confidential process following all HIPAA guidelines. Our digital engagement tools, which include our Health Matters health assessment, are a significant advancement in using technology to help members improve their health. Our proprietary Health Matters health assessment offers a simple way to start a personal health journey. Available in English and Spanish, this health assessment makes it easier for members to identify health improvement opportunities and take next steps towards their personal health goals. For clients who purchase a Cigna health coaching program, responses to the health 12 assessment feed into Health Matters Score, our single, proprietary analytic tool that integrates the relevant information we know about a member. This allows us to optimize their interactions with both Cigna health coaches and digital tools, helping us recommend the available programs and resources that align with the member’s preferences and health improvement priorities. We also integrate the results of our Health Matters health assessment with our incentive program, MotivateMe, to get members fired up about improving and maintaining their health, helping clients realize the highest possible health plan savings. Members have the convenience of taking the health assessment via a mobile device and may complete the health assessment as often as they like. 2. How would your company identify high-risk members or conditions based on aggregate data (i.e., health risk assessment, member services calls, medical claims data, pharmacy claims data, etc.)? A component of our Health Matters suite of predictive models, Health Matters Score is a proprietary analytic model designed to provide enhanced member stratification and insights with the goal of producing more effective cost-savings measures and member- centric experiences. Using cutting edge machine learning and statistical tools, it continually mines current and past member data, allowing Health Matters Score to predict a likely future health event. The tool integrates the relevant information we have about a member and determines the appropriate path to optimize their interactions with Cigna. A member’s prediction is a composite measure of risk, cost, opportunity, avoidance, behavior change, and engagement. The model brings together multiple clinical targeting algorithms and their historical impact on a member’s health. Our predictive tools mine the wealth of information available through our integrated plan coverage and systems: • medical claims • pharmacy claims • behavioral claims • demographic data (e.g., age, gender, race/ethnicity, geography, employer industry code) • lab results • gaps in care • biometrics • health risk assessments • precertifications • disease categorizations (e.g., clinical classifications, ETGs, Episode Risk Groups [ERGs]) • digital and call interactions (e.g., myCigna, service operations inbound calls) • social determinants of health data (from our Social Determinants Index and Acxiom-sourced data) 13 The Health Matters suite helps us prioritize outreach and better target members for the right clinical programs, such as medical case management, behavioral case management, specialty case management (oncology, transplant, high-risk maternity, or chronic kidney disease [CKD]), and pharmacy programs. This helps drive better health outcomes, higher productivity, and controlled medical costs. 3. Please describe your methodology for tracking and intervening with high-risk members on an on-going basis. We identify at-risk or high-risk patients in a number of ways. Possible forms of identification include office visits, electronic medical record (EMR) trend analysis, and/or health assessment results analysis as well as outputs from other predictive models provided by health plan data. Risks Revealed during Office Visits Evernorth health care providers identify high-risk patients during visits. Patient–health care provider discussions, health assessment analysis, or a biometric/blood screening results review may reveal the risk(s). Upon identifying risk(s), the wellness center staff counsels patients on how to make meaningful behavior changes to attain measurable results, when appropriate. The provider and patient may then discuss identified health risks and develop a customized health and wellness plan. EMR Identification Through our EMR, Evernorth wellness center providers systemically track a multitude of medical conditions present in the health center’s patient population. The EMR allows providers to document care episodes, tracks disease management and/or health advocacy program involvement, and triggers clinical follow-up care automatically. It also records biometric screening and health assessment results, helping providers refer patients to client-provided programs as appropriate. Health Assessment Data The University of Michigan Health Management Research Center’s (UM-HMRC) Trend Management System (TMS), integrated with our health assessment, is the product of a large number of multiple regression models that examines the relationship between specific risk factors and their direct and indirect impacts on health care, disability, and lost productivity costs. Triggers exist for direct referral into our various health advocacy, disease management, and lifestyle management programs. These include referrals to EAP to address drug use, alcohol use, life satisfaction, job satisfaction, and absenteeism. Those patients identified as high risk through our health assessment are engaged during patient visits and encouraged to enroll in the applicable client-provided programs and services. Predictive Modeling In addition to health assessment modeling, we have numerous predictive models that 14 the wellness center provider can access through HealthEview. The following predictive models analyze health plan member data regularly to identify possible gaps in care and members at risk of accruing high claims: • Hospital Readmission Predictive Model - captures real-time clinical information related to hospitalized members to identify high risk of readmission before claims data is received • Claims-Based Predictive Model - reviews data and produces a monthly score for people enrolled in a Cigna health plan that predicts the likelihood of incurring high-dollar claims during the next 12 months • Gaps in Care - identifies potential evidence-based gaps, omissions, and errors in care in five main gaps categories monthly, inclusive of a predictive component about the likelihood of future related health care utilization and associated claims • Preference-Sensitive Care Predictive Modeling - identifies potential candidates for preference-sensitive care coaching • Prediction of STD Claims - uses medical, pharmacy, and disability claims and demographic and census information to measure the probability of a STD claim in the future • Prediction of High-Risk Chronic Condition Members - identifies members with chronic conditions who are at high risk for future near-term ER use and/or hospitalizations and those who are likely to become noncompliant with their drug regimens • Chronic Kidney Disease (CKD) - identifies members with late-stage CKD who are likely to progress to end-stage renal disease (ESRD) 4. Do you stratify members by severity of risk for complication? Please elaborate. Evernorth wellness centers do not target specific diseases within the centers but rather address any conditions/diseases that patients present during encounters. We have found that privacy and confidentiality is of utmost importance to our clients and their employees; therefore, we do not proactively outreach from the wellness center unless there is an existing patient–health care provider relationship. The wellness center staff will tailor their scope of services to the City’s population and health trends. Our condition management program is a personalized, clinician-led coaching service for patients with hypertension, hyperlipidemia, obesity, and diabetes. As patients present with these conditions, our providers will offer to continue coaching the patients on managing these potentially high-cost conditions even if there is no acute episodic need. We implement a value-based reimbursement within the condition management program. 15 Personalized reminders and coaching discussions explain why careful monitoring of specific values can be vital to the management of some conditions. Through verbal, electronic, and print reminders, the wellness center is touted as a time-saving, cost- efficient place where patients can receive regular blood pressure checks, weight checks, diabetic screenings, and education related to the monitoring of existing chronic conditions. 5. What Health Risk Assessment (HRA) do you use and how long have you used it? List all risk factors you identify in your profile. Please provide a sample HRA in your response. Our proprietary Health Matters health assessment offers a simple way to start a personal health journey. The health assessment is available at no cost to our members and is available in English and Spanish. It provides a visually appealing experience that makes it easier and more inviting for members to participate in identifying and sharing insights into their health that illuminate opportunities for health and well-being improvement and maintenance. We began offering our Health Matters health assessment to clients in 2015. Health Assessment Risk Profile Report The health assessment risk profile report identifies health risks and estimates health care costs associated with levels and types of risks within a population. This report gives clients the information necessary to support effective decisions about specific worksite health and wellness programs needed to reduce health risks and improve the health of their employees. This permits a comparison as well as a trend and cost analysis for the population. Standard levels of annual risk profile reporting are at both the client and benefit option levels. For reporting below the standard levels or more frequent reports, optional services fees may apply. A minimum of 50 health assessment completions and 50 members are required to produce a risk profile report. Both paper and electronic health assessments will be included. The health assessment risk profile report includes the following: • three quality risk factors • risk factor, status, and cluster distribution • self-reported health problems • completion statistics, including age and gender distribution • percentage of members with planned changes in next six months • percentage of members with a preventive exam within the last two years • percentage by intervention level (high, medium, low) • percentage of high intervention by risk cluster • expected average annual costs/savings opportunities using comparative norms/book-of-business experience based on health assessment results or client experience • productivity influences (hours worked versus expected, self-rating versus peers, presenteeism, and absenteeism [costs, quality conditions, risk level]) • sixteen additional graphs summarizing selected responses • explanations of methodology of each exhibit with FAQs 16 • client-specific claims experience The risk profile report provides benchmarking based on nationally accepted standards for the various health touchpoints on the assessment, including productivity, absenteeism, and quality-of-life information. Reporting of cost metrics related to the risk profile depends on availability and quality of historical claims data with a 90-day lag and a minimum of six months incurred claims or nine months paid claims. Risk profile reports are available 45–60 days after the close of the reporting period. The account management team can consultatively deliver the report, produced through Consultative Analytics, or the City of Clearwater can access the report online through our client website. Year-over-year results are available. Sample HRA We are unable to share a sample member report because results are delivered through myCigna and are connected to individual member responses; however, we are able to provide an interactive demonstration of the health assessment during the finalist stage. Our Health Matters health assessment includes measures of demographics, health behaviors, psychological perception, physiological risk, medical and behavioral health status, change status, learning styles, biometric data, and other variables. The major risk factors include health risks, medical conditions, stages of readiness, and health status/quality of life. Health Risks Health risks include the following: • alcohol • blood pressure • body weight • cholesterol • existing medical problems • HDL cholesterol • illness days • life satisfaction • job satisfaction • perception of health • physical activity • safety belt use • tobacco use • stress • health age index • drug use (for relaxation) • nutrition Medical Conditions Medical conditions include the following: • allergies • arthritis 17 • asthma • back pain • cancer • chronic bronchitis/emphysema • chronic pain • depression • diabetes • heart problems • heartburn or acid reflux • high blood pressure • high cholesterol • migraine headaches • osteoporosis • sleep disorder • stroke • thyroid disease Stages of Readiness Stages of readiness include the following: • preventive services/health screenings • gender-specific background/preventive measures • plans to make changes to stay healthy or improve health • willingness to participate in program(s) to enhance health Health Status/Quality of Life Health status and quality of life include the following: • life satisfaction (personal and professional) • job satisfaction • social support network (family, friends) • personal health perception 6. How often do you recommend distributing the HRA? Is your health risk assessment available both on-line and off-line? Members have the convenience of taking the health assessment via a mobile device and may complete the health assessment as often as they like. We recommend that members complete the Cigna Health Matters® health assessment online. The online health assessment is an efficient, cost-effective method that provides members with immediate feedback and access to other resources (e.g., online health coaching programs). It is available in English and Spanish. For an additional cost, the health assessment is available in a paper version through traditional mail distribution. The paper version is also available in English and Spanish. While we do not administer phone-based health assessments, our customer service advocates (CSAs) are available to assist with registration. 18 7. Please describe turnaround time for each of the following areas: a. Providing the HRA results to individuals. When members complete the online Health Matters health assessment, they immediately receive a summary of the top health improvement areas on which to focus as well as recognition of areas in which they are doing well. Members can see their wellness report and wellness score as well as how their scores align with an average score from their peer group (similar age, same gender) and can compare year-over-year results. b. Contacting individuals for possible interventions. Members who take the health assessment receive feedback via the member summary report, which provides a score as well as information about both areas of health improvement and areas where they are doing well. If the responses show that the member can benefit from a health coaching program (e.g., disease management, lifestyle management), the member is referred for the appropriate outreach within a week of completing the health assessment. Members may receive invitations to participate in Cigna programs via a phone call, mail, email, or text or online. From there, members can choose a path that is right for them. c. Providing each entity with a summary report of the initial HRA results. Health assessment completion reports list members who completed the assessment. Some clients use this information to administer incentive programs. Standard health assessment completion reports are available weekly. 8. Please describe how your organization would provide a system to assist HRA participants in completion of their questionnaires and in the interpretation of their personal profile. Onsite staff members help patients complete the health assessment. We also help them to log into their My Cigna account and help them with password resets. They complete the HRA and then generally schedule their Biometric/Physical to get their necessary points for the Motivate me platform. In addition to supporting participants in health assessment completion, staff can also provide results coaching/consultations after completion. Our clinic staff is trained in providing personal health assessment interpretation and action planning. 9. Describe how your organization will set and reach participation goals. The level of employee participation in completing the health assessment depends on client promotion. We will work with the City of Clearwater to create an effective communications program around the health assessment and other decision-support tools offered through myCigna. 19 In our experience, clients that have the highest percentage of health assessment completions are those that offer incentives such as cash or a reduction of the member’s share of health care costs. Our book-of-business participation rate is approximately 10–16%; however, this rate varies by client and can be much higher on a case-by-case basis. 10. Please describe your plan to involve new employees in the HRA process. As described above, the level of employee participation in completing the health assessment depends on client promotion. We will work with the City of Clearwater to create an effective communications program around the health assessment and other decision-support tools offered through myCigna. In our experience, clients that have the highest percentage of health assessment completions are those that offer incentives such as cash or a reduction of the member’s share of health care costs. 11. How does your HRA monitor and report individual change from year to year? To illustrate aggregate year-over-year progress, we provide the Members with Two Distinct Completions Health Assessment report as part of our standard health assessment client reporting. Health assessment reporting is produced through the Consultative Analytics tool. The account management team presents this report annually and consultatively. This report contains the following key metrics for the periods used in the analysis: • Respondents with Two Completions - This metric shows the percentage of population within each risk level. Risk levels are a count of the number of Trend Management System (TMS) risks for which a member triggers. For example, a medium-risk member can have four risks such as weight, stress, safety belt use, and cigarette smoking. • Percentage of Respondents by Number of Risks - This metric illustrates the percentage of total members completing two health assessments by number of risks. • Ranked Health Risks (Percentage of Respondents) - This metric illustrates the percentage of total members for each risk type. Section C: Occupational Health / Workers’ Compensation 1. Describe the types of job-related injury issues that can be addressed on-site. Work injuries that can be treated and resolved within 2 to 3 visits can be managed onsite. Examples of job-related injuries we can address include simple contusions, abrasions, or lacerations. Musculoskeletal complaints, whether from a fall or overuse, should be evaluated, treated onsite, and followed closely. 20 Escalation occurs when there is no response to conservative measures or the treatment will extend beyond a few visits. An external referral be required. 2. What is the standard procedure if a medical / injury condition escalates? Every injury has a First Report of Injury completed. The injured worker is referred to the Workers’ Compensation provider agreed upon by the client and their TPA. The clinic would follow the client processes set-up for communication to the employee’s supervisor, the TPA, and the client’s Safety team. Optimally, the clinic provider and the external attending physician establish a communication plan that is followed for every injury in order to coordinate care, refer to case management when appropriate, and maximize return to work options. 3. Describe the role of the clinic physician in conjunction with the City’s job injury case management services. The clinic physician can review progress notes from the treating physician and work with onsite case management and/or Risk Management to determine appropriate return to work options based on return to work criteria. For example, if there are restrictions, the clinic physician can work with case management on job placement. Once the employee returns to work, the clinic can check on the employee and communicate with their external providers about progress and provide information about the actual work being performed. 4. What is the standard procedure if the medical team is not available on the day an accident happens? After hours and on the weekend Workers’ Compensation related accidents are currently funneled through the City’s Risk Management. The City has 24/7 MDLIVE coverage for their employees, which is covered by the City. There is no charge to the employees to utilize. Additionally, we will work with the client to determine alternate sources of care when the clinic is closed. Depending on the nature of the injury, one scenario may be that the injury is triaged by telephone. Another scenario is that the injury will be assessed by one of Evernorth’s virtual physicians and they will determine whether immediate referral is needed or if they can begin initial injury management with follow-up as soon as the clinic is open. 5. How is case management triggered? The City’s Risk Management department will have established guidelines for when case management should become involved and we will follow those. The majority of injury cases resolve with little intervention. From a clinical perspective, when a provider begins to see a growing use of lost time, frequent visits beyond the recommended cadence to the health care provider, failure of treatment, or multiple treatments being employed, these are all signs that the case needs to be referred to case management. The earlier in a complex claim process this can occur the better, so that a positive relationship between the case 21 manager and injured employee can be developed, thus meeting the employee’s need more effectively. 6. Describe the process for fitness for duty? During the hiring process, the clinic does a complete post-offer physical that may include audiometric testing, physical agility testing, drug screening, and a full physical exam. Job classifications/descriptions are reviewed for which testing is applicable for the specific job. Based on the results, the employee is cleared to work. When an employee has been out due to an injury and is returning to work, the job classification is pulled and the physician verifies that the employee can meet the criteria of the job. If there are items that the employee cannot do, for example, they cannot lift greater than 25 lbs., the clinic would consult with the City’s Risk Management team to determine if there is an alternative position to which the employee can return. 7. How will medical treatment be delivered and managed for personnel (i.e., Police) who are covered under Florida’s Heart and Lung Bill? This begins with the post-offer exam. The notation of, or absence of, hypertension, heart disease, or tuberculosis would be noted at this time. In addition, risks such as smoking, obesity, and family history can be identified at this early exam. With the assets of the Cigna health plan, referral to lifestyle coaching or chronic disease programs, and then following through to ensure the connection is made would be an expectation of the clinic provider and clinical support staff. If the condition ultimately results in restrictions that make it impossible for the employee to do their job, the presumption of occupational cause can be invoked. Having the condition itself does not qualify one for disability. Our goal is for a healthy employee, regardless of their job position. We will use all of the tools at our disposal to help the employee stay well and healthy. Encouraging the employee to use the clinic as their primary care provider helps us to help the employee achieve optimal health. With an onsite presence, we can meet with the employee more often and monitor their health journey with them. 8. Are there any additional charges (administrative or otherwise) for including Workers Compensation and pre-hire/Fit for Duty Physicals for employees who participate in the medical plan? Additional charges for employees who do not participate in the medical plan? External charges that are part of the pre-hire exam include drug screening and the MRO charges for the drug screen review. Care provided is covered in the current client charges, based on the contract. 9. Does your medical record system allow you to track and report on Workers Compensation claims separately from the medical claims and report to the City? a. With what frequency can you provide these reports (Monthly, Quarterly, Annual, and On Request)? 22 Monthly reporting is standard. On request can also be accommodated for standard reports. b. What are the available formats for this report? All reports out of the occupational health electronic medical system can be generated in the following formats: • Excel • PDF • CSV 10. Can you provide on-going managed care until the employee is released at maximum medical improvement? An employee who is out on lost time is most likely going to a specialist. The clinic physician would work with the specialist for return to work. Currently the clinic serves as the primary care provider for many employees. Having the primary care provider also serve as the Workers’ Compensation provider creates an inherent conflict of interest. That being said, it does not preclude the onsite provider from working with the specialist or the primary Workers’ Compensation provider in the employee’s rehabilitation and plan of care for return to work. 11. Describe your ability to administer pre-hire and random drug testing. Does the proposer recommend including drug testing in the facility? The clinic has the ability to provide both pre-hire and random drug testing and is currently providing pre-hire drug screening. Drug screening is currently done within the clinic. We do not recommend that drug screening be done within the worksite area. 12. Confirm that the results of occupational health exams can be provided within the following time periods and standards: a. Routine and post hire physicals: 3 days Confirmed. b. Complex periodic and post offer physicals: 5 days Confirmed. 13. Do you have a Medical Review Officer? Is so, please identify the individual and where they are located. Yes, our Medical Review Officer (MRO) for City of Clearwater Clinics is Dr. Neil J Nash from Massapequa NY. 23 Section D: Communication Plan and Member Services Please provide a proposed communication plan for introducing changes to the on-site clinic and wellness program and reference the ongoing communication process. Outline your company’s responsibilities in these processes. Please include copies of your educational materials and timelines for distribution. 1. How can employees communicate with the medical team? Patients can communicate with the Evernorth wellness center through a variety of modalities to accommodate their needs and personal preferences. MyChart allows patients to communicate directly with the wellness center health care provider via digital messaging within the app. In addition, patients can connect with the center provider in- person, as well as by phone and email. 2. How many hours are you recommending for the proposed onsite medical program? The current proposed hours for the onsite medical program continue to be the following (as requested by City of Clearwater): • 1 Full-Time (FT) Physician • 1 FT Physician Assistant • 1 per diem Nurse Practitioner • 3 Medical Assistant staff • 1 Licensed Practical Nurse Manager The clinical provider staff work four – ten hour shifts and their Medical Assistants follow their schedule. The other staff work five – eight hour shifts. We are open from 7am -5pm Monday – Friday. If changes are requested by the City, we will adjust the wellness center’s hours of operation to accommodate employee work hours and other considerations important to the City and its workforce. Evernorth’s director of operations will periodically analyze wellness center performance and present the results to clients quarterly. We will adjust wellness center hours or staffing levels when appropriate. To minimize the cost impact of adding or reducing future hours, we will develop site-specific staffing models to cover the requested hours with minimal, if any, impact on labor cost to the City. Reasons for adjusting hours or staffing levels include the following: • The wellness center is not yielding the desired utilization rate. • There is a change in workplace hours or staffing levels. • The wellness center staff is unable to manage a high volume of patients. 3. Describe your ability to communicate with an employee and retiree population that is geographically dispersed. Provide examples if appropriate. In collaboration with the City, we can implement a variety of marketing strategies to engage a geographically dispersed employee population. Fundamental messaging tactics strive to create awareness and, consequently, increase wellness center utilization and 24 ongoing education/reinforcement. Messaging is appropriate for prelaunch, launch, and postlaunch distribution. The wellness center communication plan is tailored to each client and the employee audience. Depending on the City’s goals and resources, communication methods may include flyer and/or brochure distribution, poster placements, employee email blasts, postings on electronic communication boards, meet-and-greet sessions with the wellness center staff, lunch-and-learn events, and/or health fair participation. Once an employee is registered into Epic’s MyChart, we can market the wellness center as well as provide important reminders and updates directly to the employee through the MyChart portal. In addition, to service the City’s geographically dispersed population, we have developed a virtual health strategy that makes it easier for clients to provide access to treatment for their employees. As part of this strategy, eligible participants can call into the center to perform telephonic or video call visits through the MyChart portal, which allows patient to connect with a provider from their home or another location convenient for them. Additionally, if the participant has access to specific medical equipment, their visit is enabled by a high-resolution video connection that allows our clinicians to “see” the patient while collecting data and insights from specialized attachments, such as an otoscope, thermometer, and stethoscope. 4. Describe your company’s ability to communicate with a bilingual population (Spanish). Cigna will work continue to work with the City of Clearwater to create an effective communication program in any language. Many standard collateral materials are available in Spanish at no additional cost. Client-specific or customized materials created in Spanish or in other languages are subject to additional fees. As of July 2019, www.cigna.com is available in Spanish. In addition, myCigna incorporates core capabilities in Spanish. For example, registration, with the ability to toggle between English and Spanish, is available. A centralized Spanish landing page includes the following: • the health care provider directory • the WebMD personal health record (PHR) • the health assessment • audio library and podcasts • forms In addition, bilingual customer service advocates (CSA)s service Spanish language calls. Members reach Spanish-speaking CSAs via a Spanish prompt selection on the toll-free customer service number. If a bilingual representative is not available or a member needs help in another language, a CSA will set up a conference call with an interpreter through LanguageLine Solutions, a nationally recognized and certified foreign language interpretation service that supports more than 240 languages. Members can access this service 24 hours a day, 7 days a week. 25 5. Discuss the frequency and type of communications that eligible persons will receive throughout the program period. Evernorth’s integrated strategy centers around increased patient engagement, experience, and utilization, and we focus on research to help us better understand barriers to help us achieve these outcomes. More specifically, by understanding employees’ barriers to care (e.g., privacy concerns, ease of access), we can position the City to meet guaranteed utilization goals—and broader success. Through our Moments of Truth model, we define a communication strategy that will best benefit the City employees before they engage with their wellness center as well as identify how to keep them aware of what the center offers—and thus keep them engaged. To this end, we partner with you to build engagement and loyalty and to customize a plan for your unique employee population. By using consumer data and insights, we are able to provide the right message to the right person at the right moment to build long-term and loyal patients. We do this with a three-phrase approach: • The First Moment of Truth: Create Awareness - Three weeks before the center opens, we will provide the City with content to use internally; this will include a playbook along with emails, fliers, brochures, and posters. In addition, we will issue a public relations announcement to local media. Then, two weeks before the grand opening, we will announce this event via email and other means. • The Second Moment of Truth: Build Engagement - As the center gets up and running, we will email employees about activities taking place at the center and their use of it (e.g.., hours of operation, services offered, MyChart website and app). Three months later, we will use direct mail as well as various social media channels, including paid advertising, to further promote the center, its offerings, and any events. • The Third Moment of Truth: Increase Utilization - To promote both short- and long- term use of the center by employees, we will send a monthly email about it along with text messages about center events and other happenings. In addition, we will take advantage of social media campaigns to promote seasonal activities like skin screenings and flu shots. We will continue to engage employees in center events/activities (e.g., tours) through personal outreach like phone calls and MyChart messaging. We also have the capability of sending direct emails to members, either directly from MyChart (once the center is operational and patients are empaneled), or by the City as mentioned above prior to the center opening. In addition, no matter how many times patients engage with us, we offer them an innovative digital experience. One of our goals is to move our patients from an offline, infrequent/episodic sick-care relationship to one that is highly engaged and helps them improve their health every day. Thus, we use MyChart, a website and mobile app that connects patients to their health information 24 hours a day, 7 days a week, 365 days a year. Through MyChart, patients can book appointments, send a message to their health care provider, check their lab results, and access their other PHI anytime, anywhere. 26 6. Provide your web address and any access codes needed to explore your services. Our web address is www.evernorth.com/our-solutions/direct-health. This webpage is accessible without access codes. 7. Do members have access to view their health records online? Yes. Evernorth will proactively provide and promote patient access to the Patient Health Record (PHR) so that members can view their health records online via the MyChart portal through Epic. MyChart is available on desktop, Android and iOS devices. The MyChart patient portal allows for online appointment scheduling and secure communications with the wellness center staff. MyChart allows patients to schedule and change appointments, review visit history, see lab results, communicate directly with the wellness center health care provider, and perform other tasks to help make managing their health care easier. Integration with both Apple HealthKit and Android Health Connect is available with MyChart. This individual patient health record (PHR) includes diagnostic test results, problem list, medication lists, visit histories, and medication allergies. In addition, health information from any organization on Epic can be viewed simultaneously in MyChart. Evernorth is currently developing, and will have in place by the end of 2023, an integration layer with MDLive that will bring visit history with MDLive into Epic/MyChart. 8. Are you willing to allow the City to use its own branding in communication and program materials? Yes. Promotional outreach materials can be customized to include the client’s branding; material with clinical content is often not customizable, depending on the clinical source of the content. This is to ensure that all clinical content is accurate and up to the latest medical information available. 9. How do you notify the City or employees when a provider or key staff member is no longer employed at the clinic? We notify the client when someone is leaving in advance when possible. Robin Chenoweth will keep them apprised of how interviews are going and when we have a candidate for the position. We have experienced minimal staff turnover within our wellness centers. We have a process in place to guarantee continuity of care (COC) and operations when staff members move on. This often entails retaining highly qualified health care providers in the market who are able to provide temporary help until we hire replacement staff. This allows us to provide high-quality, uninterrupted service within our client-owned wellness centers. 10. Describe your process for communicating with City Staff for ongoing clinic operations and time sensitive events. Ongoing Clinic Operations 27 We meet the city every 3rd Thursday morning to include the City of Clearwater team as well as their broker and the office manager on site. Events We will engage employees in center events/activities (e.g., tours) through personal outreach like phone calls and MyChart messaging. We also have the capability of sending direct emails to members, either directly from MyChart (once the center is operational and patients are empaneled), or by the City. In addition, no matter how many times patients engage with us, we offer them an innovative digital experience. One of our goals is to move our patients from an offline, infrequent/episodic sick-care relationship to one that is highly engaged and helps them improve their health every day. Thus, we use MyChart, a website and mobile app that connects patients to their health information 24 hours a day, 7 days a week, 365 days a year. Through MyChart, patients can book appointments, send a message to their health care provider, check their lab results, and access their other PHI anytime, anywhere. 11. Describe the Wellness initiatives that will be used and how they may integrate with the current Wellness programs offered by the City. With a toolkit containing multitudes of relevant topics, Evernorth clinicians are able to provide worksite and webinar-delivered seminars that address the topics facing—and possibly compromising—the health of the City’s onsite and remote employees. The toolkit includes a variety of promotional and educational communications and campaigns to help actively engage the workforce. These tools motivate people to visit the wellness center, make healthy lifestyle changes, and achieve better health. Materials included in this turnkey kit cover a range of topics that include weight management, stress, sleep, nutrition, cancer, aging, and physical activity. After analyzing employee health risks and biometric values via available claims and other health plan data (as available), we share results with the City and tailor wellness seminar topics/formats (and additional resources, if necessary) accordingly. For instance, if the health assessment/biometric screening result analysis reveals an elevated BMI and population-wide weight issues, we may suggest the City schedule an exercise-themed and/or nutrition seminar onsite to pique interest in the new wellness centers. The initial environmental analysis will help us determine where to place informational booths and where to present monthly wellness seminars and/or blood pressure checks and health coaching. 12. Who does the clinic use as a lab vendor? Participating labs include Quest Diagnostics, Inc., and LabCorp. Section E: Measurement Tools, Results and Reports Address how you would propose to review clinic operations and its effectiveness. This should include standards and measurement criteria for clinic activities, costs, outcomes, HRA, disease 28 management, member services, member intervention, and educational materials. 1. How would you propose measuring outcomes and success of the overall program? We measure outcomes and success via our monthly KPI reporting. We have an annual meeting to discuss to include the plan side and cover clinic operations and measurements. 2. Describe your standard management reports. Describe your custom reporting capabilities and the associated costs. Please provide examples of reports that you would provide to the City. Our wellness center reporting package provides a detailed view of the center’s activity, demonstrating the value and savings associated with client wellness centers. With appropriate privacy protections in place, we deliver discrete and integrated deidentified reporting. Reports available within the package include the following: • Key Performance Indicator Dashboard - provides a monthly glance at key performance indicators, such as utilization, patient experience, patient engagement, ROI, and quality; ROI data is delivered with a two-month lag. The dashboard has detail pages with trending for all five areas. Standard reports are included in the management fee. The Evernorth team and the City can collaboratively address the frequency of reporting and additional reporting needs. We provide meaningful, easily understandable client reports in electronic and paper formats. Web access to these reports is not currently available, but we are considering this capability as a future enhancement. a. Please identify reporting frequency. Key performance indicator reports are delivered on a monthly basis. b. Do you have capability to modify standard reports? Standard reports are included in the management fee. The Evernorth team and the City can collaboratively address the frequency of reporting and additional reporting needs. 3. Provide examples of the following, if applicable: a. On-site healthcare activity report b. Member participation c. Member intervention d. Financial summary/savings report Please see year-end Key Performance Indicator (KPI) Report in Tab 7 – Exhibits of our proposal response. 4. Describe how your Plan specifically evaluates the effectiveness of primary care case management. Include any results of the evaluation as an attachment. 29 Evernorth seamlessly integrates our clinical, navigation and care coordination, and health and wellness services with the extensive case management offering within Cigna. Together, we are able to enhance the provider’s ability to diagnose and treat patients in a holistic and personalized manner based not only on the individual’s health history, but also in connection with any clinical gaps in care or social determinants of health needs. We provide wellness center patients with a fully integrated health care solution by connecting clinical staff with the available programs offered to employees by the City. Our primary care case managers provide several functions, including but not limited to: • patient education on chronic conditions and medications, health plan benefits, web resources through Cigna, the employer, and the health center • patient assistance with health system navigation and informed decision making • encouragement on goal setting and patient self-advocacy • care team participation to further coordinate services and meet clinical objectives • acting as a resource for the clinical team in patient scheduling, removing barriers to care, providing updates on patient progress throughout their healthcare journey, and facilitating communications between all parties • obtaining pertinent external documents on patient care, providing outreach to at- risk and high-risk individuals, and ensuring proper steerage into appropriate in- network services • providing referral assistance to both clinical care as well as EAP services, short and long-term disability, the health information line, and employer-specific benefits In addition, our primary case managers can monitor inpatient admissions and emergency department encounters and coordinate the necessary follow up. Our integrated management system allows wellness centers to access the following: • Medical Case Information - provides the current primary diagnosis and allows staff to spend more time engaged with patients and less time requesting and documenting information; accessing current and historical data allows wellness center staff to better understand the patient’s health history • Medical Claims - provides dates, diagnoses, and service locations of recent medical events; system retains related claims data that may show possible comorbidities (e.g., behavioral claims data) • Predictive Models - provides outputs of the various predictive models that we run to alert health care providers of potential future health issues that the patient might face • Gaps in Care - provides access to the hundreds of algorithms that we run to determine any current opportunities patients might have to improve their health • Pharmacy Information - displays current and previous prescription medications and automatically calculates applicable medication possession ratios, which aids in the identification and resolution of possible gaps in care; available from internal and external pharmacy programs • Health and Wellness Programs - includes programs and services such as disease management programs and health assessments 30 Our primary case managers are an integral part of our care team. They integrate seamlessly with Cigna case management through proprietary systems and shared data management. Together, we are able to outreach those who may need additional help, coordinate services within the care ecosystem, and monitor individual patients throughout their entire care journey. 5. Provide all clinical indicators used to track the success of the program and the results, if any, by year since inception of the program. Please include the following, if applicable: a. Program Outcomes b. Utilization Measures (list measures) c. Member Satisfaction d. Changes in the Cost of Care e. Productivity/Absenteeism (list indicators) Key performance indicators (such as utilization, patient experience, patient engagement, ROI, and quality), population health and savings analysis (an in-depth savings and population health analysis to investigate successes and identify further opportunities for cost savings), and biometric aggregate reporting (details results in terms of various risk factors and provides a cohort analysis) are all included in our standard wellness center reporting package. Please see year-end Key Performance Indicator (KPI) Report in Tab 7 – Exhibits of our proposal response. 6. Describe how employee satisfaction with the provided services is measured. On what frequency is employee satisfaction measured? We recognize the importance of patient satisfaction and value the feedback its measurement provides. We offer every patient the opportunity to rate their satisfaction with each wellness center encounter. Criteria measured include facility quality, staff performance, and services rendered. We collect and analyze survey results and present them to clients within the operations report. Surveys are sent to patients via email with a link to send results. In our experience, key drivers to patient satisfaction include the following: • how helpful, professional, and courteous the staff is • how comfortable and inviting the wellness center environment is • how well the health care provider explains things in an easily understandable way Our current patient satisfaction survey results reflect the excellent service provided at our health centers, as 98.9% of patients reported being satisfied or very satisfied with their wellness center experience. Close analysis of patient survey responses allows us to proactively identify health care trends, opportunities, and improvements, and/or recommend service adjustments to help clients meet and exceed desired ROI. 31 Section F: HIPAA Compliance 1. Is your company HIPAA compliant? Yes. 2. Describe your system for the assurance of personal health data security. We understand the importance of safeguarding PHI. Evernorth is considered a covered entity under the HIPAA Privacy and Security Rules and complies with the Gramm-Leach- Bliley Act (GLBA). We are mandated by these laws to protect sensitive information and have implemented appropriate technical, physical, and administrative safeguards to ensure data security while in our possession and in transit. Our centralized security administration department uses role-based access; access is based on job function. The system area controls data access privileges based on an employee’s legitimate need to access and/or change data, as determined by his or her manager. In this way, we can restrict access to data to a need-to-know basis only. We define role-based access based on HIPAA’s minimum necessary rule. Secured Access Each wellness center patient is required to sign an Evernorth privacy and confidentiality form. In addition, medical records are retained through an electronic medical record (EMR) system that is compliant with applicable HIPAA and state privacy law requirements. To provide further safeguards, patients are required to provide necessary information, permission, and consent forms to verify eligibility, receive care, and permit appropriate data aggregation and reporting on a deidentified basis. Employees will be asked to present a City-provided identification badge to use the center. 3. Have your network security systems ever been breached? Describe. We consider this information proprietary and will not share this information as part of the RFP process. As of this date, Cigna has not been assessed a penalty related to our insured business by the Department of Health and Human Services (HHS). City of Clearwater Client References RFP # 22-23 Page 1 References. A minimum of three (3) references, preferably from other public entities within the State of Florida, for whom you have provided similar services. Include the name of entity, contact person’s name, phone numbers, e-mail addresses, mailing addresses, type of service provided, dates these services were provided. As a courtesy to our clients, please let us know if advance if you intend to contact our reference and we will be happy to organize a reference call. 1. Lee County Sheriff’s Office Address: 14750 Six Mile Cypres Parkway, Fort Myers, FL 33912 Contact: Dawn Heikkila Phone: 239-477-1132 Email: DHeikkila@sheriffleefl.org Period of contract: Onsite and virtual health center services since 2011 Description of Services: Full acute care and primary care, pre-employment physical exams, skin screening program with cryotherapy therapy services, radiology services, colonoscopy service, sleep study service, holter monitor service, joint injections, immunization clinics, flu to go services, biometric testing, minor procedures, health & wellness programs, referrals to in-network health providers, referrals to client's wellness programs. 2. Palm Beach Sheriff Office Address: 2195 Southern Blvd, West palm Beach, FL 33406 Contact: Karen Thomas, Chief Human Resources Officer Phone number provided upon request Email provided upon request Period of contract: since 2009, Description of Services: Health Center Services: Full acute care and primary care ages 18+, Acute care ages 2+, Chronic care management, Women’s health, Diabetes education, Weight loss, Pre-employment physical exams, Radiology Services, Sleep Study Service, Skin screening, Joint Injections, Immunization Clinics, Flu to Go Services, Covid testing, care and vaccines, Biometric Testing, City of Clearwater Client References RFP # 22-23 Page 2 Minor Procedures, Health & Wellness Programs, Referrals to in-network health providers, Referrals to client’s wellness programs, Population Health Management and Behavioral Coaching and Counseling 3. Orange County Sheriff’s Office Address: 2500 W. Colonial Dr., Orlando, FL 32804 Contact: Georgene Rye Phone: 407-254-7404 Email: georgene.rye@ocsofl.com Period of Contract: Onsite and virtual health center services since 2019 Description of Services: RN-Assisted Medical Visits and RN Coaching. Full scope of acute/episodic, coaching, referrals, e- prescribing medications via an offsite nurse practitioner or physician connected “live” to the patient through innovative TytoCare medical device technology that allows the offsite provider to be “in the room” with the patient and the RN for the appointment. In addition, the RN Health Coach can administer services such as lab draws, biometrics testing, vaccines, allergy shots and other preventive care – as well as health coaching for diet, lifestyle and condition management Exhibit B – Proposed Services RFP # 22-23: OnSite Medical and Prescription Drug Services 1.Proposers are to provide a cost proposal for the proposed year 10/1/23 – 9/30/24 and 2 subsequent renewals. Cost proposals are to include the following: a)Administrative Costs Included. b)Staffing costs (including an outline of each staff member proposed, hours of work proposed on a weekly basis, and estimated salary/wages and benefit costs. Staffing costs are included for the staff indicated on the financial proposal, FTE is indicated by staff. c)Estimated pharmaceutical costs Estimate included. d)Estimated laboratory costs Estimate included. e)Estimated occupation health/workers compensation costs Estimates included based on services provided at the site today. f)Any additional costs 2.Numbers of year’s baseline fees are guaranteed? The Direct Health fee model is actual cost plus fees. Actual costs will vary and are not guaranteed. 3.Explain the procedure for adding future clinic and/or medical staff hours. Describe any additional administration cost to the City associated with an increase in future hours. We will establish the wellness center’s hours of operation to accommodate employee work hours and other considerations important to the City and its workforce. Evernorth’s director of operations will periodically analyze wellness center performance and present the results to clients quarterly. We will adjust wellness center hours or staffing levels when appropriate. To minimize the cost impact of adding or reducing future hours, we will develop site-specific staffing models to cover the requested hours with minimal, if any, impact on labor cost to the City. Reasons for adjusting hours or staffing levels include the following: •The wellness center is not yielding the desired utilization rate. •There is a change in workplace hours or staffing levels. •The wellness center staff is unable to manage a high volume of patients. 1 4.Please detail your contract opt-out period and specify if it may be initiated with or without cause, or both. In the case of material breach either Party may terminate at any time for cause upon sixty (60) days written notice. Either Party may terminate services without cause, upon one hundred twenty (120) days' prior written notice to the other Party 5.Will laboratory costs be run through the medical plan or as a pass through to the City? The structure in place today is for the laboratory costs to be pass through to the City as part of the actual cost. That can remain in place or be changed to run through the medical plan. 6.If the proposer uses a prescription formulary, provide a copy of the formulary along with associated prescription costs. If you are proposing to customize prescription drugs based on usage data, please provide a list of prescription drugs that will be utilized with associated costs. Please see attached prescription pre-pack formulary included under Tab 7 – Exhibits in our proposal response. Pre-pack medication cost estimates have been included in our financial budget documents. 7.Address your willingness to enter into a performance guarantee and how the performance criteria and penalties might be defined. Performance guarantees tied to items such as customer satisfaction surveys, utilization targets, wait time targets, etc. are greatly recommended. Yes. We offer performance guarantees and have included the performance guarantee document under Tab 7 –Exhibits in our proposal response. 2 Proposed Services – please identify any items that are not included in your proposed administrative fee or have an additional cost: Proposed Service Cost Included in Admin Fee Clinic Administration Yes / No Program Management Yes Supply and Medication ordering Yes Outreach Program Yes Workers Compensation Documentation No HRA Management Yes Integrated phone and internet maintenance Yes Ongoing evaluation and implementation Yes Office Staff Management Yes Recruiting Yes Credentialing service reports on medical professional Yes Annual performance review and quality control of medical staff Yes Appropriate staff scheduling Yes 24 x 7 Nurse on Call No Technology Yes / No 24 x 7 On-line appointment scheduling Yes 24 x 7 Patient access to labs & radiology results Yes EMR software management and support Yes Online Wellness Center Can access wellness center online Integrated Portal Yes Reporting Yes / No Monthly utilization reporting Yes Annual patient satisfaction reports Yes monthly Wellness Programs Yes / No Health Risk Assessment Program (ongoing) Pt. completes this and we provide Biometrics and Physical exams as well as disease management. Online or paper assessments Yes through Epic Physical exam including labs and biometrics Yes Review and analysis by provider Yes Online access to results Yes through MyChart One on one wellness coaching Yes through Cigna online coaching Meetings with City as requested Yes Marketing the Clinic Yes Promoting benefits and services Yes Medical Services Yes / No Urgent Car Services: On-site laboratory services and X-rays No Strains, sprains, cuts, and stiches Yes Dislocations and fractures No 3 Splinter and foreign body removal Yes Breathing treatments Yes Proposed Service Cost Included in Admin Fee Ear and sinus infections Yes Abdominal pain Yes Family Medicine: Routine medical exams and regular follow-ups Yes Diabetes management Yes Migraines and headaches Yes High blood pressure management Yes Sore throats, coughs, earaches, fevers, coughs and flu Yes Pneumonia and flu shots Yes Biometrics, including BMI calculations Yes Patient education and case management Yes EKG Yes Pediatrics: Starting at what age? 3 Childhood illnesses Yes School, sports, and camp physical exams Yes Women’s Health: Pap smears and breast exams Yes Gynecological problems Yes Urinary tract infections Yes Pregnancy testing and contraception prescription Yes Staff Services: Wellness Coaches Telephonically Specialized Case and Disease Management Yes On-site / in office vaccination Yes Staff time for x-ray examinations No in the clinic/reviewed by Providers Lab Services: Onsite collection of specimens and blood Yes Reporting of results to medical provider/patients Yes Integration of lab data with systems Yes Prescriptions: On-site dispensing of medication Yes Analyze and track actual usage of all dispensed medications Yes Please include recommended initial formulary by drug classes Attached Occupational/Worker’s Compensation Services: First Report of Injury No, handled by City’s WC 4 Treatment thru Maximum Medical Improvement No, handled by City’s WC DWC-25 No Preventive Services (drug screens, physicals, DOT) Yes Proposed Service Cost Included in Admin Fee Fitness for Duty/Physicals Post Job Offer physicals Yes Annual Physicals Examinations (Police) Yes Random Drug and Alcohol Screening No, not offered at this time Post-Accident Drug and Alcohol Screening No, not offered at this time 5 Evernorth Direct Health LLC Cost Projection Estimates Prepared for: City of Clearwater Projection valid thru:8/3/2023 Estimate for Three Full Years Description 10/1/23 - 9/30/24 10/1/24 - 9/30/25 10/1/25 - 9/30/26 FTE's Physician 1.00 1.00 1.00 Nurse Practitioner 1.00 1.00 1.00 Medical Assistant 2.00 2.00 2.00 Front Office 1.00 1.00 1.00 Licensed Practical Nurse 1.00 1.00 1.00 Total FTE's 6.00 6.00 6.00 Salaries & Benefits 837,000 861,000 884,000 Temp Labor 60,000 60,000 60,000 Other Direct Expenses 78,000 79,000 81,000 Supplies 166,000 169,000 171,000 System Expenses 79,000 82,000 84,000 Admin Fee 21,000 21,000 21,000 Infrastructure & Management Fees 404,000 414,000 425,000 Total Onsite Health Center Estimate 1,645,000 1,686,000 1,726,000 CHC - Operating funding incentive 161,777 161,777 161,777 Total Cost Estimate After Cigna Contribution 1,483,223 1,524,223 1,564,223 Assumptions 1)The facility is staffed as indicated in the FTE section above 2)Full-time is considered to be 40 hours per week and represented by 1.00 FTE 3)Cost for cash collection at the site are not included 4)Marketing for communications to those eligible for access to the site is planned at $5000 in year one and $5000 the following years 5)Recruitment cost for staff is projected at $5000 per year (Marketing & Recruitment are pass thru expenses, only charged if incurred) 6)External lab vendor will submit a claim. 7)Includes estimated cost of prepackaged medication 8)Temp labor is billed if incurred, the amount provided is an estimate 6 Cigna Onsite Health Performance Guarantees Guarantee Type Description Target Management Fee at Risk Penalty Structure Operations Attaining stated operating budget +/- 5% 10% Within +/- 5% = Zero payout Within - 10% = 50% payout Beyond - 10% = 100% payout Patient Satisfaction 90% 10% >=90% = Zero payout >= 80% = 50% payout <80% = 100% payout Indirect Savings Increased engagement / referrals Employees identified as eligible are referred to clinical programs 75% 10% Within 10% of Target = Zero payout Within 20% of target = 50% payout Beyond 20% of Target = 100% payout Total 30% of Management Fee 7 EXCEPTIONS / ADDITIONAL MATERIAL / ADDENDA Onsite Medical/Prescription Drug Services 1 RFP #22-23 Proposers shall indicate any and all exceptions taken to the provisions or specifications in this solicitation document. Exceptions that surface elsewhere and that do not also appear under this section shall be considered invalid and void and of no contractual significance. Exceptions (mark one): **Special Note – Any material exceptions taken to the City’s Terms and Conditions may render a Proposal non-responsive. No exceptions Exceptions taken (describe--attach additional pages if needed) Additional Materials submitted (mark one): No additional materials have been included with this proposal Additional Materials attached (describe--attach additional pages if needed) Acknowledgement of addenda issued for this solicitation: Prior to submitting a response to this solicitation, it is the vendor’s responsibility to confirm if any addenda have been issued. Addenda Number Initial to acknowledge receipt Vendor Name Date: * * We have no exceptions to the terms and conditions but do provide clarifying responses in the Exhibit section of our proposal response. Evernorth Direct Health, LLC 05/08/2023 1 VENDOR INFORMATION Onsite Medical/Prescription Drug Services 2 RFP #22-23 Company Legal/Corporate Name: Doing Business As (if different than above): Address: City: State: Zip: - Fax: Phone: 602.320.4629 E-Mail Address:Website: DUNS # Order from Address (if different from above): Address: City: State: Zip: Fax: E-Mail Address: Fax: E-Mail Address: Certified Small Business Certifying Agency: Certified Minority, Woman or Disadvantaged Business Enterprise Certifying Agency: Provide supporting documentation for your certification, if applicable. Evernorth Direct Health, LLC Cigna 8888 E. Raintree Drive Scottsdale 85260AZ 070786757 (954) 514-6905 dina.d'angelo@cignahealthcare.com Remit to Address (if different than above): Address: PO Box 847217 City: Los Angeles State: CA Contact for Questions about this proposal: Name: Dina D'Angelo Phone: (954) 790-8152 Day-to-Day Project Contact (if awarded): Name: Dina D'Angelo Phone: (954) 790-8152 (954) 514-6905 dina.d'angelo@cignahealthcare.com N/A www.evernorth.com/our-solutions/direct-healthN/A Zip: 90084-7212 VENDOR CERTIFICATION OF PROPOSAL By signing and submitting this Bid/Proposal/Qualification/Response, the Vendor certifies that: a)It is under no legal prohibition on contracting with the City of Clearwater.b)It has read, understands, and is in compliance with the specifications, terms and conditions stated herein, aswell as its attachments, and any referenced documents.c)It has no known, undisclosed conflicts of interest.d)The prices offered were independently developed without consultation or collusion with any of the othervendors or potential vendors or any other anti-competitive practices.e)No offer of gifts, payments or other consideration were made to any City employee, officer, elected official, orconsultant who has or may have had a role in the procurement process for the commodities or servicescovered by this contract. The Vendor has not influenced or attempted to influence any City employee, officer,elected official, or consultant in connection with the award of this contract.f)It understands the City may copy all parts of this response, including without limitation any documents ormaterials copyrighted by the Vendor, for internal use in evaluating respondent's offer, or in response to apublic records request under Florida's public records law (F.S. Chapter 119) or other applicable law,subpoena, or other judicial process; provided that the City agrees not to change or delete any copyright orproprietary notices.g)It hereby warrants to the City that the Vendor and its subcontractors will comply with, and are contractuallyobligated to comply with, all federal, state, and local laws, rules, regulations, and executive orders.h)It certifies that Vendor is not presently debarred, suspended, proposed for debarment, declared ineligible,voluntarily excluded, or disqualified from participation in this matter from any federal, state, or local agency.i)It will provide the commodities or services specified in compliance with all federal, state, and local laws, rules,regulations, and executive orders if awarded by the City. j)It is current in all obligations due to the City.k)It will accept all terms and conditions as set forth in this solicitation if awarded by the City.I)The signatory is an officer or duly authorized representative of the Vendor with full power and authority tosubmit binding offers and enter into contracts for the commodities or services as specified herein. ACCEPTED AND AGREED TO: Company Name: Evernorth Direct Health, LLC Signature:�/ �/� Printed Name Jeffrey T. Perry, OBA Title: Vice President Date: Onsite Medical/Prescription Drug Services 3 RFP #22-23 SCRUTINIZED COMPANIES FORMS SCRUTINIZED COMPANIES AND BUSINESS OPERATIONS WITH CUBA AND SYRIA CERTIFICATION FORM IF YOUR BID/PROPOSAL IS $1,000,000 OR MORE, THIS FORM MUST BE COMPLETED AND SUBMITTED WITH THE BID/PROPOSAL. FAILURE TO SUBMIT THIS FORM AS REQUIRED MAY DEEM YOUR SUBMITTAL NONRESPONS/VE. The affiant, by virtue of the signature below, certifies that: 1.The vendor, company, individual, principal, subsidiary, affiliate, or owner is aware of the requirementsof section 287.135, Florida Statutes, regarding companies on the Scrutinized Companies with Activities in SudanList, the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or engaging in businessoperations in Cuba and Syria; and2.The vendor, company, individual, principal, subsidiary, affiliate, or owner is eligible to participate in thissolicitation and is not listed on either the Scrutinized Companies with Activities in Sudan List, the ScrutinizedCompanies with Activities in the Iran Petroleum Sector List, or engaged in business operations in Cuba andSyria; and3.Business Operations means, for purposes specifically related to Cuba or Syria, engaging in commercein 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, realproperty, military equipment, or any other apparatus of business or commerce; and4. 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 ofits principals are placed on the Scrutinized Companies with Activities in Sudan List, the Scrutinized Companieswith Activities in the Iran Petroleum Sector List, or engaged in business operations in Cuba and Syria. We do not have any business operations in Sudan or Iran; however, please be advised that we lawfully provide health insurance coverage to international governmental and nongovernmental organizations for their employees and family members around the world, some of whom may be working in the countries noted above. Our coverage and related services are provided in accordance with applicable laws, including a specific license we received from the Office of Foreign Assets Control (OFAC), which specifically authorizes our health insurance verage. � LJ,. STATE OF AJZrz�.,vA COUNTY OF /J1;tt/l-l�M Jeffrey T. Perry OBA Printed Name Vice President Title. Evernorth Direct Health, LLC Name of Entity/Corporation The foregoing instrument was acknowledged before me by means of D ph sical presence or D online notarization on, this ¥1'" day of fr}.::, v , 20 .1J, , by r: -r-'B4 (name of person whose s_i9nature is bei� notarized) as the �V'...!.i�.e.:..!c:.=-J.����".!..L--- Plf'U'1'1,tu+I-Pin=--1-He ... l#i, t.1. t:-(name of corporation/entity), personally known --"'=--· or produced ___________ (type of identification) as identification, and who did/did not take an oath. 18 Notary Public State of AriZooa Maricopa County Rebecca L Sorenson My com,,.ss,on Exptres 06/17/202� Commoss,on Number 583258 My Commission Expires: NOTARY SEAL ABOVE Onsite Medical/Prescription Drug Services Notary Public JZe br.«:" L . Sacr;r, 50,..-,Printed Name 4 RFP #22-23 SCRUTINIZED COMPANIES FORMS SCRUTINIZED COMPANIES THAT BOYCOTT ISRAEL LIST CERTIFICATION FORM THIS FORM MUST BE COMPLETED AND SUBMITTED WITH THE BID/PROPOSAL. FAILURE TO SUBMIT THIS FORM AS REQUIRED MAY DEEM YOUR SUBMITTAL NON RESPONSIVE. The affiant, by virtue of the signature below, certifies that: 1.The vendor, company, individual, principal, subsidiary, affiliate, or owner is aware of the requirementsof section 287.135, Florida Statutes, regarding companies on the Scrutinized Companies that BoycottIsrael List, or engaged in a boycott of Israel; and2.The vendor, company, individual, principal, subsidiary, affiliate, or owner is eligible to participate in thissolicitation and is not listed on the Scrutinized Companies that Boycott Israel List, or engaged in aboycott of Israel; and3."Boycott Israel" or "boycott of Israel" means refusing to deal, terminating business activities, or takingother actions to limit commercial relations with Israel, or persons or entities doing business in Israel orin Israeli-controlled territories, in a discriminatory manner. A statement by a company that it isparticipating in a boycott of Israel, or that it has initiated a boycott in response to a request for a boycottof Israel or in compliance with, or in furtherance of, calls for a boycott of Israel, may be considered asevidence that a company is participating in a boycott of Israel; and4.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 daysafter any of its principals are placed on the Scrutinized Companies that Boycott Israel List, or engagedin a boycott of Israel. STATE OF A :er:z...,;,µA COUNTY OF �,l"p?A �L�d4 Jeffrey T. Perry, OBA Printed Name Vice President Title Evernorth Direct Health, LLC Name of Entity/Corporation The foregoing instrument was acknowledged before me by means of� �sical presence or D onlinenotarization on, this � day of fr?e:ty , 20 .2j , by :r;. n:.� T. ��cy ,, DBA(name of person whose signature is being notarized) as the Vfu:,. prr:,::, k (title) of &,re.cn4c±h /?l�ft/.,, L..£.C-(name of corporation/entity), personally known X , or produced ___________ (type of identification) as identific� and who did/did not take an oath. � Z-L-J My Commission Expires: (p / I 1 /,:; {);;) L/NOTARY SEAL ABOVE Onsite Medical/Prescription Drug Services Notary Public Kchcccca: L ,5ocr,.-,-=ar::, Printed Name 5 RFP #22-23 E-VERIFY ELIGIBILITY FORM VERIFICATION OF EMPLOYMENT ELIGIBILITY FORM PER FLORIDA STATUTE 448.095, CONTRACTORS AND SUBCONTRACTORS MUST REGISTER WITH AND USE THEE-VERIFY SYSTEM TO VERIFY THE WORK AUTHORIZATION STATUS OF ALL NEWLY HIRED EMPLOYEES. THIS FORM MUST BE COMPLETED AND SUBMITTED WITH THE BID/PROPOSAL. FAILURE TO SUBMIT THIS FORM AS REQUIRED MAY DEEM YOUR SUBMITTAL NONRESPONSIVE. The affiant, by virtue of the signature below, certifies that: 1.The Contractor and its Subcontractors are aware of the requirements of Florida Statute 448.095.2.The Contractor and its Subcontractors are registered with and using the E-Verify system to verify thework authorization status of newly hired employees. 3.The Contractor will not enter into a contract with any Subcontractor unless each party to the contractregisters with and uses the E-Verify system. 4.The Subcontractor will provide the Contractor with an affidavit stating that the Subcontractor does notemploy, contract with, or subcontract with unauthorized alien. 5.The Contractor must maintain a copy of such affidavit.6.The City may terminate this Contract on the good faith belief that the Contractor or its Subcontractorsknowingly violated Florida Statutes 448.09(1) or 448.095(2)(c). 7.If this Contract is terminated pursuant to Florida Statute 448.095(2)(c), the Contractor may not beawarded a public contract for at least 1 year after the date on which this Contract was terminated. 8.The Contractor is liable for any additional cost incurred by the City as a result of the termination of thisContract. �T�,� STATE OF A�rz.o.uA. COUNTY OF (Y¼uC-Oi?A Printed Name Vice President Title Evernorth Direct Health LLC Name of Entity/Corporation The foregoing instrument was acknowledged before me by means of M physical presence or D onlinenotarization on, this "l-f"� day of �«'t' , 20 23 , by .J;..W......, T. Pem:, , D13;1/ (name of person whose signature is being notarized) as the v,·ce-Pa:--srd--d= (title) of /£'.,e,,ri.,,rH,£¾,z.,,:./-)b,,/./6, u .. c.... (name of corporation/entity), personally known V:::, or produced ___________ (type of identification) as identification, and who did/did not take an�/ A,, ... _ ) My Commission Expires: 4, /17 /::i O;l'i NOTARY SEAL ABOVE Onsite Medical/Prescription Drug Services 6 Notary Public g;bk<:4 L.. S";zrcrz.sonPrinted Name RFP #22-23 7 City of Clearwater Responses to RFP RFP# 22-23 Page 1 Cigna has no exceptions to the RFP provisions. We have provided clarifying responses to certain RFP provisions below. STANDARD TERMS AND CONDITIONS As the incumbent, there is currently an existing negotiated and executed contract in place. Evernorth Direct Health (Evernorth) agrees to work in good faith with the City to review and discuss the incorporation of additional terms and conditions to the existing contract if desired by the City. DETAILED SPECIFICATIONS – 6. INSURANCE REQUIREMENTS Evernorth maintains, through its parent companies and at its own cost. Cigna maintains levels and types of insurance that are reasonable and customary for a health services organization with comparable size and market presence. Various forms of financing are utilized for the insurance program including risk transfer (purchasing insurance), alternative risk transfer and self-insurance programs. Therefore, Cigna cannot necessarily update its insurance programs to accommodate client-specific requests. Cigna Global Risk Management completes a due diligence study by partnering with insurance brokers, actuaries, legal personnel, information protection, enterprise privacy office and senior management to determine the best risk financing strategy. Insurance brokers and Cigna personnel conduct an annual analysis of Cigna's exposures and assessment of coverages available in the insurance marketplace. Industry benchmarking data and internal historical loss trends are also evaluated during this process. After detailed risk tolerance assessments, the most effective risk financing solution is implemented. PROFESSIONAL SERVICES AGREEMENT THIS PROFESSIONAL SERVICES AGREEMENT (“Agreement”) is entered into by and between Name of Client, with offices located at Address of Client (“Client”), and Evernorth Direct Health, LLC, with offices located at 25600 North Norterra Drive, Phoenix, Arizona 85085 (“Evernorth”) and is made effective as of Date (“Effective Date”). The parties hereto shall each be referred to individually as the “Party” or collectively as the “Parties.” WHEREAS, Evernorth is engaged in the business of offering onsite health centers to employers and employer-sponsored group health plans, providing certain low acuity, urgent and episodic health care and ancillary services, for the benefit of Client employees and their dependents; and WHEREAS, Client owns or leases a facility located at Address of Health Center (the “Facility”) and desires to provide an onsite health center at the Facility for the benefit of its employees and their dependents (the “Health Center”); and WHEREAS, Client wishes to engage Evernorth to provide, and Evernorth wishes to provide, a Health Center; NOW THEREFORE, in consideration of the mutual promises herein and other good and valuable consideration, the receipt and sufficiency of which is hereby acknowledged, the Parties agree as follows: 1 DEFINITIONS Capitalized terms used in this Agreement without definition have the meanings ascribed for them on Exhibit A. 2 SERVICES 2.1 Clinical Services. Commencing on Date, or such other date as may be mutually agreed to in writing by the Parties (“Health Center Commencement Date”) and continuing for the Term, Evernorth will operate and staff a Health Center at the Facility and provide or arrange for the provision of the following clinical services (“Clinical Services”), which shall be within the scope of the licensure and practice of Evernorth Personnel, for the benefit of Participants (as defined in Section 2.2 below) and shall include: 2.1.1 Health and Wellness Services. These services will include minor office based procedures, routine physicals, medical history, and exams. THIS TEMPLATE IS BEING PROVIDED IN RESPONSE TO A RFP REQUEST AND IS A SAMPLE ONLY. 2 2.1.2 Low Acuity Urgent Care/Episodic Care Services. i.Health Center shall provide episodic and acute care visits, with no, or limited, follow-up. Examples include sprains and strains, sore throats, ear infections, urinary tract infections and headaches. ii.Acute care visits include sufficient scheduled time to allow Evernorth Personnel to perform a full history and exam, lifestyle risk assessments, health promotion and preventive care discussion when needed and includes care coordination referrals and community physician referrals as appropriate. 2.1.3 Immunization Services. Evernorth shall provide, or arrange for the provision of, immunizations, as agreed upon by the Parties, including: i.Annual flu vaccinations ii.Hepatitis B Series iii.Tetanus & Pertussis (Tdap) iv.Tetanus (Td) v.Tuberculosis (TB PPD) (Test) vi.Pneumovax Cost to purchase immunizations will be included in the monthly invoices. Pediatric vaccinations are excluded, except for annual flu vaccinations for Pediatric Participants age nine and older. 2.1.4 Monitoring Chronic Conditions. Evernorth Personnel shall: i.Verify that Participants with chronic medical conditions have appropriate community primary care provider relationships and collaborate with primary care provider, as needed. ii.Refer Participants with chronic conditions to appropriate condition or lifestyle management programs available to the Client. iii.Encourage health lifestyle habits that address the chronic condition. 2.1.5 Preventive Health Screenings. Clinic shall provide the following Preventive Health Screenings: i. Pre-employment and annual physical examinations with extended testing capabilities. Requirements for these services will be mutually agreed upon in writing by the Parties. ii.Pediatric physicals (including well-child exams and “check-ups”) are excluded. 2.1.6 Laboratory Services. Evernorth shall conduct the following laboratory testing onsite at the Health Center: 3 i.CLIA-waived testing (rapid testing). ii.Specimen collection, including: blood draw station, urine collection, and collection of other specimens ordered by Health Center’s medical staff or by community providers for pick up by contracted lab vendor. Results will be delivered to ordering provider. 2.1.7 Biometric Screening. Evernorth shall provide scheduled screenings that may include but not limited to: Height, Weight, BMI, Body Composition, Blood Pressure, Total Cholesterol, HDL Cholesterol, LDL Cholesterol, Coronary Risk Ratio, and Blood Glucose. 2.1.8 Lifestyle Risk Assessment. Evernorth and Evernorth Personnel shall i.Conduct lifestyle risk assessments; ii.Facilitate a discussion of health improvement and preventive care opportunities; iii.Provide referrals and coordinate additional care for Participants, as required; iv.Provide written prescriptions by Health Center Staff, as allowed by law; and v.Encourage Participant engagement in Client-sponsored wellness programs (if any) as appropriate. 2.1.9 Pharmacy. Evernorth and Evernorth Personnel shall make available to Participants as needed: i. Limited selection of first dose medications to treat acute ailments. ii.Written prescription and/or e-prescribing by Provider, as allowed by law. 2.1.10 Population Health Services. Evernorth and Evernorth Personnel shall conduct a population health analysis based on available data of Client Participants. Data sources may include claims, electronic health record data, biometric data, or other sources mutually agreed upon by the Parties. Evernorth will identify Participants in need of care or who display high risk and/or cost trends and outreach to those Participants to empanel them in the Population Health Services Program. For each Participant that agrees to engage, Evernorth will develop care plans and provide referrals and coordinate additional care for Participants, as appropriate. Staffing model will be determined by Client population size and risk level. 2.2 Participants. Participants are individuals who are eligible to receive Clinical Services at the Health Center in accordance with this Agreement as determined by the Client, including: 2.2.1 Client’s full-time and part-time employees; 2.2.2 Dependents of Client employees age six (6) years and older; and 4 2.2.3 Former employees entitled to Clinical Services as Participants under the Consolidated Omnibus Budget Reconciliation Act (COBRA). 2.3 Health Center Management. 2.3.1 Operation and Personnel. Evernorth shall be solely responsible for management of all Health Center and Health Center-related administrative activities, including Health Center operations and Evernorth Personnel. Evernorth shall provide all equipment, materials, systems and supplies necessary to provide the Clinical Services and to manage the Health Center that are not specifically identified as a Client responsibility under Section 5, including without limitation, Electronic Health Record (EHR) licenses, routers, printers, practice management systems or other equipment as mutually agreed to by the Parties in writing. 2.3.2 Biohazard Waste Management. Evernorth shall be responsible for waste management and removal of biohazard waste from the Health Center and Facility. All expenses associated with biohazard waste removal shall be eligible for reimbursement pursuant to the provisions of Section 7. 2.4 Periodic Reporting. Evernorth will arrange for the production and delivery of reports (“Reports”) to Client in accordance with Evernorth’s standard reporting package and capabilities at no additional cost to Client. Such Reports shall include the following: 2.4.1 Monthly Key Performance Indicators Dashboard. Each month, Evernorth shall produce and provide to Client a dashboard report of key performance indicators to include: i.Clinical Services Activity and Trends ii.Diagnostic Conditions Treated iii.Labs Performed iv.Medications Prescribed v.Medical Cost Savings vi.Return on Investment (ROI) vii. Productivity viii. Referrals ix.Patient Satisfaction 5 2.4.2 Ad Hoc Reports. Client may request other reporting from time to time, not specifically delineated herein. Evernorth will produce and deliver ad hoc reports in such formats and timeframes, and at an additional cost, as is mutually agreed upon by the Parties. 2.4.3 Report Privacy. Any and all Reports provided by Evernorth or the Health Center to Client or its designees concerning the Clinical Services shall be in aggregate, de- identified form, in compliance with applicable federal and state privacy laws and regulations, including but not limited to the Privacy and Security Rules of the Health Insurance Portability and Accountability Act of 1996 (HIPAA), 45 CFR Parts 160 and 164, as amended by the Health Information Technology for Economic and Clinical Health (HITECH) Act. 2.5 Excluded Services. Neither Facility nor the Health Center is open to the general public. Evernorth shall not solicit business from the general public at the Health Center nor use the Health Center to provide services to individuals other than Client Participants. 2.6 Health Coach Services (Optional). Client has the option of adding health and wellness promotion services (“Health Coach Services”) to this Agreement. If Client has opted to add Health Coach Services, the line item cost for the coach will be reflected on the Operating Budget, Appendix 1. The Health Coach Services shall be provided in accordance with the terms set forth in Appendix 2. 3 HEALTH CENTER HOURS OF OPERATION 3.1 Days and Hours of Operation. The Health Center will operate forty (40) hours per week, Monday through Friday, from 8:00 a.m. until 5:00 p.m. (“Health Center Operating Hours”). Parties may change Days and Hours of Operation from time to time, as mutually agreed in writing. Electronic communication is deemed acceptable for such written agreement. 3.2 Health Center Closure. The Health Center will be closed on inclement weather days as determined by Client, and on Evernorth recognized holidays, including: New Year’s Day, Martin Luther King Day, Memorial Day, Independence Day, Labor Day, Thanksgiving, day after Thanksgiving, and Christmas Day. The Health Center may be closed during Evernorth Personnel vacancies as further described in Section 15. 4 CHANGES IN SCOPE OR ADDITIONAL SERVICES 4.1 Request. Client may at any time, and from time to time, during the term of the Agreement, request that Evernorth provide or arrange for the provision of additional 6 clinical and/or administrative services not covered under this Agreement (“Additional Services”). 4.2 Response. Upon receipt of such a request, Evernorth shall submit a written proposal to Client for such Additional Services which shall include: 4.2.1 A description of the services, functions, and responsibilities Evernorth anticipates performing in connection with such Additional Services; 4.2.2 A schedule for commencing and completing such Additional Services; 4.2.3 Evernorth’s prospective charges for such Additional Services, including a detailed breakdown of such charges; and 4.2.4 A description of the human resources necessary to provide the Additional Services. 4.3 Amendment Required. Evernorth shall not begin performing any Additional Services until Client and Evernorth have entered into a mutually agreed upon written amendment to the Agreement governing such Additional Services. 5 CLIENT OBLIGATIONS At its sole cost and expense, unless otherwise indicated herein, Client shall provide or arrange for the provision of those Client obligations set forth below: 5.1 Health Center Build-Out and Improvements 5.1.1 Build-Out. Client shall, build, provide, or arrange for the provision of adequate facilities to house the Health Center, and for the construction, renovation, remodeling and/or improvement of such facilities in order to accommodate effective and efficient operation of the Health Center, all of which shall be mutually agreed upon by the Parties (“Build-Out”). Client shall, at its sole expense, perform all work and furnish all materials needed to complete the Build-Out of the Health Center in accordance with all applicable federal, state and local laws and regulations, including but not limited to municipal fire and building codes, American Disabilities Act and other statutes and regulations related to equal access and non-discrimination. Client shall be solely responsible for securing, at its sole expense, all state and local permits and registrations necessary for such Build-Out. Client shall conduct the Build-Out in a good and workmanlike manner in accordance with all applicable laws. Client shall collaborate with Evernorth to ensure that the Build-Out is done in accordance with applicable law and Evernorth specifications for the effective performance of Clinical Services at the earliest opportunity. Notwithstanding the foregoing, Client acknowledges that Evernorth’s ability to meet the Health Center Commencement 7 Date, as set forth in Section 2.1, is contingent upon Client completing the Build-out twenty-one (21) days in advance of the Commencement Date. 5.1.2 Signage. Client shall install, affix and maintain at its sole expense signage at the entrance to the Health Center in a mutually agreed upon form and which, at minimum shall contain the Health Center name, as the Parties may mutually agree, the Health Center telephone number, and the hours of operation. Any and all signs shall conform to all applicable regulations and governmental requirements. Client shall at its sole expense remove any signs placed on or about the Health Center upon the termination of this Agreement or any extensions thereof, and repair the effects of any such removal. 5.1.3 Common Areas / Access. Evernorth, its invitees and employees and Participants shall have the right, in common with other occupants of the Facility and their invitees and employees, to use all stairways, elevators, halls, toilets and sanitary facilities, and all other general common facilities contained in the Facility, and all sidewalks, delivery areas, parking facilities and other appurtenances to the Facility. At no additional cost or expense to Evernorth, Evernorth shall have access to the Health Center three hundred sixty-five (365) days a year, on a twenty-four (24) hour a day basis. 5.1.4 Repairs and Improvements. Evernorth shall maintain the Health Center in an attractive and neat condition and shall not permit or allow any waste to any portion of the Health Center. Client or its agents and employees shall have the right to enter the Health Center for the purpose of making repairs necessary for the preservation of the Health Center Facility. Client shall make a reasonable effort to affect such repairs with a minimum interference to Evernorth, and, when practicable, all work shall be done outside Health Center Operating Hours. 5.1.5 Access Modifications. If modification to the Health Center is required to comply with standards imposed by applicable law and regulations, and Client is unwilling to make such modifications, then Evernorth, at its sole expense, shall have the right (but not the obligation) to make such modifications to the Health Center, as it deems necessary or desirable, to permit access by any employee or invitee with disabilities that restrict such person's ability to otherwise gain access to the Health Center. 5.1.6 Additions or Improvements by Evernorth. With written permission of Client, which shall not be unreasonably withheld or delayed, Evernorth may make alterations, additions and improvements (“Alterations”) upon the Health Center as desired, with the right to remove the same upon termination of the Agreement, or any renewal or extension thereof; provided, however, that (i) as indicated above, Evernorth shall obtain written approval from Client of the Alterations to be made and written 8 approval of the added costs to Client; and (ii) the Health Center must be left in as good a state as when received, reasonable wear and tear and damage by fire or other casualty excepted. Failure to remove such Alterations shall not be deemed a renewal or extension under the terms of the Agreement, but shall be deemed an abandonment of such Alterations, and Evernorth shall incur no costs for the removal thereof. In addition, any installation of special equipment requiring exceptional electric service or exceeding the live load rating shall be subject to Client written approval, which shall not be unreasonably withheld or delayed. 5.2 Health Center Utilities and Services. Client shall, at its sole expense, provide the following services and utilities necessary to the operation of the Health Center. 5.2.1 Telephone and Computer System Connections. For each Health Center, Client shall furnish a telephone system, computer hook-ups, necessary for provision of the Services. 5.2.2 High Speed Internet Access. For each Health Center, Client shall ensure there are High Speed Internet services available to the building and extended to the Health Center. A minimum of 20 Mbps Down / 20 Mbps Up bandwidth to enable the Evernorth Personnel to access the data tracking documentation and reporting system throughout the worksite and any other expanded services that require bandwidth. If no internet service providers have services established to the building or if services are not adequate to support the Health Center due to stability issues, Client shall: i.Be responsible for all costs associated with establishing service to the building and installation of the line, including but not limited to trenching, wiring, materials and labor charges; or ii.Provide connectivity to the Client network and supply two (2) Public IP addresses. 5.2.3 IT Resource for Internet Troubleshooting. Client and Evernorth shall identify IT resources to work collaboratively to: i.Coordinate with the internet service provider to resolve issues at the Health Center; ii.Acknowledge notice of the issue within one (1) hour; and iii.Be available within a three (3) hour timeframe after acknowledgement. If Client IT resources are unable to provide IT assistance within the three (3) hour timeframe, Client shall be responsible for travel expenses incurred to resolve the issue. 9 5.2.4 Utilities, Services and Supplies. Client shall provide the following: i.adequate heating, ventilation, and air conditioning to maintain conditions and temperatures appropriate for the operation of the Health Center during Health Center Operating Hours; ii.hot and cold running water; iii.restroom facilities and supplies for use by Evernorth Personnel and Participants; iv.electricity adequate for computer systems, lighting, normal office use and heating and air conditioning; v.lighting, and replacement of standard lamps when necessary; vi.pest control and extermination services in accordance with LEED standards; vii.cleaning and janitorial services each day the Health Center is open that meet safety and exposure control requirements of Occupational Safety and Health Regulations, including those relating to slip/trip/falls, blood borne pathogens and toxic and hazardous material. Such cleaning and waste removal must be adequate to minimize or eliminate risk to Evernorth Personnel and Participants from germs, unsanitary conditions and blood borne pathogens. Client agrees to require janitorial service to comply with Evernorth specifications for cleaning; viii.sufficient elevator service for access to the Health Center, if Health Center is located other than on the ground floor, with at least one (1) elevator that operates during non-business hours affording access to the Health Center; ix.adequate security services for the Health Center and Facility and common areas around the Facility, including fire and burglar alarm devices and guard protection. Client shall monitor the burglary alarm, motion and duress alarms and temperature alarm and shall perform annual inspection and/or testing of the smoke detectors and fire extinguishers in the Health Center and elsewhere in the Building. Client shall also provide for the periodic maintenance and annual inspection of the Facility fire alarm system; x.smoke detectors and fire extinguishers in the Health Center and elsewhere in the Facility. Client shall also provide for the period maintenance and annual inspection of the Facility fire alarm system; and xi.adequate parking spaces for Evernorth Personnel at no charge to Evernorth or the Evernorth Personnel (as defined herein). 10 5.3 Reimbursement Related to Health Center Premises. Client shall reimburse Evernorth, and its Affiliates for any loss, damage or expense paid by Evernorth or its Affiliates, related to death or personal injury that results or arises from hazards related to the Facility or the Health Center that are the responsibility of the Client, including by way of example and not by way of limitation, claims for personal injuries related to the presence of asbestos, mold or other hazards. 6 TERM AND TERMINATION 6.1 Term. The initial term of this Agreement (“Initial Term”) shall commence on the Effective Date and shall continue for a period of thirty-six (36) months, and thereafter will be automatically renewed for subsequent twelve (12) month terms (each a “Renewal Term”). The Initial Term and any Renewal Terms shall constitute the “Term” of the Agreement. This subsection is subject to the termination rights set forth elsewhere in this Agreement. 6.2 Client Termination. 6.2.1 For Cause. Client may terminate this Agreement by written notice to Evernorth if Evernorth materially breaches this Agreement and does not cure such breach to Client’s reasonable satisfaction within sixty (60) calendar days after receiving a written Notice of Breach from Client (the “Cure Period”). Client may extend the Cure Period at any time prior to the end of the expiration of the initial Cure Period by providing notice of such extension to Evernorth. Client will notify Evernorth when breach has been cured to Client’s reasonable satisfaction; otherwise the breach shall be deemed cured at the end of the Cure Period unless Evernorth receives a Notice of Termination from Client within ten (10) days after the expiration of the Cure Period notifying Evernorth of the continued breach and Client’s intent to terminate. In such case, termination shall be effective at the end of the Transition Period defined in Section 6.4.1. Client shall remain liable for any unpaid balance for Implementation Costs and Operational Expenses incurred prior to the date of termination. 6.2.2 For Convenience. Client may also terminate this Agreement, in its entirety or with respect to a specific Facility, at any time after the Initial Term by providing ninety (90) days’ written termination notice to Evernorth. Such termination is effective on the ninety-first (91st) calendar day after the notice is received by Evernorth. When terminating the Agreement for convenience, Client shall pay a “Severance Fee” to Evernorth in an amount equal to the actual severance obligation owed by Evernorth to Evernorth Personnel as of the date such termination of this Agreement is effective. The Severance Fee will be reduced to the extent that Evernorth can recoup costs by successfully redeploying Evernorth Personnel to a similar position within Evernorth. 11 Client shall remain liable for any Operating Expenses incurred prior to the date of termination. 6.2.3 For Evernorth Financial Instability. If Evernorth becomes insolvent, Client may terminate this Agreement upon ten (10) days’ notice to Evernorth provided that such termination shall be deemed effective as of the date said notice is delivered. 6.3 Evernorth Termination. 6.3.1 For Cause. Evernorth may terminate this Agreement by written notice to Client if Client materially breaches this Agreement and does not cure such breach to Evernorth’s reasonable satisfaction within sixty (60) calendar days after receiving a written Notice of Breach from Client (the “Cure Period”). Evernorth may extend the Cure Period at any time prior to the end of the expiration of the initial Cure Period by providing notice of such extension to Client. Evernorth will notify Client when breach has been cured to Evernorth’s reasonable satisfaction; otherwise the breach shall be deemed cured at the end of the Cure Period unless Client receives a Notice of Termination from Evernorth within ten (10) days after the expiration of the Cure Period notifying Client of the continued breach and Evernorth’s intent to terminate. In such case, termination shall be effective at the end of the Transition Period defined in Section 6.4.1. Client shall remain liable for any unpaid balance for Implementation Costs and Operational Expenses incurred prior to the date of termination. 6.3.2 For Client Nonpayment. Evernorth may terminate this Agreement if Client has failed to make payment due under the Agreement. Prior to termination, Evernorth shall give Client notice of intent to terminate based on non-payment. Termination shall be effective within thirty (30) days’ of receipt of such notice if Client fails to provide the payment due before the expiration of the thirty (30) day period. 6.3.3 For Convenience. Evernorth may also terminate this Agreement at any time after the Initial Term by providing ninety (90) days’ written termination notice to Client. Such termination is effective on the ninety-first (91st) calendar day after the notice is received by Client. 6.3.4 For Client Financial Instability. If Client becomes insolvent, Evernorth may terminate this Agreement upon ten (10) days’ notice to Client provided that such termination shall be deemed effective as of the date said notice is delivered. 6.4 Transition Services 6.4.1 Transition Period. Upon termination of this Agreement, Evernorth will reasonably cooperate in the orderly wind-down of Services being terminated or the transition of Services to another service provider or to Client. The Parties may mutually agree that 12 Evernorth will provide a transition period for Services for a reasonable period, e.g., thirty (30) days (“Transition Period”). During the transition, the Parties will be bound by and perform in accordance with this Agreement. Client shall remain liable for any unpaid balance for Operational Expenses incurred prior to the date of termination through the end of the Transition Period. The terms and conditions of this subsection will apply beyond the termination of this Agreement. 6.4.2 Transition Communication. Client acknowledges that all communication to Evernorth Personnel related to such termination (“Staff Communication”), including but not limited to (i) the date of termination of the Agreement and/or the related date of the closing of the Health Center or transfer of Health Center operations to a third party vendor, and (ii) Evernorth Personnel employment status notification, severance, and compensation shall come solely from Evernorth as the employer or contractor of Evernorth Personnel, and Client shall not make or cause to be made any Staff Communication without the prior written consent of Evernorth. 6.4.3 Vendor Tours. During the Transition Period, tours of the Health Center facilities by potential third party vendors to assume Health Center operations on behalf of Client (i) shall be conducted at times as mutually agreed upon in writing by the Parties; (ii) shall be conducted in such a fashion as to protect the confidentiality of patient information within the Health Center; and (iii) shall not interfere with the provision of Clinical Services to Participants. 6.4.4 Final Health Center Review. Client and Evernorth agree (i) to act in good faith and cooperation to ensure a smooth transition, and (ii) to mutually participate in final walk-through of the Health Center and sign an acknowledgement agreeing to the condition of the facility and an inventory of its contents and equipment. 6.4.5 Final Payment Due. If Evernorth provides services during a Transition Period, Client will pay for any final amounts properly then due under the Agreement within thirty (30) days’ receipt of an invoice from Evernorth. If there is no Transition Period, Client will pay for any amounts properly then due under the Agreement within thirty (30) days’ receipt of an invoice from Evernorth. 6.4.6 Business Relationship. Both Parties will immediately discontinue making any statements or taking any actions that might cause third parties to infer a business relationship continues to exist between the Parties under this Agreement, and where necessary or advisable, the Parties will inform third parties that the Parties no longer have a business relationship. 6.5 Effects of Termination. In addition to any other rights or remedies Client or Evernorth may have, if either Party terminates this Agreement for cause, Termination will not 13 constitute a Party’s exclusive remedy for any default, and neither Party will be deemed to have waived any of its rights accruing hereunder prior to such default. 7 OPERATING EXPENSES, COMPENSATION, REPORTING AND PAYMENTS 7.1 Operational Expenses. Evernorth will use the attached Appendix 1: Operating Budget as the projected budget for Operational Expenses (Salaries and Benefits, Supplies, Other Direct Expenses, System Expenses) and Other Infrastructure Costs, estimated Implementation Costs and Management Fees related to the Health Center Services for the Initial Term. The Operating Budget may be modified based on any change in the Health Center Commencement Date, delay in the required Build-Out, or modification of services requested by the Client, as mutually agreed upon by the Client and the Evernorth. Evernorth shall use its best efforts to manage all Total Operational Expenses to those amounts listed in the Operating Budget. Client acknowledges that said Operating Budget constitutes Evernorth's good faith projection of anticipated operating costs and expenses for the Health Centers. Client understands and acknowledges that the Operating Budget may change, based upon the volume of Participants seen at the Health Centers and other factors, such as a change in Evernorth Personnel with respect to level of professional licensure or salary. 7.2 Adjustment to Budget. 7.2.1 Additional Resources. In the event that Client requests permanent additional clinical and/or administrative personnel to provide the Services at the Health Center or other services, the cost of which will exceed the estimates set forth in the Appendix 1: Operating Budget, Client shall pay to Evernorth, in addition to all Management Fees and Operational Expenses, an amount equal to the additional expenses incurred in connection with the additional Services (“Additional Resource Charges”). 7.2.2 Temporary Resources. If Clinical Personnel (excluding Health Coach, as applicable) take Paid Time Off or Leave (as described in Section 15) or there is otherwise an inability to provide Services that is to be expected to be in excess of ten (10) business days (“Vacancy”), Evernorth will inform Client of such Vacancy, and will determine in consultation with Client if the position will be temporarily staffed. In the event that Client elects to have such position filled on a temporary basis, Client shall so notify Evernorth in writing. Evernorth shall use best efforts to secure the temporary labor requested to fill Vacancy. Client shall remain responsible for the payment of the costs for the Evernorth Personnel that has taken PTO or Leave in addition to paying for any additional temporary resources requested by Client. 14 7.2.3 Payment. Client shall pay and reimburse Evernorth for the following as listed in the Appendix 1: Operating Budget: i.Total Operational Expenses (Salaries and Benefits, Supplies, Other Direct Expenses, Systems Expenses); ii.Infrastructure Costs; iii.Implementation Costs; and iv.Management Fees. In addition, Client shall reimburse Evernorth for Additional Resource Charges incurred under this Scope of Services. Payments shall be sent to: Deborah Coolidge, Evernorth Direct Health, LLC, 25600 North Norterra Drive, Phoenix, AZ 85085. 7.2.4 Invoicing Procedures. On or before the 20th day of each month, Evernorth will issue to Client an invoice for Fees, Operational Expenses, Implementation Costs and Additional Resource Charges (collectively, “Health Center Fees”) due and owing for Health Center Services performed during the preceding month. Client shall pay Evernorth within thirty (30) days of receipt of an invoice for Health Center Fees. Invoice charges for supplies shall reflect actual amounts billed to Evernorth from the supply manufacturer/vendor and shall not be adjusted for any rebate Evernorth may receive from an affiliated Group Purchasing Organization. 7.2.5 Renewal Terms. Sixty (60) days prior to the expiration of the Initial Term of the Agreement, Evernorth shall present to Client a proposed Operating Budget for the Health Center for any Renewal Term, and Client and Evernorth shall mutually agree on such Operating Budget. Thereafter during any Renewal Term of the Agreement, sixty (60) days prior to the expiration of the Renewal Term, Evernorth shall present to Client a proposed Operating Budget for the Health Center for the upcoming Renewal Term, and Client and Evernorth shall mutually agree on such Operating Budget. 8 REPORTING, BOOKS, AND RECORDS 8.1 Maintenance of Records. Evernorth shall keep, maintain and preserve, in Evernorth’s principal place of business or at such other secure locations as may be determined by Evernorth, during the Term and for at least three (3) years following termination or expiration of the Term, complete and accurate records and accounts covering all transactions relating to this Agreement. All such records and accounts shall be maintained in accordance with generally accepted accounting principles consistently applied. 8.2 Notice of Audit, Audit Limitations. At any time during the Term and up to three (3) calendar years following the expiration or termination of this Agreement, Client or its 15 designee shall have the right, upon forty-five (45) days prior written notice to Evernorth, to audit all documents and records related to the Operational Expenses of the Health Center, with the exception of certain administrative and medical supplies and equipment where prohibited by confidentiality provisions in the applicable vendor agreement with Evernorth or its Affiliate, for the purchase of such administrative and medical supplies and equipment. Such audits shall be limited to one (1) every twelve (12) months, and shall be conducted during normal business hours, at Evernorth’s office or at mutually agreeable locations. Notwithstanding the above, Client shall have no obligation to perform such audit. If not otherwise subject to confidentiality provisions set forth in this Agreement, Client shall be required to sign a confidentiality agreement as mutually agreed upon by the Parties. Designees or representatives of Client shall be required to execute a confidentiality agreement mutually agreed upon by the Parties. Such audits shall not include the disclosure of Protected Health Information (PHI) as defined in HIPAA, or the disclosure of employee records or other confidential or commercially sensitive, trade secret information. Client will promptly provide Evernorth with a copy of any audit reports, findings and summaries. 8.3 Contest of Audit. Auditor shall provide Evernorth with a copy of the audit results for Evernorth’s review and opportunity to comment before auditor shares the results with the Client. Evernorth shall, at its sole expense, have the right to contest the results of any audit conducted by Client, and in such event, a second audit shall be conducted by an independent certified public accountant acceptable to both Parties. The results of this second audit shall be binding upon the Parties hereto. 9 NOTICES 9.1 All notices, demands, and other communications under this Agreement shall be in writing to the appropriate address set forth below and shall be deemed received on the date confirmed on: (i) the return receipt for certified mail sent return receipt requested, via the USPS; or (ii) the receipt for notices sent by a reliable overnight courier. If to Evernorth: With a Copy to: Jeffrey Perry, DBA, PhD Chief Operating Officer, Vice President Evernorth Direct Health, LLC 25600 N. Norterra Drive Building A, 1st Floor Phoenix, Arizona 85085 Karen R. Palmersheim, Esq. Cigna Legal 400 North Brand Blvd. 3rd Floor - Routing 383 Glendale, CA 91203 (818) 500-6497 16 (623) 277-2322 If to Client: With a Copy to: 9.2 Either Party may change the address for notification purposes upon prior and reasonable written notice thereof to the other. 9.3 Invoices shall be sent to the Client at the address indicated above. Payments shall be made in accordance with Section 7.2. 10 OWNERSHIP 10.1 Client-Owned Property. Except as noted in Section 10.2, Client is and shall be the sole and exclusive owner of all right, title and interest in and all materials furnished by Client, and all furniture, supplies, equipment and other contents of the Health Center (“Health Center Contents”) that Evernorth or its Affiliate has purchased or may during the term of the Agreement purchase on behalf of Client, and Health Center marketing materials created, developed or otherwise submitted by Evernorth and parties engaged by Evernorth, whether directly or indirectly, in connection with rendering Services under this Agreement. Deliverables created specifically for Client pursuant to this Agreement become the property of Client. Deliverables shall not include Evernorth Equipment or Evernorth Materials, as hereinafter defined. Notwithstanding this, Client agrees that it will not take ownership of any medication upon termination; Evernorth shall take any required actions to dispose of medications. If Evernorth is able to return any medication to the manufacturer or distributor for a full or partial refund, Evernorth shall attempt to do so and obtain a credit for Client. Client also acknowledges that some of the Health Center Contents may constitute medical or other devices that, if used inappropriately or by an untrained or unlicensed person, could cause harm or injury. Client agrees to take the appropriate measures to ensure that such Health Center Contents are either properly disposed of, or only used by the appropriate medical professionals. 10.2 Evernorth Equipment. Client acknowledges that Evernorth has purchased and shall be the owner of the following equipment (“Evernorth Equipment”), and Evernorth shall be entitled to retain ownership and possession of all such Evernorth Equipment after expiration or termination of this Agreement for whatever reason: i.Computer CPUs ii.Monitors 17 iii. Keyboards iv.Computer Mice v.Laptops vi.VPN Token Keys vii.Air Cards viii. Scanners ix.Multi-Functional Printers x.Access Boxes (Label Printer/Network Connectors xi.Routers xii.Credit Card Machines xiii. iPads 10.3 Evernorth Materials. 10.3.1 Program Materials. All Evernorth program materials, including handouts, presentations, and workbooks (collectively, “Evernorth Program Materials”), are the sole and exclusive property of Evernorth. Any Evernorth Program Materials distributed to program Participants may be used solely for the purpose of participating in the applicable Evernorth program. Client shall not alter, republish, redistribute, record or rebroadcast Evernorth Program Materials, including posting on the internet, without Evernorth's prior written consent. 10.3.2 Proprietary Materials. Client acknowledges that in providing the services hereunder, Evernorth may utilize proprietary materials, reports, models, software, documentation, know-how and processes owned by Evernorth that were or are not created specifically by Evernorth for Client (“Evernorth Materials”). Client acknowledges that ownership of and title to such Evernorth Materials remains with Evernorth and is not transferred to Client. 10.4 Use of Name and Trademarks, Publicity 10.4.1 Client’s Marks. Except as expressly provided in the Agreement, no property, license, permission or interest of any kind in or use of any trademark, copyright, patent, trade secret, logo, trade name, color combination, insignia or device owned or used by Client is or is intended to be given or transferred or acquired by Evernorth or any other party by the execution, performance or non-performance of this Agreement or any part thereof. Evernorth agrees that it shall not use (directly or indirectly) or register any of Client’s trademarks, service marks or trade names in connection with 18 any products, services, promotions or publications without Client’s prior written approval. Evernorth shall not remove or alter any trademark, service mark, trade name, copyright or other proprietary notices, legends, symbols or labels appearing on or in materials delivered to Evernorth by Client without Client’s prior written approval. 10.4.2 Evernorth’s Mark. Except as expressly provided in the Agreement, no property, license, permission or interest of any kind in or use of any trademark, copyright, patent, trade secret, logo, trade name, color combination, insignia or device owned or used by Evernorth is or is intended to be given or transferred or acquired by Client or any other party by the execution, performance or non-performance of this Agreement or any part thereof. Client agrees that it shall not use (directly or indirectly) or register any of Evernorth’s trademarks, service marks or trade names in connection with any products, services, promotions or publications without Evernorth’s prior written approval. Client shall not remove or alter any trademark, service mark, trade name, copyright or other proprietary notices, legends, symbols or labels appearing on or in materials delivered to Client by Evernorth without Evernorth’s prior written approval. 11 EVERNORTH GENERAL WARRANTIES 11.1 General Warranties. Evernorth hereby represents and warrants to Client, with the intention that Client rely thereon in entering into this Agreement, that: 11.1.1 Evernorth has the full right and authority to enter into and perform this Agreement and vest in Client all the rights set forth in this Agreement; 11.1.2 Evernorth Personnel have all the necessary professional licenses to perform the Services in connection with this Agreement; 11.1.3 Evernorth agrees that it and Evernorth Personnel will perform the Health Center Management and Clinical Services in a good, professional, and workmanlike manner, using that degree of skill and care as would a prudent supplier performing similar services under similar circumstances and in compliance with all applicable laws and regulations; 11.1.4 Evernorth shall comply fully, and shall require its Personnel to comply fully, with all federal, state and local laws, regulations, ordinances, codes and other legal provisions applicable to it and its Personnel in the performance of its obligations hereunder, including but not limited to those relating to HIPAA, workers compensation, Social Security, unemployment insurance, hours of labor, wages, 19 working conditions and other employer-employee matters with respect to Evernorth Personnel; and 11.1.5 Evernorth Personnel will exercise their own independent medical and professional judgment in the performance of Clinical Services, and Client will have no responsibility to direct or control Personnel’s independent medical acts, decisions or judgment in the care of any Participant. 12 CLIENT GENERAL WARRANTIES 12.1 General Warranties. Client hereby represents and warrants to Evernorth, with the intention that Evernorth rely thereon in entering into this Agreement, that: 12.1.1 Client has the full right and authority to enter into and perform this Agreement and vest in Evernorth all the rights set forth in this Agreement; 12.1.2 the execution and performance by Client of this Agreement (including, without limitation, the Services) does not and will not violate or conflict with, or result in a breach of (i) any terms, conditions, duties or obligation to which Client is bound to any third party or (ii) any rights of any third party; 12.1.3 any materials and elements delivered or provided to Evernorth in connection with this Agreement and their use by Evernorth, will not defame any person or violate or infringe the copyright, trademark, patent, trade secret, privacy, reputation, creative or other rights of any person or entity; 12.1.4 the execution, delivery or performance of this Agreement will not require any license to use the intellectual property of a third party, other than any licenses currently held by a Party with the good faith belief that the licenses will endure or are renewable; and 12.1.5 Client shall comply fully with all federal, state and local laws, regulations, ordinances, codes and other legal provisions that may be applicable to its obligations hereunder. 13 CONFIDENTIAL INFORMATION 13.1 Protection of Confidential Information. During the Term of the Agreement, one Party (“Receiving Party”) may receive access from the other Party (“Disclosing Party”) to certain proprietary procedures, proprietary data, proprietary information, documents, and other material belonging to, prepared by or for, or concerning the Disclosing Party and its affiliates which shall, together with the terms and conditions hereof, be deemed to be Page 19 of 47 20 “Confidential Information.” For purposes of this Agreement, “Confidential Information” shall mean (i) the Agreement and the discussions, negotiations and proposals related to this Agreement, (ii) information, whether provided directly or indirectly from the other Party in writing, verbally, by electronic or other data transmission or in any other form or media or obtain through on-site visits at Client or Evernorth facilities and whether furnished or made available before or after the Effective Date of this Agreement, that is confidential, proprietary or otherwise not generally available to the public; (iii) any and all technical and business information that the Disclosing Party discloses or reveals to the Receiving Party, including but not limited to services, plans, products, policies, financial information; operation information including computer software programs, and shall include all summaries, extracts, copies, compilations, analyses, interpretations, presentations, and other materials derived therefrom. The term “Confidential Information” shall not include information which (i) at the time of disclosure to the Receiving Party was publicly available or thereafter becomes publicly available through no fault of the Receiving Party; (ii) is disclosed by the Disclosing Party to a third party without a nondisclosure obligation; (iii) is already rightfully in the Receiving Party’s possession or is rightfully received by the Receiving Party as evidenced by independent documentation. Neither Party shall attempt to access information not necessary for its performance hereunder. 13.2 Permitted Disclosure. The Receiving Party may disclose the Confidential Information of the Disclosing Party to the Receiving Party’s Personnel if they have a need to know and obligation to protect the Confidential Information that is at least as restrictive as this Agreement. The Receiving Party will use the Confidential Information of the Disclosing Party only to the extent as is necessary in and during the performance of this Agreement, and as expressly allowed hereunder, and will be responsible for any improper use or disclosure of any Confidential Information by its officers, partners, principals, Personnel or independent contractors (including individuals who become former partners, principals, employees, agents or independent contractors). 13.3 Required Disclosure. If at any time the Receiving Party is requested or required as a result of a judicial or regulatory proceeding to disclose any Confidential Information, the Receiving Party agrees to provide the Disclosing Party with prompt notice thereof so that the Disclosing Party may seek an appropriate protective order. If the Receiving Party is compelled by a judiciary or regulatory authority to disclose Confidential Information or else stand liable for contempt or suffer other censure, sanction or penalty, the Receiving Party may disclose such information to the extent required without liability hereunder. 13.4 Receiving Party Obligations. The Receiving Party agrees that until such time as any such Confidential Information becomes a part of the public domain without breach of this 21 Agreement by the Receiving Party or an agent or employee of the Receiving Party the Receiving Party shall: 13.4.1 treat, and obligate the Receiving Party’s employees, agents and representatives to treat as secret and confidential all such Confidential Information whether or not it be identified by the Disclosing Party as confidential; 13.4.2 not disclose any such Confidential Information to any person, firm, or corporation or use it in any manner whatsoever without first obtaining the Disclosing Party’s written approval; 13.4.3 to reveal the Confidential Information only to those employees, agents and representatives of the Receiving Party who require access to such Confidential Information in order to perform the Receiving Party’s obligations under this Agreement; and 13.4.4 not to employ the Confidential Information to Receiving Party’s advantage, other than as herein provided. 13.5 Third Party Information. Neither Party shall disclose to the other any proprietary information obtained on a confidential basis from any third party unless (i) the Party receiving such information shall have first received written permission from such third party to disclose such information or (ii) such information is in the public domain at the time of disclosure. 13.6 Injunction. The Parties acknowledge that the unauthorized disclosure of Confidential Information to any third party would immediately and irreparably injure the Disclosing Party and entitle the Disclosing Party to an immediate injunction or other equitable relief against the Receiving Party. 13.7 Return of Confidential Information. Unless a Receiving Party is expressly authorized by this Agreement to retain the Confidential Information of a Disclosing Party, the Receiving Party will promptly return or destroy, at the Disclosing Party’s option, their Confidential Information, and all copies thereof, within five (5) Business Days after the Disclosing Party’s written request, and will certify to the Disclosing Party that it no longer has in its possession or under its control any Confidential Information in any form, or any copy thereof. Notwithstanding the foregoing, subject to the terms and confidentiality obligations of this Agreement the receiving party and its Representatives (i) may to the extent required by applicable law, governmental authority or legal process maintain one confidential copy of the Confidential Information and (ii) shall not be required to erase, destroy or return any automatically created archival or backup copies residing on computer systems or other electronic forms of information retention processes, materials or equipment and accessible only to authorized IT administrative personnel. 22 14 PERSONNEL 14.1 Evernorth Staffing. Evernorth shall recruit, interview, engage, hire, supervise and discharge all Evernorth Personnel needed to provide the Clinical Services. All employment related decisions, including but not limited to hiring, firing, and performance management, shall be at the sole discretion of Evernorth and not Client. Such Evernorth Personnel shall in all events, and for all purposes, be employees or subcontractors of Evernorth and not Client. Evernorth shall comply with all federal, state and local laws regulations and requirements relating to such employees and subcontractors. Evernorth, and not Client, shall be fully responsible for the payment of all salaries, wages, payroll and other compensation, taxes, fees, workers compensation insurance and other charges or insurance levied or required by an federal, state, or local law, regulation or ordinance relating to the employment of the Evernorth Personnel. Evernorth, and not Client, shall be solely responsible for determining salaries, bonuses, and other compensation of Evernorth employees and subcontractors. 14.2 Background Checks. The Parties acknowledge and agree that the policies and procedures of Evernorth as to pre-employment testing, criminal background checks, Social Security Number and I-9 verification, performance management, disciplinary action and termination shall govern all Evernorth Personnel, including any confidentiality requirements contained therein. 14.3 Training. Evernorth will ensure that Evernorth Personnel receive all necessary and requisite statutorily mandated in-service, annual and proficiency training, and other such professional or paraprofessional education and training programs needed to ensure current proficiency in the Evernorth Personnel’s particular health care discipline or specialty. 14.4 Use of Subcontractors. Evernorth may use third party vendors contracted with Evernorth, its Affiliates, for supplies and equipment without Client’s prior written consent, e.g. pharmacy providers, temporary labor, and laboratory service providers. 14.5 Evernorth Personnel Performance. In the event that Client is dissatisfied with the performance of any Evernorth Personnel providing Clinical Services hereunder, or asserts that any Evernorth Personnel has engaged in misconduct as defined by Client or has materially failed to perform the Services in accordance with the Agreement, Client shall so advise Evernorth immediately and provide in writing the facts necessary to validate the concern or complaint. Evernorth shall promptly consult with Client as to the nature of the conduct complained of and the severity of Client’s dissatisfaction, and shall endeavor to resolve such issues to the satisfaction of Client provided such resolution is non- discriminatory and otherwise legal. Client acknowledges and agrees that the policies and 23 procedures of Evernorth or its Affiliates as to the performance shall govern, including any confidentiality requirements contained therein. Client agrees, where necessary, to cooperate with Evernorth in conducting any investigation or inquiry, and in providing documentation and testimonial support in event of litigation concerning Evernorth Personnel misconduct or failure to perform. 14.6 Independent Contractors. The Parties are independent contractors, and no Party is or shall represent itself as having, and nothing in this Agreement shall be construed as creating between the Parties, a relationship as employer-employee, partners, principal- agent, joint ventures, or any relationship other than that of independent parties. 14.7 Provision of Services at Health Center. Clinical Services may only be provided by Evernorth Personnel or any other professional provided by or arranged for through Evernorth. Client employees and contractors shall not be allowed to provide Clinical Services or any other health care services at the Health Center even if they are licensed to do so. 14.8 No Co-Employment. All Evernorth Personnel performing Services hereunder shall work under Evernorth’s supervision, provided, however, that the Clinical Personnel shall exercise independent professional judgment within the scope of his or her profession, and in addition a nurse practitioner shall be subject to oversight by an independently contracted physician for clinical consultation and oversight as required by law based upon protocol determined between such nurse practitioner and physician. 14.9 No Fringe Benefits. As an independent contractor, neither Evernorth nor Evernorth Personnel shall be entitled to any of the customary employee fringe benefits provided by Client to its employees, including, but not limited to, pension or group insurance plans, by virtue of the Services provided to Client under this Agreement. 15 HEALTH CENTER STAFFING 15.1 Staffing. 15.1.1 Evernorth shall provide or arrange for the provision of the following clinical and administrative staff (“Evernorth Personnel”) to provide Health Center Services at the Health Center: a.One (1) Full-Time Nurse Practitioner or Physician Assistant (“Clinical Personnel”) b.One (1) Full-Time Medical Assistant (“Clinical Personnel”) c.One (1) Full-Time Registered Nurse [OR OMIT RN REFERENCE IF HEALTH EDUCATOR] Health Coach (“Health Coach Personnel”) 24 d.One (1) Full-Time Registered Nurse Population Health Care Manager (“Population Health Care Manager Personnel”) 15.1.2 Full-Time is defined as regularly working a forty (40) hour week. 15.1.3 Client acknowledges and agrees that, in addition to Evernorth Holidays, as defined in Section 3.2, Evernorth Personnel shall be entitled to paid time off (“PTO”) and other leave (“Leave”) in accordance with applicable law and policies of Evernorth or its Affiliates, or applicable contract between Evernorth Personnel and Evernorth. PTO and Leave shall include: i.vacation days (including purchased days off) ii.personal days iii.sick days iv.military leave v.family medical leave (FMLA) vi.caregiver leave vii.disability leave; and viii.other leave in accordance with applicable law or Evernorth policy. 15.1.4 Nurse Practitioners may be entitled to up to five (5) days per year to complete continuing education requirements. 15.1.5 For Evernorth Personnel employed by Evernorth, the number of days of PTO is the same applicable to all employees of Evernorth and its Affiliates but may vary based on the job level and number of years of employment with Evernorth, and will be prorated for part-time work status. 15.1.6 For Evernorth Personnel not employed by Evernorth, i.e., independent contractors the number of days of PTO shall be defined in the contract between Evernorth and such Evernorth Personnel. 15.1.7 When the Nurse Practitioner takes PTO, the Health Center shall be closed for treatment purposes (and only open for administrative purposes to the extent a Medical Assistant is available to work). Evernorth shall, however, request that the Nurse Practitioner give Evernorth five days’ advance notice of any planned PTO where possible, so that Evernorth can share with Client in advance of any expected suspension of treatment services due to planned PTO by the Nurse Practitioner. 15.1.8 In the event that Evernorth Personnel will be absent for an extended period due to military leave, FMLA, or long term disability leave, Evernorth shall use its best efforts 25 to recruit and engage a qualified temporary substitute. In the event that Evernorth is unable to provide such qualified substitute, Evernorth shall provide a pro-rated adjustment to the Fees. 15.2.0 Evernorth shall not reduce the Compensation/Fees set forth in Appendix 1: Operating Budget for any absence of Evernorth Personnel due to the following: i.PTO; ii.sick time not considered as short term disability under the then current Evernorth policies; iii.closure of the Client’s work site(s) within which the Evernorth Personnel provides services under this Agreement, due to Client or other reasons beyond Evernorth's control, such as inclement weather, acts of nature, pandemic, or acts of the public enemy; and iv.Short term disability or caregiver leave for which the Evernorth Personnel is paid. 16 NON-SOLICITATION 16.1 During the term of this Agreement, and for a period of one (1) year after expiration or termination of this Agreement for any reason, Client shall not directly or indirectly, alone or in concert with others, solicit or entice an employee or independent contractor engaged by Evernorth to provide services under this Agreement, to leave the employment or engagement of Evernorth in order to provide substantially similar services as those provided in this Agreement, to or on behalf of Client, or to otherwise work in competition with Evernorth. Should there be a termination of this Agreement and Client desires to have a Evernorth Personnel work for Client or another health center vendor or otherwise serve in a similar capacity to benefit Client within one (1) year following termination of this Agreement, Client agrees that it shall reimburse Evernorth all severance costs Evernorth has paid to any and all Evernorth Personnel resulting from a termination of this Agreement. 17 INDEMNIFICATION 17.1 Evernorth Indemnification. Evernorth, its successors and assigns, assumes liability for, and shall indemnify, defend, protect, and hold Client and its officers, directors, employees, and agents and Affiliates (each, a “Client Indemnitee”) harmless from and against any and all claims, actions, suits, proceedings, costs, liabilities, judgments, obligations, losses, penalties, damages and expenses, including reasonable legal fees and Page 25 of 47 26 expenses, of whatsoever kind or nature: (i) to the extent caused in whole or in part by Evernorth’s own negligent acts or omissions in connection with its performance under this Agreement; (ii) arising out of Evernorth’s intentional misconduct in connection with its performance under this Agreement; or (iii) arising out of any violation by Evernorth of any law pertaining to the Services. 17.2 Client Indemnification. Client, its successors and assigns, assumes liability for, and shall indemnify, defend, protect, and hold Evernorth and its officers, directors, employees, agents and Affiliates (each, a “Evernorth Indemnitee”) harmless from and against any and all claims, actions, suits, proceedings, costs, liabilities, judgments, obligations, losses, penalties, damages and expenses, including reasonable legal fees and expenses, of whatsoever kind or nature: (i) to the extent caused in whole or in part by Client’s own negligent acts or omissions, directly or indirectly arising out of or in connection with this Agreement; (ii) arising out of Client’s intentional misconduct in connection with its performance under this Agreement; or (iii) arising out of any violation by Client of any law pertaining to this Agreement, including but not limited to Client’s obligations regarding the Build-Out and maintenance of the Health Center space. 17.3 Notice of Claims. Each Party will give notice as promptly as practicable to the other Party of any third-party claims for which it is obligated to provide indemnification. Each Party shall cooperate in all reasonable respects with the other Party and its attorneys in the investigation, trial and defense of such claim and any appeal arising therefrom. 17.4 Limitation of Liability. Notwithstanding any other provision in the Agreement, in no event will either Party be liable to the other Party hereto, in contract, tort or otherwise be liable for, nor will the measure of damages include: (i) any indirect, incidental, special or consequential damages (including lost revenue, profits or savings) arising out of or relating to its performance under this Agreement; or (ii) punitive damages. 18 INSURANCE 18.1 Evernorth will maintain at its own cost all necessary insurance (which shall include as a minimum, the requirements set forth below), for damages caused or contributed to, by Evernorth and insuring Evernorth against third party claims arising out of or resulting from activities or services performed by Evernorth during the Term of this Agreement: 18.1.1 Statutory worker’s compensation for Evernorth Personnel in accordance with applicable laws. 18.1.2 Employer’s Liability insurance in an amount of not less than One Million Dollars ($1,000,000.00) per occurrence. 27 18.1.3 Commercial General Liability insurance insuring against claims for bodily injury, property damage, completed operations and contractual liability with a limit of One Million Dollars ($1,000,000.00) per occurrence and Two Million Dollars ($2,000,000.00) in the annual aggregate. 18.1.4 Automobile liability insurance covering all vehicles owned, non-owned, hired and leased only when utilized in the performance of Services under this Agreement, with a combined single limit for bodily injury and property damage of not less than One Million Dollars ($1,000,000.00). 18.1.5 Managed Care Errors and Omissions insurance in an amount of not less than One Million Dollars ($1,000,000) per claim. 18.1.6 Medical Professional Liability insurance in the amount of One Million Dollars ($1,000,000) per claim, Three Million Dollars ($3,000,000) in the aggregate. 18.2 Client’s Property and Liability Insurance. Client agrees and acknowledges Client is the owner or lessee of the Facility and owner all of Health Center Contents other than Evernorth Equipment (as defined in Section 10). During the Term of this Agreement, Client shall be solely responsible for maintaining property and casualty insurance coverage insuring against the loss or damage of the Facility and the Health Center Contents. Cover for the Health Center Contents shall be in an amount not less than full replacement cost of such Health Center Contents. In addition, such property and casualty insurance shall cover Evernorth Equipment to the extent that any loss or damage to such Evernorth Equipment is not due to the negligent acts or omissions or intentional misconduct of Evernorth or Evernorth Personnel, and shall be in an amount not less than the full replacement cost of the Evernorth Equipment. Further, Client may, at its option, purchase and maintain its own liability insurance and, at its option, may purchase and maintain such insurance as will protect itself against claims which may arise from operations under the Agreement. 19 GOVERNING LAW; DISPUTE RESOLUTION 19.1 The terms of this Agreement, including attachments and exhibits, and all matters relating to these services, shall be governed by, and construed in accordance with, the substantive laws of the state of [INSERT STATE WHERE CLIENT IS LOCATED] and federal law, as applicable. 19.2 Parties agree that they shall meet and confer in good faith to resolve any problems or disputes that may arise under this Agreement. Such negotiation shall be a condition precedent to the filing of any arbitration demand by either Party. Any controversy, dispute or claim arising out of or relating to this Agreement, including its performance or 28 breach, and including any question regarding its interpretation, existence, validity or termination, that cannot be resolved informally, shall be resolved by way of binding arbitration. 19.3 The arbitration shall be administered by the American Arbitration Association (“AAA”) and conducted in Phoenix, Arizona or such other location as may be agreed to by the Parties, in accordance with the Commercial AAA rules, as they are in effect when the arbitration is filed. The binding arbitration shall be conducted by a single, neutral arbitrator knowledgeable in the health care or insurance industries or a retired judicial officer. If the Parties are unable to agree on the choice of the arbitrator, an arbitrator shall be appointed in accordance with the AAA rules. Any such dispute will not be resolved by a lawsuit or resort to court process, except as the Federal Arbitration Act provides for judicial review of arbitration proceedings. Arbitration under this provision will take place on an individual basis; class arbitrations and class actions are not permitted. The Federal Arbitration Act, 9 U.S.C. Sections 1-16, shall also apply to the arbitration. Civil discovery may be taken in such arbitration as provided by Arizona law and civil procedure. The arbitrator shall have the power to control the timing, scope, and manner of the taking of discovery and shall have the power to enforce the Parties’ respective duties concerning discovery. The arbitrator shall have the power to grant all legal remedies and award damages as provided by state and/or applicable federal law except that punitive damages shall not be awarded. 19.4 The Parties agree to be bound by the decision of the arbitrator. The Parties further agree that each Party shall share in the costs and fees of the arbitrator and arbitration administration fees charged by AAA, but each Party shall be responsible for their own attorneys’ fees, costs and expenses. 19.5 The arbitrator shall prepare in writing an award that indicates the prevailing Party or Parties, the amount and other relevant terms of the award, and that includes the legal and factual reasons for the decision. The requirement of binding arbitration shall not preclude either Party from seeking a temporary restraining order or preliminary injunction or other provisional remedies from a court of competent jurisdiction in Arizona; however, any and all other claims or causes of action, including, but not limited to, those seeking damages, shall be subject to binding arbitration as provided herein. 20 ASSIGNMENT AND DELEGATION OF DUTIES Neither Party may assign their duties, rights, or interests under this Agreement unless the other Party shall so approve by written consent, provided however, that Evernorth may at its sole discretion assign its duties, rights and interest under this Agreement in whole 29 or in part to a subsidiary or Affiliate or may delegate any and all of its duties in the ordinary course of business to a subsidiary or Affiliate. 21 BINDING EFFECT This Agreement shall inure to the benefit of and bind the respective successors and assigns of the Parties hereto. 22 TAXES 22.1 Evernorth will be responsible for any applicable sales, use, or other like taxes (hereinafter, “tax” or “taxes”) attributable to periods on or after the agreement date based upon or measured by Evernorth’s fees for performing or furnishing the services. To the extent Evernorth is required to collect such taxes under applicable law, Evernorth will separately state the amount of tax due on its invoices to Client. 23 FORCE MAJEURE 23.1 Default. Neither Party will be in default or otherwise liable for any delay or failure of its performance under this Agreement to the extent such delay or failure is due to causes beyond the reasonable control of said Party such as, but not limited to, acts of God, acts of public enemy, the elements, adverse weather conditions, fire, floods, riots, strikes, accidents, disease, pandemic, war, governmental requirement, order or shutdown, act of civil or military authority, manufacturer delays, labor or transportation difficulties, acts or omissions of transportation common carriers, or other cause beyond the reasonable control and without the fault or negligence of the affected Party (“Force Majeure Event”). Additionally, Client understands that in the event of a Force Majeure Event Evernorth's ability to perform in part or in total, or ability to perform onsite, may be limited to the extent required by Evernorth HR minimal standards policies for the protection of Evernorth employees. 23.2 Contingency Planning. If Client requests that Evernorth implement contingency plans or actions to prevent, circumvent or cure the adverse effect of a Force Majeure Event, Client shall be responsible for reimbursing Evernorth for the cost of their implementation during a Force Majeure Event. 24 SURVIVAL The terms of Sections 6, Term and Termination; 7 Operating Expenses, Compensation, Reporting, and Payments; 9, Notices; 10, Ownership; 11, Evernorth General Warranties; 12, Client General Warranties; 13, Confidential Information; 16, Non-Solicitation; 17, 30 Indemnification; 18, Insurance; 19, Governing Law; Dispute Resolution; 21, Binding Effect; 22, Taxes; 24, Survival; and 25.7, Third Party Beneficiaries shall survive termination or expiration of this Agreement. 25 MISCELLANEOUS 25.1 Contract Interpretation, Captions, Section Numbers. Article, section and paragraph numbers and captions are provided for convenience of reference and do not constitute a part of this Agreement. Any reference to a particular Section of the Agreement will be deemed to include reference to any and all subsections thereof. 25.2 Exhibits. All exhibits and schedules referred to or attached to this Agreement and all appendices thereto are integral parts of the Agreement as if fully set forth herein. All capitalized terms used in such exhibits and schedules and all appendices thereto shall be as defined in this Agreement, unless otherwise indicated in the exhibit schedule or appendix. 25.3 Neither Party Deemed Drafter. Despite the possibility that one Party or its representatives may have prepared the initial draft of this Agreement or any provision or played a greater role in the preparation of subsequent drafts, the Parties agree that neither of them will be deemed the drafter of this Agreement and that, in construing this Agreement, no provision hereof will be construed in favor of one Party on the ground that such provision was drafted by the other. 25.4 Counterparts. This Agreement may be executed in multiple counterparts, each of which will be deemed an original and all of which together will be deemed the same agreement. 25.5 Entire Agreement; Order of Precedence. This Agreement, the Exhibits, Schedules, Attachments, and all documents expressly referred to in this Agreement, contains the entire understanding between the Parties with respect to the subject matter of this Agreement, and all prior or contemporaneous promises, representations, agreements or understandings are expressly merged herein and superseded hereby. The persons signing this Agreement personally warrant that they are authorized to sign the Agreement on behalf of, and to bind, the Party whom they represent in so signing. 25.6 Severability. If any provision of this Agreement or its applications to particular circumstances is determined by a court of competent jurisdiction to be invalid or unenforceable, that provision (or its application to those circumstances) will be deemed stricken and the remainder of this Agreement (and the application of that provision to other circumstances) will continue in full force and effect insofar as it remains a workable instrument to accomplish the intent and purposes of the Parties; the Parties will replace the severed provision with the provision that will come closest to reflecting the intention 31 of the Parties underlying the severed provision but that will be valid, legal, and enforceable. 25.7 No Third Party Beneficiaries. The Parties specifically disavow any desire or intention to create a third party beneficiary contract, and specifically declare that no person, except for the Parties and their permitted assigns, if any, shall have any rights hereunder nor any right of enforcement. IN WITNESS THEREOF, the Parties hereto have caused this Agreement to be executed and signed by their respective officers duly authorized to do so, on the dates indicated below. Electronic signatures are acceptable and have the same binding effects as original signatures. CLIENT NAME EVERNORTH DIRECT HEALTH, LLC By: _________________________________ By: ___________________________________ Name: ______________________________ Name: Jeffrey T. Perry, DBA, PhD___________ Title: _______________________________ Date: _________________________________ Title: Chief Operating Officer, Vice President Date: ________________________________ __ 32 EXHIBIT A DEFINITIONS “Affiliate” means, with respect to a Party, any entity that controls, is controlled by, common control with, such Party. “Business Day” means any week day other than a day designated as a holiday by the United States Postal Service as revised from time to time provided such Business Day does not conflict with a Evernorth or Client recognized holiday. “Evernorth Personnel” means the Clinical Personnel and any Health Coach (R.N. coach or health educator) hired by Evernorth. “Clinical Personnel” means the Evernorth Personnel health care professionals hired by Evernorth as employees to perform services for Client under this Agreement. Evernorth Personnel include Health Center Personnel (Nurse Practitioner, Medical Assistant) and Health Coach who provide education and health coach services, but not professional medical services. Evernorth Personnel does not include third party subcontractors performing services under this Agreement. Evernorth Personnel does not include anyone hired by Client or contracted with Client directly to provide any services related to this Agreement. “FTE” means full-time equivalent. One FTE is equivalent to one employee working full-time. Full- time is defined as regularly working a forty hour week. “Health Coach” is a Evernorth Personnel who provides health coach services for Client under this Agreement. “Implementation Costs” means those costs associated with project management and Evernorth Personnel services prior to Health Center opening, including onsite consultations by Evernorth Operations and Clinical teams; quality assurance reviews; and initial training for Evernorth Personnel. “Infrastructure/Management Fee” means those costs associated with centralized administrative functions, such as procurement of supplies and liability insurance, support services (regulatory, compliance, and finance), and reporting and data integration. “Provider” means a duly licensed physician, advance practice registered nurse or physician assistant. 33 “Other Direct Expenses” means expenses related to the day-to-day operation of the Health Center, including, but not necessarily limited to: continuing medical education; postage and printing; marketing; ongoing training and education; overhead expenses, supplies, and ongoing travel (Evernorth Direct Health management coming to site). “Personnel” of a Party means the direct and indirect employees, subcontractors, and agents of such Party. “Salaries and Benefits” means the cost of wages paid to Evernorth Personnel, including local physician oversight/medical director or temporary staff, providing Services at the Health Center, plus payroll, related taxes and benefits (including paid time off where applicable.) “Supplies” means consumables related to the operation of the Health Center, i.e., office supplies, non-medical supplies, and medical supplies necessary for the proper delivery of Services to Participants, and pharmaceutical/flu serum supplies necessary to meet the pharmaceutical and immunization needs of Participants served at the Health Center. “Systems Expenses” means expenses associated with Employee Health Record (EHR) licenses; system costs of data circuits, routers, printers, etc.; systems support; and equipment fee for use of computers maintained and periodically replaced by Evernorth and support. 34 Appendix 1 – Operating Budget ADD BUDGET APPENDIX HERE 35 Appendix 2 – Health Coach Services 1.Onsite Wellness Coaching (80%) Health Coach shall provide one-on-one coaching sessions for Participants on topics, including: i.Nutrition a.Establish nutritional health goals collaboratively; b.Collaboratively (Participant and Health Coach) establish coaching for a duration and at a frequency based on the coaching plan; and c.Deliver topic-specific education and referrals, as needed. ii.Physical Activity a.Establish coaching duration and frequency collaboratively between Participant and Health Coach based on the coaching plan; and b.Deliver topic specific education and referrals, as needed. iii.Wellness Education and Referrals For: a. Prevention; b.Women’s issues (includes menopause, infertility); c.Children’s health issues (includes the importance of vaccines, healthy eating, exercise, etc.); d.Men’s health; e.Sleep; f.Stress; g.Weight; h.Other health topics and concerns; and i.Collaboratively (Participant and Health Coach) establish coaching for a duration and at a frequency based on the coaching plan. iv.High Blood Pressure: a.Establish blood pressure reduction goals collaboratively (Participant, physician and Health Coach); b.Collaboratively (Participant and Health Coach) establish coaching for a duration and at a frequency based on the coaching plan; c.Deliver condition-specific education and referrals, as needed; and d.Identify any Gaps in Care (“GIC”) and educate and assist in closing the GICs. v.High Cholesterol a.Establish cholesterol reduction goals collaboratively (Participant, physician and Health Coach); b.Collaboratively (Participant and Health Coach) establish coaching for a duration and at a frequency based on the coaching plan; 36 c.Deliver condition-specific education and referrals, as needed; and d.Identify any Gaps in Care (“GIC”) and educate and assist in closing the GICs. vi.Maternity a.Education on and referrals to Health Pregnancy/Healthy Baby program (if purchased by Client) or Healthy Babies; b.Education on the importance of prenatal care; c.Leverage clinical guidelines used in existing programs; and d.Coordinate with a lactation consultant. vii.Benefits Navigation a.Deliver basic information concerning benefit resources and tools to maximize benefits, including cost and quality tools, mycigna.com resources, etc.; b.Refer to Client Human Resources contact for detailed plan questions, concerns, and issues requiring escalation; c.Education and referrals to plan clinical programs (internal and external); and d.Assist employees with health care professional referrals, (e.g., primary care physician or specialist referrals in the Cigna network). 2.Onsite Wellness Promotion (20%) Health Coach shall support onsite wellness promotion events and activities for Client employee population, including: i.Support One Annual Biometric Event a.Assist with event logistics: suggest times of biometric event, measurements of location space for holding event, and conduct a pre-event interest survey to gauge estimated participation; b.Assist with biometric consultations on the day of biometric event; and c.Promote the event, including posting signage. ii.Support Health Risk Assessment (“HRA”) Completion a.Assist with HRA surveys delivered annually to employees; b.Provide wellness coaching and consultations on HRA results; and c.Referrals to clinical programs where appropriate based on HRA results. iii.Deliver Onsite Group Seminars a.Plan and deliver up to three (3) seminars per quarter, which may be presentation- style “lunch and learn” or a seminar. iv.Deliver Annual Workshops a.Plan and deliver up to two (2) workshop per calendar year. A workshop is interactive and includes learning activities, and a workshop can be delivered in a single session or multiple sessions. v.Support Annual Flu Shot Event 37 a.Assist with event logistics; suggest times of flu shot Health Center event, measurements of location space for holding event, conduct a pre-event interest survey to gauge estimated participation; and b.Promote the event, including posting signage. vi.Miscellaneous a.Staff a monthly “Stop By” booth theme that is specific to each month and do the same at annual Wellness Fair; b.Develop, monitor and manage a bulletin board topic of the month; c.Engage employees to establish coaching referrals; d.Work in collaboration with the Cigna HealthCare account team to analyze health spending trends and related actions (CAP report analysis); and e.Attend Client wellness committee steering meetings. 3.Client and Evernorth Health Coach Office and IT Requirements. The Parties shall provide the space and equipment necessary for Health Coach to provide the Health Coach Services herein, as described below: 3.1 Client Provisions for Health Coach Office. Client shall provide and maintain a Health Coach Office in accordance with the following requirements: i.Office Location. Health Coach Office shall be located in an area that: a.has viable and reliable wireless internet connectivity, preferably not on a basement or underground level; and b.is an accessible area for the general employee population and has access to restrooms and other facility services (cafeteria, break room, etc.) ii.Office Layout. Health Coach Office layout requirements include: a.Provides a private environment for Health Coach/employee conversation; b.120 - 180 square feet of office space; c.Locking office door(s); d.Locking file cabinet and/or locking cabinet; e.At least one (1) electrical outlet; f.One (1) desk with locking drawers (locking desk drawers are not necessary if have locking file cabinet and/or locking cabinet); g.Two (2) chairs (one (1) for Health Coach and one (1) for employee). iii.Office Signage. Appropriate signage can be placed on or outside the Health Coach office door which: a.Identifies the office as the Health Coach office; and b.Identifies hours Heath Coach is on the campus and a phone number to contact the Health Coach when not in the office but is onsite. 38 iv.Health Coach Information Box. A secured Information box (to be opened only by Health Coach) placed outside the Health Coach office for employees to drop messages when the Health Coach is and/or is not onsite. v.Bulletin Board. A bulletin board that can be placed at the various campus or building locations so that the Health Coach can post health related information. The board will be updated no less frequently than monthly based on the health topic for the month, etc. vi.Phone. Client to provide or arrange for the provision of the following: a.Client provided telephone within Client network, preferably with speaker phone, voicemail access and message capabilities (including remote access), call waiting, and the ability to make and receive local, long distance and toll- free calls. 3.2 Evernorth Provisions for Health Coach Office. At its sole cost and expense, unless otherwise indicated therein, Evernorth shall provide or arrange for the provision of those Evernorth obligations set forth below: a.Evernorth Laptop for Health Coach; b.Two Evernorth printers which will be connected to the Evernorth Laptop for Health Coach reports (one is print/fax/scan black printer - color printer is for Health Coach reports requiring color); c.Paper shredder; d.Air card and cell phone for our Health Coaches; and e. Evernorth IT supports this IT equipment above provided to our Evernorth onsite health coaches. 39 APPENDIX 3 BUSINESS ASSOCIATE ADDENDUM (For Population Health Services) This Business Associate Addendum (this “Addendum”) is entered into by and between Client Name (“Client”), on behalf of itself and its operating subsidiaries and affiliates as Plan Sponsor of the group health plan (“Plan”), and Evernorth Direct Health, LLC (“Supplier”), on behalf of itself and its operating subsidiaries and affiliates, and is effective as of ________________, 2022 (the “Effective Date”). Each party’s rights and obligations under this Addendum shall extend to its operating subsidiaries and affiliates. WHEREAS, Client and Supplier have entered or will enter into certain agreements (“Supplier Agreements”) under which Supplier provides certain population health related services to Client (and its operating subsidiaries and affiliates) which may involve the use or disclosure of Protected Health Information (“PHI”); and WHEREAS, the services provided by Supplier to Client may cause Supplier to be considered a “Business Associate” under the privacy and security regulations issued under the Health Insurance Portability and Accountability Act of 1996, Public Law 104-191 (“HIPAA”), as set forth in 45 C.F.R. Parts 160 and 164, and as amended by the Health Information Technology for Economic and Clinical Health Act (the “HITECH Act”), Public Law 111-5 (collectively, the HIPAA Privacy and Security Rules”); and WHEREAS, Client and Supplier wish to enter into this Addendum to comply with the requirements of the HIPAA Privacy and Security Rules. NOW THEREFORE, in consideration of the mutual covenants and conditions contained herein and the provision of PHI by Client to Supplier under the Supplier Agreements in reliance on this Addendum, the parties agree as follows: 40 I.GENERAL PROVISIONS Section 1. Effect. As of the Effective Date, the terms and provisions of this Addendum are incorporated in and shall supersede any conflicting or inconsistent terms and provisions of (as applicable) any Agreements entered into between Client and Supplier to which this Addendum applies including all exhibits or other attachments to, and all documents incorporated by reference in, any such applicable agreements (individually and collectively any such applicable agreements are referred to as the “Agreement”). This Addendum sets out terms and provisions relating to the use and disclosure of Protected Health Information (“PHI”) without written authorization from the Individual. To the extent there is a conflict between the Agreement and this Addendum, this Addendum shall control. Section 2. Amendment to Comply with Law. Supplier, on behalf of itself and its affiliates, parents and subsidiaries that perform services under the Agreement (collectively referred to as “Supplier”), Employer (also referred to as “Plan Sponsor”), and the group health plan that is the subject of the Agreement (also referred to as the “Plan”) agree to amend this Addendum to the extent necessary to allow either the Plan or Supplier to comply with applicable laws and regulations including, but not limited to, the Health Insurance Portability and Accountability Act of 1996 and its implementing regulations (45 C.F.R. Parts 160 to 164) (“HIPAA Privacy and Security Rules”). Section 3. Relationship of Parties. The parties intend that Supplier is an independent contractor and not an agent of the Plan or the Plan Sponsor. II.PERMITTED USES AND DISCLOSURES BY Supplier Section 1. Uses and Disclosures Generally. Except as otherwise provided in this Addendum, Supplier may use or disclose PHI to perform functions, activities or services for, or on behalf of, the Plan as specified in the Agreement, provided that such use or disclosure would not violate the HIPAA Privacy & Security Rules if done by the Plan. Supplier shall not further use or disclose PHI other than as permitted or required by this Addendum, or as required by law. Section 2. To Carry Out Plan Obligations. To the extent Supplier is to carry out one or more of the Plan’s obligations under Subpart E of 45 C.F.R. Part 164, Supplier agrees to comply with the requirements of Subpart E that apply to the Plan in the performance of such obligations. 41 Section 3. Management and Administration. (A)Supplier may use PHI for the proper management and administration of Supplier or to carry out the legal responsibilities of Supplier. (B)Supplier may disclose PHI for the proper management and administration of Supplier, provided that disclosures are: (a) required by law; or (b) Supplier obtains reasonable assurances from the person to whom the information is disclosed that it will remain confidential and used or further disclosed only as required by law or for the purpose for which it is disclosed to the person, and the person notifies Supplier of any instances of which it is aware in which the confidentiality of the information has been breached. (C)Supplier may use or disclose PHI to provide Data Aggregation services relating to the Health Care Operations of the Plan, or to de-identify PHI. Once information is de- identified, this Addendum shall not apply. Section 4. Required or Permitted By Law. Supplier may use or disclose PHI as required by law or permitted by 45 C.F.R. §164.512. III.OTHER OBLIGATIONS AND ACTIVITIES OF Supplier Section 1. Receiving Remuneration in Exchange for PHI Prohibited. Supplier shall not directly or indirectly receive remuneration in exchange for any PHI of an Individual, unless an authorization is obtained from the Individual, in accordance with 45 C.F.R. §164.508, that specifies whether PHI can be exchanged for remuneration by the entity receiving PHI of that individual, unless otherwise permitted under the HIPAA Privacy Rule. Section 2. Limited Data Set or Minimum Necessary Standard and Determination. Supplier shall, to the extent practicable, limit its use, disclosure or request of Individuals’ PHI to the minimum necessary amount of Individuals’ PHI to accomplish the intended purpose of such use, disclosure or request and to perform its obligations under the underlying Agreement and this Addendum. Supplier shall determine what constitutes the minimum necessary to accomplish the intended purpose of such disclosure. Section 3. Security Standards. Supplier shall use appropriate safeguards and comply with Subpart C of 45 C.F.R. Part 164 with respect to Electronic PHI to prevent use or disclosure of PHI other than as provided for by the Agreement. Section 4. Protection of Electronic PHI. With respect to Electronic PHI, Supplier shall: (A)Implement administrative, physical and technical safeguards that reasonably and appropriately protect the confidentiality, integrity and availability of the Electronic 42 PHI that Supplier creates, receives, maintains or transmits on behalf of the Plan as required by the Security Standards; (B)Ensure that any agent or subcontractor to whom Supplier provides Electronic PHI agrees to implement reasonable and appropriate safeguards to protect such information; and, (C)Promptly report to the Plan any Security Incident with respect to Electronic PHI of which it becomes aware and which has compromised the protections set forth in the HIPAA Security Rule. In the event of a Security Incident, Supplier shall report to the Plan in writing (i) any actual, successful Security Incident within ten (10) business days of the date on which Supplier first becomes aware of such actual, successful Security Incident and (ii) to the extent commercially reasonable, the Plan may request Supplier to report in writing attempted but unsuccessful Security Incidents involving PHI of which Supplier becomes aware, provided however that such reports are not required for trivial and routine incidents such as port scans, attempts to log-in with an invalid password or user name, denial of service attacks that do not result in a server being taken off-line, malware and pings or other similar types of events. Section 5. Reporting of Violations. Supplier shall report to the Plan any use or disclosure of PHI not provided for by this Addendum of which it becomes aware. Supplier agrees to mitigate, to the extent practicable, any harmful effect from a use or disclosure of PHI in violation of this Addendum of which it is aware. Section 6. Security Breach Notification. Supplier will notify the Plan of a Breach (including privacy related incidents that might, upon further investigation, be deemed to be a Breach) without unreasonable delay and, in any event, within ten (10) business days after Supplier’s discovery of same. This notification will include, to the extent known: i.the names of the individuals whose PHI was involved in the Breach; ii.the circumstances surrounding the Breach; iii.the date of the Breach and the date of its discovery; iv.the information Breached; v.any steps the impacted individuals should take to protect themselves; vi.the steps Supplier is taking to investigate the Breach, mitigate losses, and protect against future Breaches; and, vii.a contact person who can provide additional information about the Breach. 43 For purposes of discovery and reporting of Breaches, Supplier is not the agent of the Plan or the Employer (as “agent” is defined under common law). Supplier will investigate Breaches, assess their impact under applicable state and federal law, including HITECH, and make a recommendation to the Plan as to whether notification is required pursuant to 45 C.F.R. §§164.404-408 and/or applicable state breach notification laws. With the Plan’s prior approval, Supplier will issue notices to such individuals, state and federal agencies – including the Department of Health and Human Services, and/or the media – as the Plan is required to notify pursuant to, and in accordance with the requirements of applicable law (including 45 C.F.R. §§164.404-408). In the event of a Breach affecting multiple Supplier clients where Supplier believes notification to affected individuals is required in accordance with applicable law, Supplier reserves the right to issue notifications to the affected individuals without Plan approval. Supplier will pay the costs of issuing notices required by law and other remediation and mitigation which, in Supplier’s discretion, are appropriate and necessary to address the Breach. Supplier will not be required to issue notifications that are not mandated by applicable law. Supplier shall provide the Plan with information necessary for the Plan to fulfill its obligation to report Breaches affecting fewer than 500 Individuals to the Secretary as required by 45 C.F.R. §164.408(c). Section 7. Disclosures to and Agreements with Third Parties. Supplier agrees to ensure that any subcontractors that create, receive, maintain, or transmit PHI on behalf of Supplier agree to the same restrictions, conditions and requirements that apply to Supplier with respect to such information. Section 8. Access to PHI. Supplier shall provide an Individual with access to such Individual's PHI contained in a Designated Record Set in response to such Individual's request in the time and manner required in 45 C.F.R. §164.524. Section 9. Availability of PHI for Amendment. Supplier shall respond to a request by an Individual for amendment to such Individual’s PHI contained in a Designated Record Set in the time and manner required in 45 C.F.R. §164.526. Section 10. Right to Confidential Communications and to Request Restriction of Disclosures of PHI. Supplier shall respond to a request by an Individual for confidential communications or to restrict the uses and disclosures of PHI contained in such Individual’s Designated Record Set in the time and manner required by 45 C.F.R. §164.522. Supplier shall not be obligated to agree to, or implement, any restriction, if such restriction would hinder Health Care Operations or the provision of the functions, 44 activities or services, unless such restriction would otherwise be required by 45 C.F.R. § 164.522(a). Section 11. Accounting of PHI Disclosures. Supplier shall provide an accounting of disclosures of PHI to an Individual who requests such accounting in the time and manner required in 45 C.F.R. §164.528. Section 12. Availability of Books and Records. Supplier hereby agrees to make its internal practices, books and records relating to the use and disclosure of PHI received from, or created or received by Supplier on behalf of the Plan, available to the Secretary for purposes of determining the Plan's compliance with the Privacy Rule. Section 13. Standard Transactions. Supplier certifies that it conducts any applicable transactions that are subject to the HIPAA standard transaction rules (45 C.F.R. Parts 160- 164) as required under such rules. IV.TERMINATION OF AGREEMENT WITH Supplier Section 1. Termination Upon Breach of Provisions Applicable to PHI. Any other provision of the Agreement notwithstanding, the Agreement may be terminated by the Plan upon prior written notice to Supplier in the event that Supplier materially breaches any obligation of this Addendum and fails to cure the breach within such reasonable time as the Plan may provide for in such notice. If Supplier knows of a pattern of activity or practice of the Plan that constitutes a material breach or violation of the Plan’s duties and obligations under this Addendum, Supplier shall provide a reasonable period of time, as agreed upon by the parties, for the Plan to cure the material breach or violation. Provided, however, that, if the Plan does not cure the material breach or violation within such agreed upon time period, Supplier may terminate the Agreement at the end of such period. Section 2. Use and Disclosure of PHI upon Termination. The parties hereto agree that it is not feasible for Supplier to return or destroy PHI at termination of the Agreement; therefore, the protections of this Addendum for PHI shall survive termination of the Agreement, and Supplier shall limit any further uses and disclosures of such PHI to the purpose or purposes which make the return or destruction of such PHI infeasible. 45 V.OBLIGATIONS OF THE PLAN AND PLAN SPONSOR Section 1. Disclosures Generally. Except as otherwise provided for in this Addendum, the Plan will not request that Supplier use or disclose PHI in any manner that would not be permissible under HIPAA or HITECH if done by the Plan. Section 2. Disclosures to the Plan or Third Parties. To the extent the Plan requests that Supplier disclose PHI either to the Plan or to a third party business associate acting for the Plan, the Plan represents and warrants that: (A)It only will request PHI for the purposes of Treatment, Payment, or Health Care Operations, or another permitted purpose under the HIPAA Privacy Rule; (B)The information requested is the minimum necessary to achieve the purpose of the disclosure; and (C)If the PHI is to be disclosed to a third party, the Plan has a business associate agreement in place with the third party. Section 3. Disclosure to Plan Sponsor. To the extent the Plan requests that Supplier disclose PHI to the Plan Sponsor, the Plan and Plan Sponsor each represent and warrant that: (A)The information only will be used for one of the following purposes: i.Plan Administration functions, as defined by the HIPAA Privacy Rule, and that the Plan Sponsor has executed the required plan amendment and certification allowing the disclosure, as set out in the HIPAA Privacy Rule; ii.Enrollment functions, provided the information to be disclosed is limited to enrollment and disenrollment information; or iii.To amend, modify, or terminate the Plan, or to obtain premium bids to provide health insurance coverage under the Plan, provided the information to be disclosed is limited to Summary Health Information, as defined in the HIPAA Privacy Rule; and (B)The information requested is the minimum necessary to achieve the purpose of the disclosure. VI.DEFINITIONS FOR USE IN THIS ADDENDUM Definitions. Certain capitalized terms used in this Addendum shall have the meanings ascribed to them by HIPAA and HITECH including their respective implementing 46 regulations and guidance. If the meaning of any term defined herein is changed by regulatory or legislative amendment, then this Addendum will be modified automatically to correspond to the amended definition. All capitalized terms used herein that are not otherwise defined have the meanings described in HIPAA and HITECH. A reference in this Addendum to a section in the HIPAA Privacy Rule, HIPAA Security Rule or HITECH means the section then in effect, as amended. “Breach” means the unauthorized acquisition, access, use or disclosure of Unsecured Protected Health Information which compromises the security or privacy of such information, except where an unauthorized person to whom such information is disclosed would not reasonably have been able to retain such information. A Breach does not include any unintentional acquisition, access or use of PHI by an employee or individual acting under the authority of Supplier if such acquisition, access or use was made in good faith and within the course and scope of the employment or other professional relationship of such employee or individual with Supplier; any inadvertent disclosure from an individual who is otherwise authorized to access PHI at a facility operated by Supplier to another similarly situated individual at the same facility; and such information is not further acquired, accessed, used or disclosed without authorization by any person. “Business Associate” means Supplier. “Covered Entity” means the Plan. “Designated Record Set” shall have the same meaning as the term "designated record set" as set forth in the Privacy Rule, limited to the enrollment, payment, claims adjudication and case or medical management record systems maintained by Supplier for the Plan, or used, in whole or in part, by Supplier or the Plan to make decisions about Individuals. “Effective Date” shall mean the earliest date by which Supplier and the Plan must enter into a business associate agreement under 45 C.F.R. Part 164. “Electronic Protected Health Information” shall mean PHI that is transmitted by, or maintained in, electronic media as that term is defined in 45 C.F.R. §160.103. “Limited Data Set” shall have the same meaning as the term “limited data set” as set forth in 45 C.F.R. §164.514(e)(2). 47 “Protected Health Information” or “PHI” shall have the same meaning as set forth at 45 C.F.R. §160.103. “Secretary” shall mean the Secretary of the United States Department of Health and Human Services. “Security Incident” shall have the same meaning as the term "security incident" as set forth in 45 C.F.R. §164.304. “Unsecured Protected Health Information” shall mean PHI that is not rendered unusable, unreadable, or indecipherable to unauthorized individuals through the use of a technology or methodology specified by the Secretary in the guidance issued under Section 13402(h)(2) of ARRA. IN WITNESS WHEREOF, the Parties hereto have caused this Addendum to be executed as of the BAA Effective Date by their respective duly authorized representatives. Electronic signatures are acceptable and have the same binding effects as original signatures. CLIENT Signature: Print Name: Title: Date: EVERNORTH DIRECT HEALTH, LLC Signature: Print Name: Jeffrey T. Perry, DBA, PhD Title: Chief Operating Officer, Vice President Date: 48 EVERNORTH ALL RIGHTS RESERVED. ALL EVERNORTH-BRANDED PRODUCTS AND SERVICES ARE PROVIDED BY OR THROUGH OPERATING SUBSIDIARIES OR AFFILIATES OF THE EVERNORTH COMPANIES. © 2023 EVERNORTH Dina D’AngeloCigna Senior Client Manager Overall Responsibility for Cigna Products * Robin Chenoweth Clinical Operations Director Clinical Account Management Implementation / Operations Dr. Kimberly HuttonChief Medical Officer Jane MingeySenior AdvisorSubject Matter Expert Jason ChristoffNetwork Senior Specialist City of Clearwater Cigna and Evernorth Direct Health Account Team Chart Overall Responsibility for City of Clearwater Onsite Health Center Operations Overall Responsibility for Cigna and Evernorth Solutions for City of Clearwater -Implementation Lead -Operations / Clinical Lead Rick Porter Reporting Manager Evernorth Direct Health Onsite Clinical and Coaching Staff Karen Palmersheim, esqLegal Counsel Debbie CoolidgeFinance Director Don BoltonFinancial Analyst Jeff Perry, PhDChief Operating Officer and Vice-President Jason WrubleskiImplementation Director Tara KruppVice President / Managing Director Evernorth Direct Health (ENDH) 49 Shannon Custer VP Center Operations and Experience Megan Fedders Analytics Director EVERNORTH.COM © 2023 Evernorth. All rights reserved Name: Robin Chenoweth Title: Director of Operations Location: Harbor, NC Robin Chenoweth has been with Cigna/Evernorth in the Operations Director role for the past 7 years. She has managed the City of Clearwater account this entire time. Previous experience was the same role for a competitor company for 6 years. Robin has a background in nursing and ran her own Medicare Certified Home Health Agency to include Infusion Pharmacy and DME services. In her free time, she is an avid runner, loves to travel and has 4 children and 4 grandchildren. She lives on the Outer Banks of North Carolina with her husband, John and her dog Karl and cat Gracie. 50 51 Clearwater Summa Experience 100 Net Promoter Score (YTD) Operations Director Robin Chenoweth Years in Operation 7 Years 1 Month Health Center Staff 6 -EVERNORTI+. Utilization Engagement 5,345 Visit Count (YTD) + Center Adoption (Rolling 12) Providers Yelena Tarasenko, DO Yolanda Terrell, PA City of Clearwater December 2022 City of Clearwater Clinical Quality Composite (YTD) Care Team Financial 2.2 Return on Investment (Rolling 12) Alexandria Mccreery, MA Andy Michelle Arroyo Andino, MA Catherine Carin, MA Tammy Swift, LPN © 2022 Evernorth. ALL RIGHTS RESERVED. ALL PRODUCTS AND SERVICES ARE PROVIDED BY OR THROUGH OPERATING SUBSIDIARIES OR AFFILIATES OF EVERNORTH. 52 Clearwater Experience 100 Net Promoter Score (YTD) Previous Year Trend vs December 2021 (YTD) Net Promoter Score Response (YTD} 0 0 0 1 0 2 -EVERNORTI+. 0 3 0 4 0 5 + 0 6 0 7 0 8 6 9 37 10 City of Clearwater December 2022 City of Clearwater Previous Month Trend vs November 2022 (YTD) Satisfaction Overall (YTD} Satisfaction Response Satisfied or Very Satisfied Satisfaction Detail (YTD} 100% 100% Positive Responses Neutral Responses Negative Responses Total Responses Total Surveys 100% YTD 100% 0% 0% 310 43 Overall Visit Experience Provider Satisfaction Scheduling Satisfaction © 2022 Evernorth. ALL RIGHTS RESERVED. ALL PRODUCTS AND SERVICES ARE PROVIDED BY OR THROUGH OPERATING SUBSIDIARIES OR AFFILIATES OF EVERNORTH. 53 Clearwater 5,345 Visit Count (YTD) Visits by Month 528 466 431 386 384 388 - 575 I • 429 518 Previous Year Trend vs December 2021 (YTD) 535 •Current Last Year • 365 340 Jan Feb Mar Apr May Jun Jul Aug Sep Oct Nov Dec -EVERNORTI+. +City of Clearwater Previous Month Trend vs November 2022 (Monthly) Appointment Counts YTD No Show Other Canceled Completed Visits Total Appointments Service Type {Top 8) Provider Visits Diagnostics Vaccinations Screenings ■ Occupational ■ Virtual Health Patient Outreach Wellness 807 1,487 5,345 7,639 December 2022 City of Clearwater Access Metrics No Show Rate YTD 13% Same Day/Walk-in Rate Schedule Utilization 18% 84% 77% Provider Utilization Dec YTD 246 3,690 119 2,124 52 869 1 159 14 147 8 38 3 7 0 4 © 2022 Evernorth. ALL RIGHTS RESERVED. ALL PRODUCTS AND SERVICES ARE PROVIDED BY OR THROUGH OPERATING SUBSIDIARIES OR AFFILIATES OF EVERNORTH. 54 Clearwater Engagement Center Adoption (Rolling 12) Center Adoption (Rolling 12) Previous Year Trend vs December 2021 (Rolling 12) 1 , 1 51 Unique Employees 1 , 6 Q 8 Eligible Employees Updated 1/1/2022 -EVERNORTI+. +City of Clearwater Previous Month Trend vs November 2022 (Rolling 12) Engagement Metrics Rolling 12 Encounters/Patient Returning Patients MyChart Activation Telemed Adoption Patient Type Medical Patients 6.1 81% 67% 3% Rolling 12 1,206 Occupational Patients 136 Coached Customers 0 Total Customers 1,308 December 2022 City of Clearwater Patient Relationship Rolling 12 Employees Dependents Unknown Total Patients Patient Age <20 20-30 30-40 40-50 50-60 60+ 1,151 47 110 1,308 Rolling 12 5% 14% 19% 21% 24% 17% © 2022 Evernorth. ALL RIGHTS RESERVED. ALL PRODUCTS AND SERVICES ARE PROVIDED BY OR THROUGH OPERATING SUBSIDIARIES OR AFFILIATES OF EVERNORTH. 55 Clearwater Clinical Quality Composite (YTD) Quality Measures (YTD) BP Screening BP Follow-Up BP Control Tobacco Screening Tobacco Follow-Up Depression Screening Depression Follow-Up HbA1c Testing *NIA represents less than 10 qualifying encounters -EVERNORTI+. + Previous Year Trend vs December 2021 (YTD) 100% 78% 89% 99% 87% 96% 93% 95% City of Clearwater December 2022 City of Clearwater Previous Month Trend vs November 2022 (YTD) Diagnosis Category Gap Closures Preventive YTD 14% Lab Testing Acute Illness 23% 19% 44% Biometric Improvement Screening Disease Management Visits Multiple Immunization Referral Group (Top a YTD) Specialty Physician Primary Care Lifestyle Management - Allied Health Professional I Behavioral Health Case Management Coaching Community Services © 2022 Evernorth. ALL RIGHTS RESERVED. ALL PRODUCTS AND SERVICES ARE PROVIDED BY OR THROUGH OPERATING SUBSIDIARIES OR AFFILIATES OF EVERNORTH. Count 306 143 56 12 3 0 0 0 YTD 1,694 531 454 376 3 Per1000 Visits 86 40 16 3 1 0 0 0 56 Clearwater Financial D 2.2 Return on Investment (Rolling 12) Savings Detail (Rolling 12) Replacement Coaching Sessions Generic Rx Savings Lab Vendor Services Provider Visits Avoidance Rx Vendor Services Urgent Care / ER Visits Acute PMPY Savings Coaching PMPY Savings Gap Closure Savings High Value Referrals Specialty Provider Visits Productivity Productivity Savings Total Savings Previous Year Trend vs November 2021 (Rolling 12) Current $0 $55,152 $45,523 $705,981 $112,495 $201,148 $25,654 $0 $1,213,612 $16,926 $124,772 $428,781 Last Year $0 $50,580 $63,701 $728,811 $102,261 $191,062 $0 $0 $1,294,841 $30,380 $129,549 $437,314 $2,930,044 $3,028,499 *Due to a lag in financial reporting, all financial figures are as of the previous month. -EVERNORTI+. +City of Clearwater December 2022 City of Clearwater Previous Month Trend vs October 2022 (Rolling 12) ROI Inputs Budget Variance Rolling 12 Center Visits 5,276 Coaching Sessions O Generic Prescriptions 7,684 Same Day Acute Visits 718 Specialty Referral Rate 12.1 % Budget Expense Variance Utilization Savings vs Expense Trend (Rolling 12) Rolling 12 $1.6M $1.4M $223K 85% •Savings Expense·-·-----·---·-·-·-·-·-·-·-·-· ·-·-·-·-·-·-·-·-·-·-·-· Dec Jan Feb Mar Apr May Jun Jul Aug Sep Oct Nov © 2022 Evernorth. ALL RIGHTS RESERVED. ALL PRODUCTS AND SERVICES ARE PROVIDED BY OR THROUGH OPERATING SUBSIDIARIES OR AFFILIATES OF EVERNORTH. 57 Glossary Q Experience Net Promoter Score Net Promoter Score Response Satisfaction Detail Satisfaction Overall Satisfaction Response (9 Utilization Measures the willingness of patients to recommend the center to co-workers December 2022 City of Clearwater The count of responses to the NPS survey question grouped by the actual value given by the patient between O and 10 Patient satisfaction grouped by the provider, appointment scheduling and overall experience with the center A measure of overall patient experience and satisfaction with the services provided to the customer Patient satisfaction grouped by response rating No Show An appointment where the patient does not arrive on or before the scheduled time or cancels within 24 hours of an appointment Provider Utilization Same Day/Walk-in Rate Schedule Utilization Scheduled Visits Service Type Visit Walk-in Visits A Engagement Center Adoption Coached Customers Eligible Employees Medical Patients Occupational Patients Patient Portal Activation Returning Patient Telemed Adoption Total Customers Unique Employees -EVERNORTI+. Percentage of available patient care time booked by patients for completed visits only Percentage of appointments scheduled on the same day including walk-in visits Percentage of available patient care time booked by patients including no show, late cancelled and completed appointments An appointment that was scheduled by the patient prior to arriving for their visit Groups of services performed by the clinical staff during a completed visit or group activity An encounter for a specific service including all in-person and telemedicine encounters (coded encounters) A visit where the patient did not schedule their visit prior to arriving Percentage of employees who utilized the center in a rolling 12 month period Unique customers with a custom coaching visit Total number of employees who have access to the center (client reported) Unique patients with a medical treatment service including in-person and telemedicine encounters Unique patients with a visit for occupational health services Percentage of patients who activated their Evernorth Direct Health patient portal account (excludes patients with only immunizations) Percentage of patients with two or more visits in a rolling 12-month period Percentage of patients who have had a telemedicine visit (excludes patients with only immunizations) Unique customers/patients provided any type of service at the center Count of employees with at least one visit in the last 12 months City of Clearwater © 2022 Evernorth. ALL RIGHTS RESERVED. ALL PRODUCTS AND SERVICES ARE PROVIDED BY OR THROUGH OPERATING SUBSIDIARIES OR AFFILIATES OF EVERNORTH. 58 Glossary Clinical Acute Illness Visits BP Control BP Follow-Up BP Screening Biometric Improvement Chronic Disease Visit Gap Depression Follow-Up Depression Screening Diagnosis Category Disease Management Visits HbA1c Testing Immunization Gap Closure Lab Testing Gap Closure Multiple Diagnosis Visits Preventive Visits Quality Composite Screening Gap Closure Tobacco Follow-Up Tobacco Screening -EVERNORTI+. December 2022 City of Clearwater Percentage of visits with a diagnosis indicating an episodic illness or condition requiring attention Percentage of patients with a hypertension diagnosis whose blood pressure with adequate blood pressure control Percentage of patients without diagnosed hypertension who experienced a high blood pressure reading with a documented follow-up plan Percentage of patients who were screened for high blood pressure during medical office visits Gaps closed from evidence-based improvement in chronic disease markers Closure of gaps related to provider visits for chronic disease Percentage of patients screening positive for depression with a documented follow-up plan Percentage of patients with an annual a PHQ2 or PHQ9 depression screen High level reason for an encounter based on ICD-10 diagnosis Percentage of visits with a diagnosis indicating ongoing management or treatment of chronic conditions Percentage of patients seen in the center with diabetes who had at least one hemoglobin A 1 c measurement during the calendar year Closure of gaps related to immunizations Closure of gaps related to evidence-based guidelines for monitoring of labs related to chronic disease Percentage of visits where more than one diagnostic category was addressed (e.g. preventive and disease management) Percentage of visits with a diagnoses indicating any type of preventive care, including screenings, immunizations, or annual physicals The consolidated compliance rate (weighted average) for applicable evidence based quality measures Closure of gaps related to evidence-based guidelines for cancer and other health condition screenings Percentage of patients identified as tobacco users who were provided with cessation counseling or intervention Percentage of patients screened for tobacco use during or prior to the measurement period City of Clearwater © 2022 Evernorth. ALL RIGHTS RESERVED. ALL PRODUCTS AND SERVICES ARE PROVIDED BY OR THROUGH OPERATING SUBSIDIARIES OR AFFILIATES OF EVERNORTH. 59 Glossary C9 Financial Additional Inpatient Cost Savings Avoidance Savings Brand Drugs Replacement Budget Budget Utilization Budget Variance Center Visits Coaching PMPY Savings Coaching Session Replacement Coaching Sessions Expense Gap Closure Savings Generic Prescriptions High Value Referrals Lab Vendor Services Productivity Savings Provider Visit Replacement Replacement Savings Return on Investment Rx Vendor Services Same Day Acute Visits Specialty Provider Visit Avoidance Specialty Referral Rate Urgent Care I ER Visit Replacement -EVERNORTI+. December 2022 City of Clearwater Cost avoidance associated with the reduction in inpatient utilization for patients of the center compared to non-users less the estimated inpatient portion of gaps and referral savings A projected reduction of network utilization and cost of care based on the quality of care provided at the center Value of replacing the utilization of brand drugs when a generic alternative was available Total YTD budgeted expense amount for the center A ratio of actual center expenses vs. the budgeted expense amount YTD The difference between the budgeted and actual expense amount YTD An encounter for a specific service including all in-person and telemedicine encounters (coded encounters) Cost avoidance associated with the projected reduction in total medical cost for members engaged in custom coaching compared to a matched control group of uncoached members. Value of replacing a custom coaching visit A personalized session with a coach for support and motivation to achieve evidence based goals Total YTD invoiced amount to the client for the expense of the center Cost avoidance associated with closing clinical gaps in care or improving clinical outcomes facilitated by a center provider A generic prescription written by the provider as an alternative to a higher priced brand drug Cost avoidance associated with referrals resulting in a visit with a high value network provider or Cigna program Value of replacing diagnostic tests performed by lab vendors Estimated savings associated with decreased absenteeism of employees engaged with their health attributed to center use, based on national productivity cost estimates Replacement of network provider visits valued and geographically adjusted based on codes used for billing outpatient procedures Direct cost savings attributed to replacing services provided at the center that would have otherwise occurred in the network A ratio of savings associated with a reduction in network utilization, outcomes and productivity vs the operational expense of the center Value of prescriptions written and filled at the center Walk-in or scheduled appointments on the same day where acute care was provided to the patient Cost avoidance from reducing specialty visits based on location-specific referral rates compared to national referral rates Percentage of visits in which a referral to a specialist was made Value of replacing same day acute visits that would likely have resulted in a visit to the emergency room (5%) or urgent care (95%) City of Clearwater © 2022 Evernorth. ALL RIGHTS RESERVED. ALL PRODUCTS AND SERVICES ARE PROVIDED BY OR THROUGH OPERATING SUBSIDIARIES OR AFFILIATES OF EVERNORTH. 60 -EVERNORTI+. + December 2022 City of Clearwater Thank You City of Clearwater © 2022 Evernorth. ALL RIGHTS RESERVED. ALL PRODUCTS AND SERVICES ARE PROVIDED BY OR THROUGH OPERATING SUBSIDIARIES OR AFFILIATES OF EVERNORTH. 61 Pre‐Pack Medication Inventory Report Report Date Vendor Organization Account City of Clearwater 5/4/2023 8:21 PDRX CIGNA 1012570 Item # Medication Lot # Lot Qty NDC # 110719 Acyclovir 400 MG 30 Oral Tablet 43063‐0928‐30 311534 albuteral sulfate HFA 90 mcg/actuation 18 Aerosol inhaler (Ventolin HFA)66993‐0019‐68 333391 AmLODIPine Besylate 5 MG 90 Oral Tablet 72789‐0261‐90 108887 AmLODIPine Besylate 10 mg 90 Oral tablet 43063‐0041‐90 108886 AmLODIPine Besylate 10 MG 30 Oral Tablet 43063‐0041‐30 108888 AmLODIPine Besylate 5 MG 30 Oral Tablet 43063‐0564‐30 110503 Amoxicillin 500 MG 30 Oral Tablet 43063‐0820‐30 110607 Amoxicillin 875 MG 20 Oral Tablet 43063‐0885‐20 311902 Amoxicillin‐Pot Clavulanate 875‐125 MG 20 Oral Tablet 00143‐9249‐20 111153 Atenolol 50 MG 30 Oral Tablets 72789‐0144‐30 111144 Atenolol 50 MG 90 Oral Tablet 72789‐0144‐90 111141 Atenolol 25 MG 30 Oral Tablets 43063‐0952‐30 110762 Atenolol 25 MG 90 Oral Tablet 43063‐0952‐90 311706 Atorvastatin Calcium 40 MG 90 Oral Tablet 72205‐0024‐90 311707 Atorvastatin Calcium 80 MG 90 Oral Tablet 72205‐0025‐90 111090 Atorvastatin Calcium 40 MG 30 Oral Tablet 72789‐0089‐30 111073 Atorvastatin Calcium 20 MG 30 Oral Tablet 72789‐0084‐30 311678 Atorvastatin Calcium 20 MG 90 Oral Tablet 72205‐0023‐90 111167 Atorvastatin Calcium 10 MG 30 Oral Tablet 72789‐0153‐30 311705 Atorvastatin Calcium 10 MG 90 Oral Tablet 72205‐0022‐90 111062 Azithromycin 500 MG 3 Oral Tablet 72789‐0066‐03 311643 Azithromycin (Z‐pack) 250 MG 6 TABLETS 51224‐0022‐06 111282 Benzonatate 200 MG 30 Capsule (TESSALON)72789‐0232‐30 801041 blood sugar diagnostic 50 strips 53885‐0244‐50 311811 BuPROPion HCl XL 150 MG 30 24 hr tablet, extended release (WELLBUTRIN XL)24979‐0101‐06 111413 BuPROPion HCl XL 150 MG 90 24 hr tablet, extended release (WELLBUTRIN XL)72789‐0301‐90 312472 BuPROPion HCl XL 150 MG 30 24 hr tablet, extended release (WELLBUTRIN XL)16729‐0443‐10 111038 CEFDINIR 300 MG 14 CAPSULES 72789‐0054‐14 110781 CEFDINIR 300 MG 14 CAPSULES 43063‐0964‐14 105301 Cephalexin 500 MG 30 Oral Capsule 43063‐0536‐30 111296 Ciprofloxacin HCl 500 MG 6 Oral Tablets 72789‐0108‐06 111110 Ciprofloxacin HCl 500 MG 20 Oral Tablets 72789‐0108‐20 111055 Citalopram Hydrobromide 40 MG 90 Oral Tablet 72789‐0071‐90 110036 Citalopram Hydrobromide 20 MG 90 Oral Tablet 43063‐0683‐90 109204 Citalopram Hydrobromide 20 MG 30 Oral Tablet 43063‐0683‐30 111201 Clindamycin HCl 300 MG 40 Oral Capsule 72789‐0167‐40 311981 Clotrimazole 1 % 15 topical cream 00536‐1272‐11 111017 Cyclobenzaprine HCl 10 MG 10 Oral Tablet 72789‐0046‐10 309835 Diclofenac Sodium 1% 100 Transdermal Gel 65162‐0833‐66 333126 DiphenhydrAMINE HCl 25 MG 30 ORAL CAPSULE 55289‐0479‐30 111437 DiphenhydrAMINE HCl 25 MG 30 ORAL CAPSULE 72789‐0317‐30 111275 Doxepin 10 MG 30 capsule (SINEquan)72789‐0220‐30 103450 Doxepin 25 mg 30 capsule (SINEquan)55289‐0370‐30 111045 Doxepin 25 mg 90 capsule (SINEquan)55289‐0370‐90 100875 Doxycycline 100 MG 20 Oral tablet 55289‐0866‐20 333412 DOXYCYCLINE HYCLATE 100MG 20 TABLETS 72789‐0276‐20 103168 Enalapril Maleate 10 MG 90 Oral Tablet 55289‐0591‐90 111431 Enalapril Maleate 20 MG 90 Oral Tablets 72789‐0318‐90 110293 Escitalopram Oxalate 10 MG 90 Oral Tablets 43063‐0761‐90 333146 FAMOTIDINE 20 MG 90 Oral Tablet 43063‐0695‐90 111256 Fluconazole 150 MG 2 Oral Tablet 72789‐0209‐02 311357 Fluticasone Propionate 50 MCG/ACT 16 Nasal Suspension 00054‐3270‐99 110195 Gemfibrozil 600 MG 60 Oral Tablet 43063‐0745‐60 100659 Glimepiride 4 MG 90 Oral Tablet 43063‐0122‐90 333150 Glimepiride 2 MG 90 Oral Tablet 43063‐0698‐90 111137 GlipiZIDE 5 MG 90 Oral tablet 72789‐0130‐90 111406 Hydrochlorothiazide 25 MG 30 Oral Tablets 72789‐0296‐30 111188 Hydrochlorothiazide 12.5 MG 30 Oral Capsule 72789‐0176‐30 111191 Hydrochlorothiazide 12.5 MG 90 Oral Capsule 72789‐0176‐90 111405 Hydrochlorothiazide 25 MG 90 Oral Tablets 72789‐0296‐90 300835 Hydrocortisone 2.5% 30 External Cream 00168‐0080‐31 333341 Ibuprofen 800 MG 60 Oral Tablet 72789‐0186‐60 111234 Ibuprofen 800 MG 30 Oral Tablet 72789‐0200‐30 111117 Levothyroxine Sodium 112 MCG 90 Oral Tablet 72789‐0113‐90 111118 Levothyroxine Sodium 88 MCG 90 Oral Tablet 72789‐0114‐90 311797 Levothyroxine Sodium 150 MG 90 Oral Tablet 47781‐0662‐90 111123 Levothyroxine Sodium 125 MCG 90 Oral Tablet 72789‐0119‐90 62 111187 Levothyroxine Sodium 50 MCG 30 Oral Tablet 72789‐0109‐30 311795 Levothyroxine Sodium 125 MCG 90 Oral Tablet 47781‐0657‐90 311794 Levothyroxine Sodium 112 MCG 90 Oral Tablets 47781‐0654‐90 311793 Levothyroxine Sodium 100 MCG 90 Oral Tablets 47781‐0651‐90 311792 Levothyroxine Sodium 88 MCG 90 Oral Tablets 47781‐0649‐90 311791 Levothyroxine Sodium 75 MCG 90 Oral Tablets 47781‐0646‐90 311790 Levothyroxine Sodium 50 MCG 90 Oral Tablet 47781‐0643‐90 609087 LIDOCAINE 1% 50ML 10 INJECTABLE 00143‐9577‐10 110300 Lisinopril 10 MG 30 Oral Tablet 43063‐0769‐30 110302 Lisinopril 10 MG 90 Oral Tablet 43063‐0769‐90 110358 Lisinopril 20 MG 30 Oral Tablet 43063‐0786‐30 110359 Lisinopril 20 MG 90 Oral Tablet 43063‐0786‐90 110402 Lisinopril 40 MG 30 Oral Tablet 43063‐0800‐30 110406 Lisinopril 40 MG 90 Oral tablet 43063‐0800‐90 104509 Lisinopril‐hydrochlorothiazide 10‐12.5 MG 30 Oral Tablet 43063‐0482‐30 108812 Lisinopril‐Hydrochlorothiazide 10‐12.5 MG 90 Oral Tablet 43063‐0482‐90 104472 Lisinopril‐Hydrochlorothiazide 20‐25 MG 90 Oral Tablet 43063‐0468‐90 104430 Lisinopril‐Hydrochlorothiazide 20‐12.5 MG 30 Oral Tablet 43063‐0458‐30 104471 Lisinopril‐Hydrochlorothiazide 20‐25 MG 30 Oral Tablet 43063‐0468‐30 104431 Lisinopril‐Hydrochlorothiazide 20‐12.5 MG 90 Oral Tablet 43063‐0458‐90 333132 Loratadine 10 MG 90 Oral Tablet 55289‐0728‐90 333131 Loratadine 10 MG 30 Oral Tablet 55289‐0728‐30 110539 Losartan Potassium 50 MG 90 Oral Tablets 43063‐0854‐90 111025 Losartan Potassium 100 MG 90 Oral Tablets 72789‐0044‐90 311556 Losartan Potassium 25 MG 90 Oral Tablets 31722‐0700‐90 111154 meloxicam 15 mg 30 Tablet (MOBIC)43063‐0401‐30 111085 meloxicam 15 MG 90 tablet (MOBIC)43063‐0401‐90 111209 MetFORMIN HCl 500 MG 90 Oral Tablet 72789‐0192‐90 111204 MetFORMIN HCl 1000 MG 90 Oral Tablet 72789‐0189‐90 111200 MetFORMIN HCl 1000 MG 180 Oral Tablet 72789‐0189‐93 111042 MetFORMIN HCl ER 500 MG 90 Oral Tablet 72789‐0059‐90 111067 MetFORMIN HCl ER 500 MG 180 Oral Tablet 72789‐0059‐93 300168 MethylPREDNISolone 4 MG 21 Oral Tablet 59746‐0001‐03 309697 Metoprolol Succinate ER 25 MG 100 Oral Tablets 55111‐0466‐01 312211 Metoprolol Succinate ER 50 MG 100 Oral Tablets 55111‐0467‐01 110447 Metoprolol Tartrate 50 MG 180 Oral Tablet 43063‐0821‐93 110448 Metoprolol Tartrate 50 MG 90 Oral Tablet 43063‐0821‐90 110706 Metoprolol Tartrate 25 MG 180 Oral Tablet 43063‐0927‐93 110752 Metoprolol Tartrate 100 MG 180 Oral Tablet 43063‐0938‐93 110849 MetroNIDAZOLE 500 MG 14 Oral Tablet 72789‐0007‐14 110992 MetroNIDAZOLE 500 MG 30 Oral Tablet 72789‐0007‐30 310729 Montelukast Sodium 10 MG 90 Oral tablet 16729‐0119‐15 111418 Montelukast Sodium 10 MG 30 Oral Tablet 72789‐0306‐30 312483 Montelukast Sodium 10 MG 90 Oral Tablet 65862‐0574‐90 304250 Mupirocin 2% 22 External Ointment 45802‐0112‐22 110755 Naproxen 500 MG 60 Oral Tablet 43063‐0920‐60 110726 Naproxen 500 MG 30 Oral Tablet 43063‐0920‐30 305521 Neomycin‐Polymyxin‐HC 3.5‐10000‐1 10 Otic Suspension 24208‐0631‐10 111336 nitrofurantoin monohydrate/macrocrystals 100 MG 10 Capsule (MACROBID)72789‐0270‐10 309811 Ofloxacin 0.3% 5 ophthalmic solution 17478‐0713‐10 311384 OLMESARTAN MEDOXIMIL 40MG 90 TABLETS 16729‐0322‐15 312157 OLMESARTAN MEDOXIMIL 20MG 90 TABLETS 16729‐0321‐15 312318 OLMESARTAN MEDOXOMIL HCTZ 20/12.5MG 90 TABLETS 70756‐0812‐90 312500 OLMESARTAN MEDOXOMIL HCTZ 40/12.5MG 90 N/A 65862‐0780‐90 312320 OLMESARTAN MEDOXOMIL HCTZ 40/12.5MG 90 TABLETS 70756‐0813‐90 312319 OLMESARTAN MEDOXOMIL HCTZ 40/25MG 90 TABLETS 70756‐0814‐90 110193 Omeprazole 20 MG 30 Oral Capsule Delayed Release 43063‐0743‐30 110202 Omeprazole 20 MG 90 Oral Capsule Delayed Release 43063‐0743‐90 310125 Omeprazole 40 MG 30 Oral Capsule Delayed Release 68462‐0397‐30 111320 Omeprazole 40 MG 90 Oral Capsule Delayed Release 72789‐0257‐90 110599 Ondansetron 8 MG 10 Oral Tablet Disintegrating 43063‐0870‐10 110567 Ondansetron 4 MG 10 Oral Tablet Disintegrating 43063‐0857‐10 111332 pantoprazole 40 mg 30 tablet,delayed release (PROTONIX)72789‐0268‐30 111082 pantoprazole 40 mg 30 tablet,delayed release (PROTONIX)72789‐0086‐30 312194 pantoprazole 40 mg 90 tablet,delayed release (PROTONIX)31722‐0713‐90 100370 PARoxetine HCl 20 MG 90 Oral Tablet 55289‐0972‐90 506016 Phenazopyridine 95 MG 30 Tablet (URINARY PAIN RELIEF)49348‐0076‐44 110042 PredniSONE 20 MG 14 Oral Tablet 43063‐0703‐14 110584 PredniSONE 10 MG 20 Oral Tablet 43063‐0866‐20 400208 PRESCRIPTION SHEETS‐ Rx NET PHARMACYC PAPER 250 SUPPLIES 00000‐4000‐28 311734 Sertraline 100 mg 30 tablet (ZOLOFT)65862‐0013‐30 110865 Sertraline 50 mg 90 tablet (ZOLOFT)72789‐0013‐90 63 111092 Sertraline 100 mg 90 tablet (ZOLOFT)72789‐0092‐90 110991 Sertraline 50 mg 30 tablet (ZOLOFT)72789‐0013‐30 305544 Silver Sulfadiazine 1% 25 External Cream 67877‐0124‐25 111440 SIMVASTATIN 20MG 30 TABLETS 72789‐0316‐30 110818 Simvastatin 20 MG 30 Oral Tablet 43063‐0008‐30 110041 Simvastatin 40 MG 30 Oral Tablet 43063‐0726‐30 110411 Simvastatin 20 MG 90 Oral Tablet 43063‐0008‐90 111441 SIMVASTATIN 40MG 30 TABLETS 72789‐0304‐30 111429 Simvastatin 20 MG 90 Oral Tablet 72789‐0316‐90 111415 SIMVASTATIN 40MG 90 TABLETS 72789‐0304‐90 312466 SIMVASTATIN 10MG 90 TABLETS 68180‐0478‐02 110147 Simvastatin 40 MG 90 Oral Tablet 43063‐0726‐90 110453 Simvastatin 10 MG 90 Oral Tablet 43063‐0727‐90 110877 Sulfamethoxazole‐Trimethoprim 800‐160 MG 6 Oral Tablet 72789‐0018‐06 110872 Sulfamethoxazole‐Trimethoprim 800/160 MG 20 Oral Tablets 72789‐0018‐20 505994 SUMAtriptan Succinate 100 MG 9 Oral Tablet 65862‐0148‐36 311008 SUMAtriptan Succinate 50 MG 9 Oral Tablet 65862‐0147‐36 111169 Trazodone HCl 50 MG 90 Oral Tablets 72789‐0154‐90 111177 Trazodone HCl 50 MG 30 Oral Tablets 72789‐0154‐30 300508 Triamcinolone Acetonide 0.1 % 15 External Ointment 00168‐0006‐15 303385 Triamcinolone Acetonide 0.1% 15 External Cream 67877‐0251‐15 312356 ValACYclovir HCl 500 MG 30 Oral Tablets 65862‐0448‐30 111324 ValACYclovir HCl 500 MG 90 Oral Tablet 72789‐0263‐90 310044 ValACYclovir HCl 500 MG 30 Oral Tablet 57237‐0042‐30 310527 ValACYclovir HCl 1 GM 30 Oral Tablet 31722‐0705‐30 109056 Venlafaxine HCl 75 MG 90 Oral Tablet 43063‐0633‐90 311024 Ventolin HFA 108 (90 BASE) MCG/ACT 8 Inhalation Aerosol Solution 00173‐0682‐24 110007 Vitamin D (Ergocalciferol) 50000 UNIT 12 Oral Capsule 43063‐0711‐12 333381 Vitamin D (Ergocalciferol) 50000 UNIT 12 Oral Capsule 72789‐0249‐12 Summary Total Cost Total Sell Total OnHand Total Profit 27281.07 25735.38 2504 ‐1545.69 64 Page 1 of 33 PROFESSIONAL SERVICES AGREEMENT THIS PROFESSIONAL SERVICES AGREEMENT (“Agreement”) is entered into by and between City of Clearwater, with offices located at 401 Corbett Street, Suite 401, Clearwater, Florida 33756 (“Client”), and Evernorth Direct Health, LLC, with offices located at 8888 E. Raintree Drive, Scottsdale, Arizona 85260 (“Evernorth”) and is made effective as of October 1, 2023 (“Effective Date”). The parties hereto shall each be referred to individually as the “Party” or collectively as the “Parties.” This Agreement supersedes and replaces the Professional Services Agreement effective October 1, 2015, between the Parties regarding the subject matter herein as of the Effective Date of this Agreement. WHEREAS, Evernorth is engaged in the business of offering onsite health centers to employers and employer-sponsored group health plans, providing certain low acuity, urgent and episodic health care and ancillary services, for the benefit of Client employees and their dependents; and WHEREAS, Client owns or leases a facility located 401 Corbett Street, Suite 401, Clearwater, Florida, 33756 (the “Facility”) and desires to provide an onsite health center at the Facility for the benefit of its employees and their dependents (the “Health Center”); WHEREAS, Client wishes to engage Evernorth to provide, and Evernorth wishes to provide, a Health Center; and WHEREAS, Client selected Evernorth based on Request for Proposals (“RFP”) #22-23 OnSite Medical and Prescription Drug Title, and responses by Evernorth to RFP #22-23, all of which are incorporated by reference and form a basis for this Agreement. NOW THEREFORE, in consideration of the mutual promises herein and other good and valuable consideration, the receipt and sufficiency of which is hereby acknowledged, the Parties agree as follows: 1 DEFINITIONS Capitalized terms used in this Agreement without definition have the meanings ascribed for them on Exhibit A. 2 SERVICES 2.1 Clinical Services. Commencing on the Effective Date and continuing for the Term, Evernorth will operate and staff a Health Center at the Facility and provide or arrange for the provision of the following clinical services (“Clinical Services”), which shall be within the scope of the licensure and practice of Evernorth Personnel, for the benefit of Participants (as defined in Section 2.2 below) and shall include: Page 2 of 33 2.1.1 Health and Wellness Services. These services will include minor office based procedures, routine physicals, medical history, and exams. 2.1.2 Low Acuity Urgent Care/Episodic Care Services. i. Health Center shall provide episodic and acute care visits, with no, or limited, follow-up. Examples include sprains and strains, sore throats, ear infections, urinary tract infections and headaches. ii. Acute care visits include sufficient scheduled time to allow Evernorth Personnel to perform a full history and exam, lifestyle risk assessments, health promotion and preventive care discussion when needed and includes care coordination referrals and community physician referrals as appropriate. 2.1.3 Immunization Services. Evernorth shall provide, or arrange for the provision of, immunizations, as agreed upon by the Parties, including: i. Annual flu vaccinations ii. Hepatitis B Series iii. Tetanus & Pertussis (Tdap) iv. Tetanus (Td) v. Tuberculosis (TB PPD) (Test) vi. Pneumovax vii. Shingles viii. Covid Cost to purchase immunizations will be included in the monthly invoices. Pediatric vaccinations are excluded, except for annual flu vaccinations for Pediatric Participants age two and older. 2.1.4 Monitoring Chronic Conditions. Evernorth Personnel shall: i. Verify that Participants with chronic medical conditions have appropriate community primary care provider relationships and collaborate with primary care provider, as needed. ii. Refer Participants with chronic conditions to appropriate condition or lifestyle management programs available to the Client. iii. Encourage health lifestyle habits that address the chronic condition. 2.1.5 Preventive Health Screenings. Clinic shall provide the following Preventive Health Screenings: i. Pre-employment physicals to include vitals, vision testing using eye chart, and physical exam by a provider. Depending on eligibility, some tests include: Page 3 of 33 Audiogram, medical history form, Rapid 5 Panel Drug Test, back screen, and Spirometry. ii. Annual physical examinations with extended testing capabilities. Evernorth also provides skin screening and other skin related procedures. iii. Pediatric physicals (including well-child exams and “check-ups”) are excluded. 2.1.6 Laboratory Services. Evernorth shall conduct the following laboratory testing onsite at the Health Center: i. CLIA-waived testing (rapid testing). ii. Specimen collection, including: blood draw station, urine collection, and collection of other specimens ordered by Health Center’s medical staff or by community providers for pick up by contracted lab vendor. Results will be delivered to ordering provider. 2.1.7 Biometric Screening. Evernorth shall provide scheduled screenings that may include but not limited to: Height, Weight, BMI, Body Composition, Blood Pressure, Total Cholesterol, HDL Cholesterol, LDL Cholesterol, Coronary Risk Ratio, and Blood Glucose. 2.1.8 Lifestyle Risk Assessment. Evernorth and Evernorth Personnel shall i. Conduct lifestyle risk assessments; ii. Facilitate a discussion of health improvement and preventive care opportunities; iii. Provide referrals and coordinate additional care for Participants, as required; iv. Provide written prescriptions by Health Center Staff, as allowed by law; and v. Encourage Participant engagement in Client-sponsored wellness programs (if any) as appropriate. 2.1.9 Pharmacy. Evernorth and Evernorth Personnel shall make available to Participants as needed: i. Limited selection of first dose medications to treat acute ailments. ii. Written prescription and/or e-prescribing by Provider, as allowed by law. 2.1.10 Primary Care. Basic primary care performed in support of Participants’ individual primary care physicians. 2.1.11 Radiology Services. Evernorth shall arrange for the provision of radiology services (“Radiology Services”) through a local radiology provider participating in the provider network of Evernorth’s parent company or affiliate and located near the Health Center. Digital radiology equipment will not be located at the Health Center. Page 4 of 33 Radiology Services include Flat Plate, Ultrasound, and CT capabilities to be conducted by a licensed radiologist. Evernorth shall invoice Client directly for Radiology Services based on referrals provided to Participants by Clinical Personnel only. Other radiology referrals, such as referrals for MRIs or other radiologic studies, and any referrals provided by non-Clinical Personnel are not considered Clinical Services under this Agreement and must be submitted to the health benefit plan and are subject to prior authorization review. 2.2 Participants. Participants are individuals who are eligible to receive Clinical Services at the Health Center in accordance with this Agreement as determined by the Client, including: 2.2.1 Client’s full-time and part-time employees covered under the Client’s benefit plan; 2.2.2 Spouses and dependents of Client employees age two (2) years and older covered under the Client's benefit plan; 2.2.3 Client’s retired employees covered under the Client’s benefit plan covered under the Client's benefit plan; 2.2.4 Elected officials covered under the Client’s benefit plan; and 2.2.5 Former employees entitled to Clinical Services as Participants under the Consolidated Omnibus Budget Reconciliation Act (COBRA). 2.3 Health Center Management. 2.3.1 Operation and Personnel. Evernorth shall be solely responsible for management of all Health Center and Health Center-related administrative activities, including Health Center operations and Evernorth Personnel. Evernorth shall provide all equipment, materials, systems and supplies necessary to provide the Clinical Services and to manage the Health Center that are not specifically identified as a Client responsibility under Section 5, including without limitation, Electronic Health Record (EHR) licenses, routers, printers, practice management systems or other equipment as mutually agreed to by the Parties in writing. 2.3.2 Biohazard Waste Management. Evernorth shall be responsible for waste management and removal of biohazard waste from the Health Center and Facility. All expenses associated with biohazard waste removal shall be eligible for reimbursement pursuant to the provisions of Section 7. 2.4 Periodic Reporting. Evernorth will arrange for the production and delivery of reports (“Reports”) to Client in accordance with Evernorth’s standard reporting package and capabilities at no additional cost to Client. Such Reports shall include the following: Page 5 of 33 2.4.1 Monthly Key Performance Indicators Dashboard. Each month, Evernorth shall produce and provide to Client a dashboard report of key performance indicators to include: i. Clinical Services Activity and Trends ii. Diagnostic Conditions Treated iii. Labs Performed iv. Medications Prescribed v. Medical Cost Savings vi. Return on Investment (ROI) vii. Productivity viii. Referrals ix. Patient Satisfaction 2.4.2 Ad Hoc Reports. Client may request other reporting from time to time, not specifically delineated herein. Evernorth will produce and deliver ad hoc reports in such formats and timeframes, and at an additional cost, as is mutually agreed upon by the Parties. 2.4.3 Report Privacy. Any and all Reports provided by Evernorth or the Health Center to Client or its designees concerning the Clinical Services shall be in aggregate, de- identified form, in compliance with applicable federal and state privacy laws and regulations, including but not limited to the Privacy and Security Rules of the Health Insurance Portability and Accountability Act of 1996 (HIPAA), 45 CFR Parts 160 and 164, as amended by the Health Information Technology for Economic and Clinical Health (HITECH) Act. 2.5 Excluded Services. Neither Facility nor the Health Center is open to the general public. Evernorth shall not solicit business from the general public at the Health Center nor use the Health Center to provide services to individuals other than Client Participants. 3 HEALTH CENTER HOURS OF OPERATION 3.1 Days and Hours of Operation. The Health Center will operate fifty (50) hours per week, Monday through Friday, from 7:00 a.m. until 5:00 p.m. (subject to legally required work breaks) (“Health Center Operating Hours”). Parties may change Days and Hours of Operation from time to time, as mutually agreed in writing. Electronic communication is deemed acceptable for such written agreement. Page 6 of 33 3.2 Health Center Closure. The Health Center will be closed on inclement weather days as determined by Client, and on Evernorth recognized holidays, including: New Year’s Day, Martin Luther King Day, Memorial Day, Independence Day, Labor Day, Thanksgiving, day after Thanksgiving, and Christmas Day. The Health Center may be closed during Evernorth Personnel vacancies as further described in Section 15. 4 CHANGES IN SCOPE OR ADDITIONAL SERVICES 4.1 Request. Client may at any time, and from time to time, during the term of the Agreement, request that Evernorth provide or arrange for the provision of additional clinical and/or administrative services not covered under this Agreement (“Additional Services”). 4.2 Response. Upon receipt of such a request, Evernorth shall submit a written proposal to Client for such Additional Services which shall include: 4.2.1 A description of the services, functions, and responsibilities Evernorth anticipates performing in connection with such Additional Services; 4.2.2 A schedule for commencing and completing such Additional Services; 4.2.3 Evernorth’s prospective charges for such Additional Services, including a detailed breakdown of such charges; and 4.2.4 A description of the human resources necessary to provide the Additional Services. 4.3 Amendment Required. Evernorth shall not begin performing any Additional Services until Client and Evernorth have entered into a mutually agreed upon written amendment to the Agreement governing such Additional Services. 5 CLIENT OBLIGATIONS At its sole cost and expense, unless otherwise indicated herein, Client shall provide or arrange for the provision of those Client obligations set forth below: 5.1 Health Center Improvements 5.1.1 Signage. Client shall install, affix and maintain at its sole expense signage at the entrance to the Health Center in a mutually agreed upon form and which, at minimum shall contain the Health Center name, as the Parties may mutually agree, the Health Center telephone number, and the hours of operation. Any and all signs shall conform to all applicable regulations and governmental requirements. Client shall at its sole expense remove any signs placed on or about the Health Center upon the termination of this Agreement or any extensions thereof, and repair the effects of any such removal. Page 7 of 33 5.1.2 Common Areas / Access. Evernorth, its invitees and employees and Participants shall have the right, in common with other occupants of the Facility and their invitees and employees, to use all stairways, elevators, halls, toilets and sanitary facilities, and all other general common facilities contained in the Facility, and all sidewalks, delivery areas, parking facilities and other appurtenances to the Facility. At no additional cost or expense to Evernorth, Evernorth shall have access to the Health Center three hundred sixty-five (365) days a year, on a twenty-four (24) hour a day basis. 5.1.3 Repairs and Improvements. Evernorth shall maintain the Health Center in an attractive and neat condition and shall not permit or allow any waste to any portion of the Health Center. Client or its agents and employees shall have the right to enter the Health Center for the purpose of making repairs necessary for the preservation of the Health Center Facility. Client shall make a reasonable effort to affect such repairs with a minimum interference to Evernorth, and, when practicable, all work shall be done outside Health Center Operating Hours. 5.1.4 Access Modifications. If modification to the Health Center is required to comply with standards imposed by applicable law and regulations, and Client is unwilling to make such modifications, then Evernorth, at its sole expense, shall have the right (but not the obligation) to make such modifications to the Health Center, as it deems necessary or desirable, to permit access by any employee or invitee with disabilities that restrict such person's ability to otherwise gain access to the Health Center. 5.1.5 Additions or Improvements by Evernorth. With written permission of Client, which shall not be unreasonably withheld or delayed, Evernorth may make alterations, additions and improvements (“Alterations”) upon the Health Center as desired, with the right to remove the same upon termination of the Agreement, or any renewal or extension thereof; provided, however, that (i) as indicated above, Evernorth shall obtain written approval from Client of the Alterations to be made and written approval of the added costs to Client; and (ii) the Health Center must be left in as good a state as when received, reasonable wear and tear and damage by fire or other casualty excepted. Failure to remove such Alterations shall not be deemed a renewal or extension under the terms of the Agreement, but shall be deemed an abandonment of such Alterations, and Evernorth shall incur no costs for the removal thereof. In addition, any installation of special equipment requiring exceptional electric service or exceeding the live load rating shall be subject to Client written approval, which shall not be unreasonably withheld or delayed. 5.2 Health Center Utilities and Services. Client shall, at its sole expense, provide the following services and utilities necessary to the operation of the Health Center. Page 8 of 33 5.2.1 Telephone and Computer System Connections. For each Health Center, Client shall furnish a telephone system and computer hook-ups necessary for the provision of the Services. 5.2.2 High Speed Internet Access. For each Health Center, Client shall ensure there are High Speed Internet services available to the building and extended to the Health Center. A minimum of 20 Mbps Down / 20 Mbps Up bandwidth to enable the Evernorth Personnel to access the data tracking documentation and reporting system throughout the worksite and any other expanded services that require bandwidth. If no internet service providers have services established to the building or if services are not adequate to support the Health Center due to stability issues, Client shall: i. Be responsible for all costs associated with establishing service to the building and installation of the line, including but not limited to trenching, wiring, materials and labor charges; or ii. Provide connectivity to the Client network and supply two (2) Public IP addresses. 5.2.3 IT Resource for Internet Troubleshooting. Client and Evernorth shall identify IT resources to work collaboratively to: i. Coordinate with the internet service provider to resolve issues at the Health Center; ii. Acknowledge notice of the issue within one (1) hour; and iii. Be available within a three (3) hour timeframe after acknowledgement. If Client IT resources are unable to provide IT assistance within the three (3) hour timeframe, Client shall be responsible for travel expenses incurred to resolve the issue. 5.2.4 Utilities, Services and Supplies. Client shall provide the following: i. adequate heating, ventilation, and air conditioning to maintain conditions and temperatures appropriate for the operation of the Health Center during Health Center Operating Hours; ii. hot and cold running water; iii. restroom facilities and supplies for use by Evernorth Personnel and Participants; iv. electricity adequate for computer systems, lighting, normal office use and heating and air conditioning; Page 9 of 33 v. lighting, and replacement of standard lamps when necessary; vi. pest control and extermination services in accordance with LEED standards; vii. cleaning and janitorial services each day the Health Center is open that meet safety and exposure control requirements of Occupational Safety and Health Regulations, including those relating to slip/trip/falls, blood borne pathogens and toxic and hazardous material. Such cleaning and waste removal must be adequate to minimize or eliminate risk to Evernorth Personnel and Participants from germs, unsanitary conditions and blood borne pathogens. Client agrees to require janitorial service to comply with Evernorth specifications for cleaning; viii. sufficient elevator service for access to the Health Center, if Health Center is located other than on the ground floor, with at least one (1) elevator that operates during non-business hours affording access to the Health Center; ix. adequate security services for the Health Center and Facility and common areas around the Facility, including fire and burglar alarm devices and guard protection. Client shall monitor the burglary alarm, motion and duress alarms and temperature alarm and shall perform annual inspection and/or testing of the smoke detectors and fire extinguishers in the Health Center and elsewhere in the Building. Client shall also provide for the periodic maintenance and annual inspection of the Facility fire alarm system; and x. adequate parking spaces for Evernorth Personnel at no charge to Evernorth or the Evernorth Personnel (as defined herein). 6 TERM AND TERMINATION 6.1 Term. The initial term of this Agreement (“Initial Term”) shall commence on the Effective Date and shall continue for a period of thirty-six (36) months. Client shall have the option of renewing for two (2) additional three (3) year terms (each a “Renewal Term”). The Initial Term and any Renewal Terms shall constitute the “Term” of the Agreement. This subsection is subject to the termination rights set forth elsewhere in this Agreement. 6.2 Client Termination. 6.2.1 For Cause. Client may terminate this Agreement by written notice to Evernorth if Evernorth materially breaches this Agreement and does not cure such breach to Client’s reasonable satisfaction within sixty (60) calendar days after receiving a written notice of breach from Client (the “Cure Period”). Client may extend the Cure Period at any time prior to the end of the expiration of the initial Cure Period by providing Page 10 of 33 notice of such extension to Evernorth. Client will notify Evernorth when breach has been cured to Client’s reasonable satisfaction; otherwise the breach shall be deemed cured at the end of the Cure Period unless Evernorth receives a notice of termination from Client within ten (10) days after the expiration of the Cure Period notifying Evernorth of the continued breach and Client’s intent to terminate. In such case, termination shall be effective on the sixty-first (61st) calendar day after receiving the notice of termination. Client shall remain liable for any unpaid balance for Implementation Costs and Operational Expenses incurred prior to the date of termination. 6.2.2 For Convenience. Client may also terminate this Agreement, in its entirety or with respect to a specific Facility, at any time after the Initial Term by providing ninety (90) days’ written termination notice to Evernorth. Such termination is effective on the ninety-first (91st) calendar day after the notice is received by Evernorth. When terminating the Agreement for convenience, Client shall pay a “Severance Fee” to Evernorth in an amount equal to the actual severance obligation owed by Evernorth to Evernorth Personnel as of the date such termination of this Agreement is effective. The Severance Fee will be reduced to the extent that Evernorth can recoup costs by successfully redeploying Evernorth Personnel to a similar position within Evernorth. Client shall remain liable for any Operating Expenses incurred prior to the date of termination. 6.2.3 For Evernorth Financial Instability. If Evernorth becomes insolvent, Client may terminate this Agreement upon ten (10) days’ notice to Evernorth provided that such termination shall be deemed effective as of the date said notice is delivered. 6.3 Evernorth Termination. 6.3.1 For Cause. Evernorth may terminate this Agreement by written notice to Client if Client materially breaches this Agreement and does not cure such breach to Evernorth’s reasonable satisfaction within sixty (60) calendar days after receiving a written notice of breach from Client (the “Cure Period”). Evernorth may extend the Cure Period at any time prior to the end of the expiration of the initial Cure Period by providing notice of such extension to Client. Evernorth will notify Client when breach has been cured to Evernorth’s reasonable satisfaction; otherwise the breach shall be deemed cured at the end of the Cure Period unless Client receives a notice of termination from Evernorth within ten (10) days after the expiration of the Cure Period notifying Client of the continued breach and Evernorth’s intent to terminate. In such case, termination shall be effective on the sixty-first (61st) calendar day after receiving the notice of termination.. Client shall remain liable for any unpaid balance Page 11 of 33 for Implementation Costs and Operational Expenses incurred prior to the date of termination. 6.3.2 For Client Nonpayment. Evernorth may terminate this Agreement if Client has failed to make payment due under the Agreement. Prior to termination, Evernorth shall give Client notice of intent to terminate based on non-payment. Termination shall be effective within thirty (30) days’ of receipt of such notice if Client fails to provide the payment due before the expiration of the thirty (30) day period. 6.3.3 For Convenience. Evernorth may also terminate this Agreement at any time after the Initial Term by providing ninety (90) days’ written termination notice to Client. Such termination is effective on the ninety-first (91st) calendar day after the notice is received by Client. 6.3.4 For Client Financial Instability. If Client becomes insolvent, Evernorth may terminate this Agreement upon ten (10) days’ notice to Client provided that such termination shall be deemed effective as of the date said notice is delivered. 6.4 Effects of Termination. In addition to any other rights or remedies Client or Evernorth may have, if either Party terminates this Agreement for cause, Termination will not constitute a Party’s exclusive remedy for any default, and neither Party will be deemed to have waived any of its rights accruing hereunder prior to such default. 7 OPERATING EXPENSES, COMPENSATION, REPORTING AND PAYMENTS 7.1 Operational Expenses. Evernorth will use the attached Appendix 1: Operating Budget as the projected budget for Operational Expenses (Salaries and Benefits, Supplies, Other Direct Expenses, System Expenses) and Other Infrastructure Costs, estimated Implementation Costs and Management Fees related to the Health Center Services for the Initial Term. The Operating Budget may be modified based on any change in the Health Center Commencement Date, delay in the required Build-Out, or modification of services requested by the Client, as mutually agreed upon by the Client and the Evernorth. Evernorth shall use its best efforts to manage all Total Operational Expenses to those amounts listed in the Operating Budget. Client acknowledges that said Operating Budget constitutes Evernorth's good faith projection of anticipated operating costs and expenses for the Health Centers. Client understands and acknowledges that the Operating Budget may change, based upon the volume of Participants seen at the Health Centers and other factors, such as a change in Evernorth Personnel with respect to level of professional licensure or salary. Page 12 of 33 7.2 Adjustment to Budget. 7.2.1 Additional Resources. In the event that Client requests permanent additional clinical and/or administrative personnel to provide the Services at the Health Center or other services, the cost of which will exceed the estimates set forth in the Appendix 1: Operating Budget, Client shall pay to Evernorth, in addition to all Management Fees and Operational Expenses, an amount equal to the additional expenses incurred in connection with the additional Services (“Additional Resource Charges”). 7.2.2 Temporary Resources. If Clinical Personnel take Paid Time Off or Leave (as described in Section 15) or there is otherwise an inability to provide Services that is to be expected to be in excess of ten (10) business days (“Vacancy”), Evernorth will inform Client of such Vacancy, and will determine in consultation with Client if the position will be temporarily staffed. In the event that Client elects to have such position filled on a temporary basis, Client shall so notify Evernorth in writing. Evernorth shall use best efforts to secure the temporary labor requested to fill Vacancy. Client shall remain responsible for the payment of the costs for the Evernorth Personnel that has taken PTO or Leave in addition to paying for any additional temporary resources requested by Client. 7.2.3 Payment. Client shall pay and reimburse Evernorth for the following as listed in the Appendix 1: Operating Budget: i. Total Operational Expenses (Salaries and Benefits, Supplies, Other Direct Expenses, Systems Expenses); ii. Infrastructure Costs; iii. Implementation Costs; and iv. Management Fees. In addition, Client shall reimburse Evernorth for Additional Resource Charges incurred under this Scope of Services. Payments shall be sent to: Evernorth Direct Health, LLC, PO Box 847217, Los Angeles, CA 90084-7217. 7.2.4 Invoicing Procedures. On or before the 20th day of each month, Evernorth will issue to Client an invoice for Fees, Operational Expenses, Implementation Costs and Additional Resource Charges (collectively, “Health Center Fees”) due and owing for Health Center Services performed during the preceding month. Client shall pay Evernorth within thirty (30) days of receipt of an invoice for Health Center Fees. Invoice charges for supplies shall reflect actual amounts billed to Evernorth from the supply manufacturer/vendor and shall not be adjusted for any rebate Evernorth may receive from an affiliated Group Purchasing Organization. Page 13 of 33 7.2.5 Renewal Terms. Sixty (60) days prior to the expiration of the Initial Term of the Agreement, Evernorth shall present to Client a proposed Operating Budget for the Health Center for any Renewal Term, and Client and Evernorth shall mutually agree on such Operating Budget. Thereafter during any Renewal Term of the Agreement, sixty (60) days prior to the expiration of the Renewal Term, Evernorth shall present to Client a proposed Operating Budget for the Health Center for the upcoming Renewal Term, and Client and Evernorth shall mutually agree on such Operating Budget. 8 REPORTING, BOOKS, AND RECORDS 8.1 Maintenance of Records. Evernorth shall keep, maintain and preserve, in Evernorth’s principal place of business or at such other secure locations as may be determined by Evernorth, during the Term and for at least three (3) years following termination or expiration of the Term, complete and accurate records and accounts covering all transactions relating to this Agreement. All such records and accounts shall be maintained in accordance with generally accepted accounting principles consistently applied. 8.2 Notice of Audit, Audit Limitations. At any time during the Term and up to three (3) calendar years following the expiration or termination of this Agreement, Client or its designee shall have the right, upon forty-five (45) days prior written notice to Evernorth, to audit all documents and records related to the Operational Expenses of the Health Center, with the exception of certain administrative and medical supplies and equipment where prohibited by confidentiality provisions in the applicable vendor agreement with Evernorth or its Affiliate, for the purchase of such administrative and medical supplies and equipment. Such audits shall be limited to one (1) every twelve (12) months, and shall be conducted during normal business hours, at Evernorth’s office or at mutually agreeable locations. Notwithstanding the above, Client shall have no obligation to perform such audit. If not otherwise subject to confidentiality provisions set forth in this Agreement, Client shall be required to sign a confidentiality agreement as mutually agreed upon by the Parties. Designees or representatives of Client shall be required to execute a confidentiality agreement mutually agreed upon by the Parties. Such audits shall not include the disclosure of Protected Health Information (PHI) as defined in HIPAA, or the disclosure of employee records or other confidential or commercially sensitive, trade secret information. Client will promptly provide Evernorth with a copy of any audit reports, findings and summaries. 8.3 Contest of Audit. Auditor shall provide Evernorth with a copy of the audit results for Evernorth’s review and opportunity to comment before auditor shares the results with the Client. Evernorth shall, at its sole expense, have the right to contest the results of any audit conducted by Client, and in such event, a second audit shall be conducted by an Page 14 of 33 independent certified public accountant acceptable to both Parties. The results of this second audit shall be binding upon the Parties hereto. 9 NOTICES 9.1 All notices, demands, and other communications under this Agreement shall be in writing to the address below, with a copy to the emails provided and shall be deemed received on the date confirmed on: (i) the return receipt for certified mail sent return receipt requested, via the USPS; or (ii) the receipt for notices sent by a reliable overnight courier. If to Evernorth: With an Email Copy to Cigna Legal: Jeffrey Perry, DBA, PhD Chief Operating Officer, Vice President Evernorth Direct Health, LLC 8888 E. Raintree Drive, Suite 300 Scottsdale, Arizona 85260 With an Email Copy to Evernorth: Jeffrey.Perry@evernorth.com Molly.Phillips@Cigna.com If to Client: Billie Kirkpatrick City of Clearwater Human Resources Director 100 South Myrtle Avenue Clearwater, Florida 33756-5320 9.2 Either Party may change the address for notification purposes upon prior and reasonable written notice thereof to the other. 9.3 Invoices shall be sent to the Client at the address indicated above. Payments shall be made in accordance with Section 7.2. 10 OWNERSHIP 10.1 Client-Owned Property. Except as noted in Section 10.2, Client is and shall be the sole and exclusive owner of all right, title and interest in and all materials furnished by Client, and all furniture, supplies, equipment and other contents of the Health Center (“Health Center Contents”) that Evernorth or its Affiliate has purchased or may during the term of Page 15 of 33 the Agreement purchase on behalf of Client, and Health Center marketing materials created, developed or otherwise submitted by Evernorth and parties engaged by Evernorth, whether directly or indirectly, in connection with rendering Services under this Agreement. Deliverables created specifically for Client pursuant to this Agreement become the property of Client. Deliverables shall not include Evernorth Equipment or Evernorth Materials, as hereinafter defined. Notwithstanding this, Client agrees that it will not take ownership of any medication upon termination; Evernorth shall take any required actions to dispose of medications. If Evernorth is able to return any medication to the manufacturer or distributor for a full or partial refund, Evernorth shall attempt to do so and obtain a credit for Client. Client also acknowledges that some of the Health Center Contents may constitute medical or other devices that, if used inappropriately or by an untrained or unlicensed person, could cause harm or injury. Client agrees to take the appropriate measures to ensure that such Health Center Contents are either properly disposed of, or only used by the appropriate medical professionals. 10.2 Evernorth Equipment. Client acknowledges that Evernorth has purchased and shall be the owner of the following equipment (“Evernorth Equipment”), and Evernorth shall be entitled to retain ownership and possession of all such Evernorth Equipment after expiration or termination of this Agreement for whatever reason: i. Computer CPUs ii. Monitors iii. Keyboards iv. Computer Mice v. Laptops vi. VPN Token Keys vii. Air Cards viii. Scanners ix. Multi-Functional Printers x. Access Boxes (Label Printer/Network Connectors) xi. Routers xii. Credit Card Machines xiii. iPads Page 16 of 33 10.3 Evernorth Materials. 10.3.1 Program Materials. All Evernorth program materials, including handouts, presentations, and workbooks (collectively, “Evernorth Program Materials”), are the sole and exclusive property of Evernorth. Any Evernorth Program Materials distributed to program Participants may be used solely for the purpose of participating in the applicable Evernorth program. Client shall not alter, republish, redistribute, record or rebroadcast Evernorth Program Materials, including posting on the internet, without Evernorth's prior written consent. 10.3.2 Proprietary Materials. Client acknowledges that in providing the services hereunder, Evernorth may utilize proprietary materials, reports, models, software, documentation, know-how and processes owned by Evernorth that were or are not created specifically by Evernorth for Client (“Evernorth Materials”). Client acknowledges that ownership of and title to such Evernorth Materials remains with Evernorth and is not transferred to Client. 10.4 Use of Name and Trademarks, Publicity 10.4.1 Client’s Marks. Except as expressly provided in the Agreement, no property, license, permission or interest of any kind in or use of any trademark, copyright, patent, trade secret, logo, trade name, color combination, insignia or device owned or used by Client is or is intended to be given or transferred or acquired by Evernorth or any other party by the execution, performance or non-performance of this Agreement or any part thereof. Evernorth agrees that it shall not use (directly or indirectly) or register any of Client’s trademarks, service marks or trade names in connection with any products, services, promotions or publications without Client’s prior written approval. Evernorth shall not remove or alter any trademark, service mark, trade name, copyright or other proprietary notices, legends, symbols or labels appearing on or in materials delivered to Evernorth by Client without Client’s prior written approval. 10.4.2 Evernorth’s Mark. Except as expressly provided in the Agreement, no property, license, permission or interest of any kind in or use of any trademark, copyright, patent, trade secret, logo, trade name, color combination, insignia or device owned or used by Evernorth is or is intended to be given or transferred or acquired by Client or any other party by the execution, performance or non-performance of this Agreement or any part thereof. Client agrees that it shall not use (directly or indirectly) or register any of Evernorth’s trademarks, service marks or trade names in connection with any products, services, promotions or publications without Evernorth’s prior written approval. Client shall not remove or alter any trademark, Page 17 of 33 service mark, trade name, copyright or other proprietary notices, legends, symbols or labels appearing on or in materials delivered to Client by Evernorth without Evernorth’s prior written approval. 11 EVERNORTH GENERAL WARRANTIES 11.1 General Warranties. Evernorth hereby represents and warrants to Client, with the intention that Client rely thereon in entering into this Agreement, that: 11.1.1 Evernorth has the full right and authority to enter into and perform this Agreement and vest in Client all the rights set forth in this Agreement; 11.1.2 Evernorth Personnel have all the necessary professional licenses to perform the Services in connection with this Agreement; 11.1.3 Evernorth agrees that it and Evernorth Personnel will perform the Health Center Management and Clinical Services in a good, professional, and workmanlike manner, using that degree of skill and care as would a prudent supplier performing similar services under similar circumstances and in compliance with all applicable laws and regulations; 11.1.4 Evernorth shall comply fully, and shall require its Personnel to comply fully, with all federal, state and local laws, regulations, ordinances, codes and other legal provisions applicable to it and its Personnel in the performance of its obligations hereunder, including but not limited to those relating to HIPAA, workers compensation, Social Security, unemployment insurance, hours of labor, wages, working conditions and other employer-employee matters with respect to Evernorth Personnel; and 11.1.5 Evernorth Personnel will exercise their own independent medical and professional judgment in the performance of Clinical Services, and Client will have no responsibility to direct or control Personnel’s independent medical acts, decisions or judgment in the care of any Participant. 12 CLIENT GENERAL WARRANTIES 12.1 General Warranties. Client hereby represents and warrants to Evernorth, with the intention that Evernorth rely thereon in entering into this Agreement, that: 12.1.1 Client has the full right and authority to enter into and perform this Agreement and vest in Evernorth all the rights set forth in this Agreement; Page 18 of 33 12.1.2 the execution and performance by Client of this Agreement (including, without limitation, the Services) does not and will not violate or conflict with, or result in a breach of (i) any terms, conditions, duties or obligation to which Client is bound to any third party or (ii) any rights of any third party; 12.1.3 any materials and elements delivered or provided to Evernorth in connection with this Agreement and their use by Evernorth, will not defame any person or violate or infringe the copyright, trademark, patent, trade secret, privacy, reputation, creative or other rights of any person or entity; 12.1.4 the execution, delivery or performance of this Agreement will not require any license to use the intellectual property of a third party, other than any licenses currently held by a Party with the good faith belief that the licenses will endure or are renewable; and 12.1.5 Client shall comply fully with all federal, state and local laws, regulations, ordinances, codes and other legal provisions that may be applicable to its obligations hereunder. 13 CONFIDENTIAL INFORMATION 13.1 Protection of Confidential Information. During the Term of the Agreement, one Party (“Receiving Party”) may receive access from the other Party (“Disclosing Party”) to certain proprietary procedures, proprietary data, proprietary information, documents, and other material belonging to, prepared by or for, or concerning the Disclosing Party and its affiliates which shall, together with the terms and conditions hereof, be deemed to be “Confidential Information.” For purposes of this Agreement, “Confidential Information” shall mean (i) information, whether provided directly or indirectly from the other Party in writing, verbally, by electronic or other data transmission or in any other form or media or obtain through on-site visits at Client or Evernorth facilities and whether furnished or made available before or after the Effective Date of this Agreement, that is confidential, proprietary or otherwise not generally available to the public; and (ii) any and all technical and business information that the Disclosing Party discloses or reveals to the Receiving Party, including but not limited to services, plans, products, policies, financial information; operation information including computer software programs, and shall include all summaries, extracts, copies, compilations, analyses, interpretations, presentations, and other materials derived therefrom. The term “Confidential Information” shall not include information which (i) at the time of disclosure to the Receiving Party was publicly available or thereafter becomes publicly available through no fault of the Receiving Party; (ii) is disclosed by the Disclosing Party to a third party without a nondisclosure obligation; (iii) Page 19 of 33 is already rightfully in the Receiving Party’s possession or is rightfully received by the Receiving Party as evidenced by independent documentation; (iv) is required to be disclosed pursuant to Florida public records law. Neither Party shall attempt to access information not necessary for its performance hereunder. 13.2 Permitted Disclosure. The Receiving Party may disclose the Confidential Information of the Disclosing Party to the Receiving Party’s Personnel if they have a need to know and obligation to protect the Confidential Information that is at least as restrictive as this Agreement. The Receiving Party will use the Confidential Information of the Disclosing Party only to the extent as is necessary in and during the performance of this Agreement, and as expressly allowed hereunder, and will be responsible for any improper use or disclosure of any Confidential Information by its officers, partners, principals, Personnel or independent contractors (including individuals who become former partners, principals, employees, agents or independent contractors). 13.3 Required Disclosure. If at any time the Receiving Party is requested or required as a result of a judicial or regulatory proceeding disclose any Confidential Information, the Receiving Party agrees to provide the Disclosing Party with prompt notice thereof so that the Disclosing Party may seek an appropriate protective order. If the Receiving Party is compelled by a judiciary or regulatory authority to disclose Confidential Information or else stand liable for contempt or suffer other censure, sanction or penalty, the Receiving Party may disclose such information to the extent required without liability hereunder. 13.4 Receiving Party Obligations. The Receiving Party agrees that until such time as any such Confidential Information becomes a part of the public domain without breach of this Agreement by the Receiving Party or an agent or employee of the Receiving Party the Receiving Party shall: 13.4.1 treat, and obligate the Receiving Party’s employees, agents and representatives to treat as secret and confidential all such Confidential Information whether or not it be identified by the Disclosing Party as confidential; 13.4.2 not disclose any such Confidential Information to any person, firm, or corporation or use it in any manner whatsoever without first obtaining the Disclosing Party’s written approval; 13.4.3 to reveal the Confidential Information only to those employees, agents and representatives of the Receiving Party who require access to such Confidential Information in order to perform the Receiving Party’s obligations under this Agreement; and 13.4.4 not to employ the Confidential Information to Receiving Party’s advantage, other than as herein provided. Page 20 of 33 13.5 Third Party Information. Neither Party shall disclose to the other any proprietary information obtained on a confidential basis from any third party unless (i) the Party receiving such information shall have first received written permission from such third party to disclose such information or (ii) such information is in the public domain at the time of disclosure. 13.6 Injunction. The Parties acknowledge that the unauthorized disclosure of Confidential Information to any third party would immediately and irreparably injure the Disclosing Party and entitle the Disclosing Party to an immediate injunction or other equitable relief against the Receiving Party. 13.7 Return of Confidential Information. Unless a Receiving Party is expressly authorized by this Agreement to retain the Confidential Information of a Disclosing Party, the Receiving Party will promptly return or destroy, at the Disclosing Party’s option, their Confidential Information, and all copies thereof, within five (5) Business Days after the Disclosing Party’s written request, and will certify to the Disclosing Party that it no longer has in its possession or under its control any Confidential Information in any form, or any copy thereof. Notwithstanding the foregoing, subject to the terms and confidentiality obligations of this Agreement the Receiving Party and its Representatives (i) may to the extent required by applicable law, governmental authority or legal process maintain one confidential copy of the Confidential Information and (ii) shall not be required to erase, destroy or return any automatically created archival or backup copies residing on computer systems or other electronic forms of information retention processes, materials or equipment and accessible only to authorized IT administrative personnel. 14 PERSONNEL 14.1 Evernorth Staffing. Evernorth shall recruit, interview, engage, hire, supervise and discharge all Evernorth Personnel needed to provide the Clinical Services. All employment related decisions, including but not limited to hiring, firing, and performance management, shall be at the sole discretion of Evernorth and not Client. Such Evernorth Personnel shall in all events, and for all purposes, be employees or subcontractors of Evernorth and not Client. Evernorth shall comply with all federal, state and local laws regulations and requirements relating to such employees and subcontractors. Evernorth, and not Client, shall be fully responsible for the payment of all salaries, wages, payroll and other compensation, taxes, fees, workers compensation insurance and other charges or insurance levied or required by any federal, state, or local law, regulation or ordinance relating to the employment of the Evernorth Personnel, and all supervision and decisions with respect to all employment-related issues, including but not limited to management of meal periods, breaks, overtime, and other related issues to comply with applicable Page 21 of 33 laws. Evernorth, and not Client, shall be solely responsible for determining salaries, bonuses, and other compensation of Evernorth employees and subcontractors. 14.2 Background Checks. The Parties acknowledge and agree that the policies and procedures of Evernorth as to pre-employment testing, criminal background checks, Social Security Number and I-9 verification, performance management, disciplinary action and termination shall govern all Evernorth Personnel, including any confidentiality requirements contained therein. 14.3 Training. Evernorth will ensure that Evernorth Personnel receive all necessary and requisite statutorily mandated in-service, annual and proficiency training, and other such professional or paraprofessional education and training programs needed to ensure current proficiency in the Evernorth Personnel’s particular health care discipline or specialty. 14.4 Use of Subcontractors. Evernorth may use third party vendors contracted with Evernorth, its Affiliates, for supplies and equipment without Client’s prior written consent, e.g. pharmacy providers, temporary labor, and laboratory service providers. 14.5 Evernorth Personnel Performance. In the event that Client is dissatisfied with the performance of any Evernorth Personnel providing Clinical Services hereunder, or asserts that any Evernorth Personnel has engaged in misconduct as defined by Client or has materially failed to perform the Services in accordance with the Agreement, Client shall so advise Evernorth immediately and provide in writing the facts necessary to validate the concern or complaint. Evernorth shall promptly consult with Client as to the nature of the conduct complained of and the severity of Client’s dissatisfaction, and shall endeavor to resolve such issues to the satisfaction of Client provided such resolution is non- discriminatory and otherwise legal. Client acknowledges and agrees that the policies and procedures of Evernorth or its Affiliates as to the performance shall govern, including any confidentiality requirements contained therein. Client agrees, where necessary, to cooperate with Evernorth in conducting any investigation or inquiry, and in providing documentation and testimonial support in event of litigation concerning Evernorth Personnel misconduct or failure to perform. 14.6 Independent Contractors. The Parties are independent contractors, and no Party is or shall represent itself as having, and nothing in this Agreement shall be construed as creating between the Parties, a relationship as employer-employee, partners, principal- agent, joint ventures, or any relationship other than that of independent parties. 14.7 Provision of Services at Health Center. Clinical Services may only be provided by Evernorth Personnel or any other professional provided by or arranged for through Evernorth. Client employees and contractors shall not be allowed to provide Clinical Page 22 of 33 Services or any other health care services at the Health Center even if they are licensed to do so. 14.8 No Co-Employment. All Evernorth Personnel performing Services hereunder shall work under Evernorth’s supervision, provided, however, that the Clinical Personnel shall exercise independent professional judgment within the scope of his or her profession, and in addition a nurse practitioner or a physician assistant shall be subject to oversight by an independently contracted physician for clinical consultation and oversight as required by law based upon protocol determined between such nurse practitioner or physician assistant and physician. 14.9 No Fringe Benefits. As an independent contractor, neither Evernorth nor Evernorth Personnel shall be entitled to any of the customary employee fringe benefits provided by Client to its employees, including, but not limited to, pension or group insurance plans, by virtue of the Services provided to Client under this Agreement. 15 HEALTH CENTER STAFFING 15.1 Staffing. 15.1.1 Evernorth shall provide or arrange for the provision of the following clinical and administrative staff (“Evernorth Personnel”) to provide Health Center Services at the Health Center: a. One (1) Full-Time Physician (“Clinical Personnel”) b. One (1) Full-Time Nurse Practitioner or Physician Assistant (“Clinical Personnel”) c. Three (3) Full-Time Medical Assistants (with one being front office staff) d. One (1) Full-Time Nurse Manager 15.1.2 Full-Time is defined as regularly working a forty (40) hour week. 15.1.3 Client acknowledges and agrees that, in addition to Evernorth Holidays, as defined in Section 3.2, Evernorth Personnel shall be entitled to paid time off (“PTO”) and other leave (“Leave”) in accordance with applicable law and policies of Evernorth or its Affiliates, or applicable contract between Evernorth Personnel and Evernorth. PTO and Leave shall include: i. vacation days (including purchased days off) ii. personal days iii. sick days Page 23 of 33 iv. military leave v. family medical leave (FMLA) vi. caregiver leave vii. disability leave; and viii. other leave in accordance with applicable law or Evernorth policy. 15.1.4 Nurse Practitioners and Physician Assistants may be entitled to up to five (5) days per year to complete continuing education requirements. 15.1.5 For Evernorth Personnel employed by Evernorth, the number of days of PTO is the same applicable to all employees of Evernorth and its Affiliates but may vary based on the job level and number of years of employment with Evernorth, and will be prorated for part-time work status. 15.1.6 For Evernorth Personnel not employed by Evernorth, i.e., independent contractors, the number of days of PTO shall be defined in the contract between Evernorth and applicable agency or individual. 15.1.7 When the Nurse Practitioner or Physician Assistant takes PTO, the Health Center shall be closed for treatment purposes (and only open for administrative purposes to the extent a Medical Assistant is available to work). Evernorth shall, however, request that the Nurse Practitioner or Physician Assistant give Evernorth five days’ advance notice of any planned PTO where possible, so that Evernorth can share with Client in advance of any expected suspension of treatment services due to planned PTO by the Nurse Practitioner or Physician Assistant. 15.1.8 In the event that Evernorth Personnel will be absent for an extended period due to military leave, FMLA, or long term disability leave, Evernorth shall use its best efforts to recruit and engage a qualified temporary substitute. In the event that Evernorth is unable to provide such qualified substitute, Evernorth shall provide a pro-rated adjustment to the Fees. 15.1.9 Evernorth shall not reduce the Compensation/Fees set forth in Appendix 1: Operating Budget for any absence of Evernorth Personnel due to the following: i. PTO; ii. sick time not considered as short term disability under the then current Evernorth policies; iii. closure of the Client’s work site(s) within which the Evernorth Personnel provides services under this Agreement, due to Client or other reasons beyond Evernorth's control, such as inclement weather, acts of nature, pandemic, or acts of the public enemy; and Page 24 of 33 iv. Short term disability or caregiver leave for which the Evernorth Personnel is paid. 16 NON-SOLICITATION 16.1 During the term of this Agreement, and for a period of one (1) year after expiration or termination of this Agreement for any reason, Client shall not directly or indirectly, alone or in concert with others, solicit or entice an employee or independent contractor engaged by Evernorth to provide services under this Agreement, to leave the employment or engagement of Evernorth in order to provide substantially similar services as those provided in this Agreement, to or on behalf of Client, or to otherwise work in competition with Evernorth. Should there be a termination of this Agreement and Client desires to have an Evernorth Personnel work for Client or another health center vendor or otherwise serve in a similar capacity to benefit Client within one (1) year following termination of this Agreement, Client agrees that it shall reimburse Evernorth all severance costs Evernorth has paid to any and all Evernorth Personnel resulting from a termination of this Agreement. 17 INDEMNIFICATION 17.1 Evernorth Indemnification. Evernorth, its successors and assigns, assumes liability for, and shall indemnify, defend, protect, and hold Client and its officers, directors, employees, and agents and Affiliates (each, a “Client Indemnitee”) harmless from and against any and all claims, actions, suits, proceedings, costs, liabilities, judgments, obligations, losses, penalties, damages and expenses, including reasonable legal fees and expenses, of whatsoever kind or nature: (i) to the extent caused in whole or in part by Evernorth’s own negligent acts or omissions in connection with its performance under this Agreement; (ii) arising out of Evernorth’s intentional misconduct in connection with its performance under this Agreement; or (iii) arising out of any violation by Evernorth of any law pertaining to the Services. 17.2 Client Indemnification. Client, its successors and assigns, assumes liability for, and shall indemnify and hold Evernorth and its officers, directors, employees, agents and Affiliates (each, a “Evernorth Indemnitee”) harmless from and against any and all claims, actions, suits, proceedings, costs, liabilities, judgments, obligations, losses, penalties, damages and expenses, including reasonable legal fees and expenses, of whatsoever kind or nature to the extent caused in whole or in part by Client’s own negligent acts or omissions, directly or indirectly arising out of or in connection with this Agreement. Nothing contained herein shall be construed to be a waiver of any immunity or limitation of Page 25 of 33 liability Client may be entitled under the doctrine of sovereign immunity or Section 768.28, Florida Statutes. 17.3 Notice of Claims. Each Party will give notice as promptly as practicable to the other Party of any third-party claims for which it is obligated to provide indemnification. Each Party shall cooperate in all reasonable respects with the other Party and its attorneys in the investigation, trial and defense of such claim and any appeal arising therefrom. 17.4 Limitation of Liability. Notwithstanding any other provision in the Agreement, in no event will either Party be liable to the other Party hereto, in contract, tort or otherwise be liable for, nor will the measure of damages include: (i) any indirect, incidental, special or consequential damages (including lost revenue, profits or savings) arising out of or relating to its performance under this Agreement; or (ii) punitive damages. 18 INSURANCE 18.1 Evernorth will maintain at its own cost all necessary insurance (which shall include as a minimum, the requirements set forth below), for damages caused or contributed to, by Evernorth and insuring Evernorth against third party claims arising out of or resulting from activities or services performed by Evernorth during the Term of this Agreement: 18.1.1 Statutory worker’s compensation for Evernorth Personnel in accordance with applicable laws. 18.1.2 Employer’s Liability insurance in an amount of not less than Five Hundred Thousand Dollars ($500,000.00) each accident, each employee, and policy limit. 18.1.3 Commercial General Liability insurance insuring against claims for bodily injury, property damage, completed operations and contractual liability with a limit of One Million Dollars ($1,000,000.00) per occurrence and Two Million Dollars ($2,000,000.00) in the annual aggregate. 18.1.4 Automobile liability insurance covering all vehicles owned, non-owned, hired and leased only when utilized in the performance of Services under this Agreement, with a combined single limit for bodily injury and property damage of not less than One Million Dollars ($1,000,000.00). 18.1.5 Managed Care Errors and Omissions insurance in an amount of not less than One Million Dollars ($1,000,000) in the aggregate. 18.1.6 Medical Professional Liability insurance in the amount of One Million Dollars ($1,000,000) per claim, Three Million Dollars ($3,000,000) in the aggregate. 18.2 Client’s Property and Liability Insurance. Client agrees and acknowledges Client is the owner or lessee of the Facility and owner all of Health Center Contents other than Page 26 of 33 Evernorth Equipment (as defined in Section 10). During the Term of this Agreement, Client shall be solely responsible for maintaining property and casualty insurance coverage insuring against the loss or damage of the Facility and the Health Center Contents. Cover for the Health Center Contents shall be in an amount not less than full replacement cost of such Health Center Contents. In addition, such property and casualty insurance shall cover Evernorth Equipment to the extent that any loss or damage to such Evernorth Equipment is not due to the negligent acts or omissions or intentional misconduct of Evernorth or Evernorth Personnel, and shall be in an amount not less than the full replacement cost of the Evernorth Equipment. Further, Client may, at its option, purchase and maintain its own liability insurance and, at its option, may purchase and maintain such insurance as will protect itself against claims which may arise from operations under the Agreement. 19 GOVERNING LAW; DISPUTE RESOLUTION 19.1 The terms of this Agreement, including attachments and exhibits, and all matters relating to these services, shall be governed by, and construed in accordance with, the substantive laws of the state of Florida and federal law, as applicable. 19.2 Parties agree that they shall meet and confer in good faith to resolve any problems or disputes that may arise under this Agreement. Such negotiation shall be a condition precedent to the filing of any arbitration demand by either Party. Any controversy, dispute or claim arising out of or relating to this Agreement, including its performance or breach, and including any question regarding its interpretation, existence, validity or termination, that cannot be resolved informally, shall be resolved by way of binding arbitration. 19.3 The arbitration shall be administered by the American Arbitration Association (“AAA”) and conducted in Clearwater, Florida or such other location as may be agreed to by the Parties, in accordance with the Commercial AAA rules, as they are in effect when the arbitration is filed. The binding arbitration shall be conducted by a single, neutral arbitrator knowledgeable in the health care or insurance industries or a retired judicial officer. If the Parties are unable to agree on the choice of the arbitrator, an arbitrator shall be appointed in accordance with the AAA rules. Any such dispute will not be resolved by a lawsuit or resort to court process, except as the Federal Arbitration Act provides for judicial review of arbitration proceedings. Arbitration under this provision will take place on an individual basis; class arbitrations and class actions are not permitted. The Federal Arbitration Act, 9 U.S.C. Sections 1-16, shall also apply to the arbitration. Civil discovery may be taken in such arbitration as provided by Florida law and civil procedure. The arbitrator shall have the power to control the timing, scope, and Page 27 of 33 manner of the taking of discovery and shall have the power to enforce the Parties’ respective duties concerning discovery. The arbitrator shall have the power to grant all legal remedies and award damages as provided by state and/or applicable federal law except that punitive damages shall not be awarded. 19.4 The Parties agree to be bound by the decision of the arbitrator. The Parties further agree that each Party shall share in the costs and fees of the arbitrator and arbitration administration fees charged by AAA, but each Party shall be responsible for their own attorneys’ fees, costs and expenses. 19.5 The arbitrator shall prepare in writing an award that indicates the prevailing Party or Parties, the amount and other relevant terms of the award, and that includes the legal and factual reasons for the decision. The requirement of binding arbitration shall not preclude either Party from seeking a temporary restraining order or preliminary injunction or other provisional remedies from a court of competent jurisdiction in Arizona; however, any and all other claims or causes of action, including, but not limited to, those seeking damages, shall be subject to binding arbitration as provided herein. 20 ASSIGNMENT AND DELEGATION OF DUTIES Neither Party may assign their duties, rights, or interests under this Agreement unless the other Party shall so approve by written consent, provided however, that Evernorth may at its sole discretion assign its duties, rights and interest under this Agreement in whole or in part to a subsidiary or Affiliate or may delegate any and all of its duties in the ordinary course of business to a subsidiary or Affiliate. 21 BINDING EFFECT This Agreement shall inure to the benefit of and bind the respective successors and assigns of the Parties hereto. 22 TAXES 22.1 Evernorth will be responsible for any applicable sales, use, or other like taxes (hereinafter, “tax” or “taxes”) attributable to periods on or after the agreement date based upon or measured by Evernorth’s fees for performing or furnishing the services. To the extent Evernorth is required to collect such taxes under applicable law, Evernorth will separately state the amount of tax due on its invoices to Client. Page 28 of 33 23 FORCE MAJEURE 23.1 Default. Neither Party will be in default or otherwise liable for any delay or failure of its performance under this Agreement to the extent such delay or failure is due to causes beyond the reasonable control of said Party such as, but not limited to, acts of God, acts of public enemy, the elements, adverse weather conditions, fire, floods, riots, strikes, accidents, disease, pandemic, war, governmental requirement, order or shutdown, act of civil or military authority, manufacturer delays, labor or transportation difficulties, acts or omissions of transportation common carriers, or other cause beyond the reasonable control and without the fault or negligence of the affected Party (“Force Majeure Event”). Additionally, Client understands that in the event of a Force Majeure Event, Evernorth's ability to perform in part or in total may be limited to the extent required by Evernorth HR minimal standards policies for the protection of Evernorth employees. 23.2 Contingency Planning. If Client requests that Evernorth implement contingency plans or actions to prevent, circumvent or cure the adverse effect of a Force Majeure Event, Client shall be responsible for reimbursing Evernorth for the cost of their implementation during a Force Majeure Event. 24 SURVIVAL The terms of Sections 6, Term and Termination; 7 Operating Expenses, Compensation, Reporting, and Payments; 9, Notices; 10, Ownership; 11, Evernorth General Warranties; 12, Client General Warranties; 13, Confidential Information; 16, Non-Solicitation; 17, Indemnification; 18, Insurance; 19, Governing Law; Dispute Resolution; 21, Binding Effect; 22, Taxes; 24, Survival; and 25.7, Third Party Beneficiaries shall survive termination or expiration of this Agreement. 25 MISCELLANEOUS 25.1 Contract Interpretation, Captions, Section Numbers. Article, section and paragraph numbers and captions are provided for convenience of reference and do not constitute a part of this Agreement. Any reference to a particular Section of the Agreement will be deemed to include reference to any and all subsections thereof. 25.2 Exhibits. All exhibits and schedules referred to or attached to this Agreement and all appendices thereto are integral parts of the Agreement as if fully set forth herein. All capitalized terms used in such exhibits and schedules and all appendices thereto shall be as defined in this Agreement, unless otherwise indicated in the exhibit schedule or appendix. Page 29 of 33 25.3 Neither Party Deemed Drafter. Despite the possibility that one Party or its representatives may have prepared the initial draft of this Agreement or any provision or played a greater role in the preparation of subsequent drafts, the Parties agree that neither of them will be deemed the drafter of this Agreement and that, in construing this Agreement, no provision hereof will be construed in favor of one Party on the ground that such provision was drafted by the other. 25.4 Counterparts. This Agreement may be executed in multiple counterparts, each of which will be deemed an original and all of which together will be deemed the same agreement. 25.5 Entire Agreement; Order of Precedence. This Agreement, the Exhibits, Schedules, Attachments, and all documents expressly referred to in this Agreement, contains the entire understanding between the Parties with respect to the subject matter of this Agreement, and all prior or contemporaneous promises, representations, agreements or understandings are expressly merged herein and superseded hereby. The persons signing this Agreement personally warrant that they are authorized to sign the Agreement on behalf of, and to bind, the Party whom they represent in so signing. 25.6 Severability. If any provision of this Agreement or its applications to particular circumstances is determined by a court of competent jurisdiction to be invalid or unenforceable, that provision (or its application to those circumstances) will be deemed stricken and the remainder of this Agreement (and the application of that provision to other circumstances) will continue in full force and effect insofar as it remains a workable instrument to accomplish the intent and purposes of the Parties; the Parties will replace the severed provision with the provision that will come closest to reflecting the intention of the Parties underlying the severed provision but that will be valid, legal, and enforceable. [REMAINDER OF THIS PAGE INTENTIONALLY LEFT BLANK] Page 30 of 33 25.7 No Third Party Beneficiaries. The Parties specifically disavow any desire or intention to create a third party beneficiary contract, and specifically declare that no person, except for the Parties and their permitted assigns, if any, shall have any rights hereunder nor any right of enforcement. IN WITNESS THEREOF, the Parties hereto have caused this Agreement to be executed and signed by their respective officers duly authorized to do so, on the dates indicated below. Electronic signatures are acceptable and have the same binding effects as original signatures. EVERNORTH DIRECT HEALTH, LLC Signature: Print Name: Jeffrey T. Perry, DBA Title: Chief Operating Officer, VP Date: Countersigned: CITY OF CLEARWATER, FLORIDA ___________________________ ________________________________ Brian Aungst, Sr. Jennifer Poirrier Mayor City Manager Approved as to form: Attest: ___________________________ ________________________________ Owen Kohler Rosemarie Call Lead Assistant City Attorney City Clerk 7/28/2023 Page 31 of 33 EXHIBIT A DEFINITIONS “Affiliate” means, with respect to a Party, any entity that controls, is controlled by, common control with, such Party. “Business Day” means any week day other than a day designated as a holiday by the United States Postal Service as revised from time to time provided such Business Day does not conflict with a Evernorth or Client recognized holiday. “Evernorth Personnel” means the Clinical Personnel hired by Evernorth. “Clinical Personnel” means the Evernorth Personnel health care professionals hired by Evernorth as employees to perform services for Client under this Agreement. Evernorth Personnel does not include third party subcontractors performing services under this Agreement. Evernorth Personnel does not include anyone hired by Client or contracted with Client directly to provide any services related to this Agreement. “FTE” means full-time equivalent. One FTE is equivalent to one employee working full-time. Full- time is defined as regularly working a forty hour week. “Implementation Costs” means those costs associated with project management and Evernorth Personnel services prior to Health Center opening, including onsite consultations by Evernorth Operations and Clinical teams; quality assurance reviews; and initial training for Evernorth Personnel. “Infrastructure/Management Fee” means those costs associated with centralized administrative functions, such as procurement of supplies and liability insurance, support services (regulatory, compliance, and finance), and reporting and data integration. “Provider” means a duly licensed physician, advance practice registered nurse or physician assistant. “Other Direct Expenses” means expenses related to the day-to-day operation of the Health Center, including, but not necessarily limited to: continuing medical education; postage and printing; marketing; ongoing training and education; overhead expenses, supplies, and ongoing travel (Evernorth Direct Health management coming to site). Page 32 of 33 “Personnel” of a Party means the direct and indirect employees, subcontractors, and agents of such Party. “Salaries and Benefits” means the cost of wages paid to Evernorth Personnel, including local physician oversight/medical director or temporary staff, providing Services at the Health Center, plus payroll, related taxes and benefits (including paid time off where applicable.) “Supplies” means consumables related to the operation of the Health Center, i.e., office supplies, non-medical supplies, and medical supplies necessary for the proper delivery of Services to Participants, and pharmaceutical/flu serum supplies necessary to meet the pharmaceutical and immunization needs of Participants served at the Health Center. “Systems Expenses” means expenses associated with Employee Health Record (EHR) licenses; system costs of data circuits, routers, printers, etc.; systems support; and equipment fee for use of computers maintained and periodically replaced by Evernorth and support. Evernorth Direct Health LLCCost Projection Estimates Prepared for:City of ClearwaterDescription10/1/23 - 9/30/2410/1/24 - 9/30/2510/1/25 - 9/30/26FTE'sPhysician1.001.001.00Nurse Practitioner1.001.001.00Medical Assistant2.002.002.00Front Office1.001.001.00Nurse Manager / LPN / RN1.001.001.00Total FTE's6.006.006.00Salaries & Benefits837,000861,000884,000Temp Labor60,00060,00060,000Other Direct Expenses78,00079,00081,000Supplies166,000169,000171,000System Expenses79,00082,00084,000Admin Fee21,00021,00021,000Infrastructure & Management Fees404,000414,000425,000Total Onsite Health Center Estimate1,645,0001,686,0001,726,000CHC - Operating Funding Incentive161,777161,777161,777Total Cost Estimate after Cigna Contribution1,483,2231,524,2231,564,223Assumptions1)The facility is staffed as indicated in the FTE section above2)Full-time is considered to be 40 hours per week and represented by 1.00 FTE3)Marketing for communications to those eligible for access to the site is planned at $5000 in year one and $5000 the following years4)Recruitment cost for staff is projected at $5000 per year (Marketing & Recruitment are pass thru expenses, only charged if incurred)5)External lab vendor will submit a claim.6)Includes estimated cost of prepackaged medication7)Temp labor is billed if incurred, the amount provided is an estimate8)This cost projection may need to be updated if the scope of operations changes 1CITY OF CLEARWATER | 1 HEALTH CARE 2024 2CITY OF CLEARWATER | Medical Plan Background SELF-INSURED WITH CIGNA City pays administration fee to Cigna and pays medical and pharmacy claims as they occur COST TREND 5% average claims per employee per month increase the past 6 plan years (includes current year) Pharmacy Trend is primarily driving the annual increase NATIONAL AVERAGES Have exceeded 7% per year, with Florida 3% - 4% higher $861 $822 $878 $1,031 $1,021 $1,069 $- $250 $500 $750 $1,000 $1,250 $1,500 2018 2019 2020 2021 2022 2023 (YTD) Average Claims Per Employee Per Month 3CITY OF CLEARWATER | Current Cost Drivers Cancer, musculoskeletal, and heart disease are the top cost drivers Inflammatory diseases and diabetes have the highest overall pharmaceutical spend (driven by specialty drugs, such as Humira and Ozempic) Pharmacy represents 31% of plan spend and is trending at a more drastic rate than Medical Cancer claims pose the largest emerging risk, making up 22% of medical spend 4CITY OF CLEARWATER | Wellness Initiatives •We are invested in improving and positively impacting employees’ overall wellness with our two main initiatives being Motivate Me and Omada. Employee participation in these programs will positively impact the wellbeing of our employees and in turn positively impact claims. •We understand the importance of recognizing and providing mental health benefits in the workplace and have been awarded Silver Seal from the Bell Seal Award for Workplace Mental Health •We are also exploring options to introduce a mental health provider to see employees at our employee health center as well as providing space for employees to take advantage of virtual physical therapy. •We have a very engaged Wellness Coordinator to promote our initiatives and work with staff in the field. 5CITY OF CLEARWATER | Motivate Me Motivate Me is a Cigna program that incentivizes healthy medical and lifestyle choices Program includes wellness screenings, preventative care visits, and health coaching targeting cost drivers on the medical plan Available to all employees covered under the medical plan Program is offered and administered by Cigna, and included in plan funding Employees can earn up to $200/year 6CITY OF CLEARWATER | Motivate Me •In 2022, employees redeemed $72,075 in incentives •Year to date, employees have redeemed over $34,000 in incentives •Our Wellness Coordinator is doing outreach to employees to ensure the gatekeeper is completed so employees can earn incentives 7CITY OF CLEARWATER | Positive Trends 2022 Calendar Year Compliance Category Norm 49%Total Population Engagement 43% 67%Higher Risk Population Engagement 60% 74%Cancer Screenings –Breast 67% 80%Medication Adherence -Hypertension 77% 79%Medication Adherence -Diabetes 72% 81%Medication Adherence -Depression 74% 82%Medication Adherence -Cholesterol 76% The city continues to be above the norm in wellness screening, engagement and medication adherence. 8CITY OF CLEARWATER | Omada Diabetes prevention program that includes health coaching and digital scale •Since it’s inception in 2022, we have 133 enrolled participants that have started the program •The average weight loss after completion is 6.1lbs •Participants can earn $100 for completing the program 9CITY OF CLEARWATER | Self-Funded Renewal •2024 CY Renewal: $27.1 million •Includes employee and retiree contributions of $3.5 million 10CITY OF CLEARWATER | Self-Funded Renewal •For the 2023 Plan year there was a 13.1% increase. •The city absorbed more of the increase than expected in order to avoid employees with dependent coverage feeling the full 13.1% increase in one year. •For the 2024 Plan year the renewal projection calls for a 4.8% increase to account for increased pharmacy cost and inflationary impacts. •Benefits Committee is recommending a 8.3% increase for employees with dependent coverage to begin moving back to the 100%/75%/68% historical contribution schedule 11CITY OF CLEARWATER | Employee Health Center 12CITY OF CLEARWATER | Employee Health Center Based on 310 surveys 100% of employees would recommend the center to co-workersExperience Utilization Engagement Year to date visits are up in comparison to the previous year trend Percentage of employees who utilize the health center Satisfaction (YTD)100% 3087 Visit Count (YTD) 70%Center Adoption (Rolling 12m) 13CITY OF CLEARWATER | Employee Health Center This is the consolidated compliance rate for applicable evidence-based quality measures Clinical Time Filled Financial This is percentage of time the providers are with patients on average for full day The ratio of savings associated with a reduction in network utilization outcomes and productivity vs operations expense of the center 70% $2.20:$1.00 97% Quality Composite (YTD) Providers with Patients (YTD) Return on Investment 14CITY OF CLEARWATER | New Wellness Offerings •Jet Dental-Premier pop-up dental services providing full preventive visit, cavity filling, scaling and root planing and teeth whitening •OnSpot Dermatology -mobile dermatology •Behaviorist •Virtual Physical Therapy 15CITY OF CLEARWATER | Employee Health Center RFP •The city solicited proposals from vendors to run the Employee Health Center as a matter of due diligence •9 competitive proposals were received (includes proposal from current vendor, Evernorth) •The Committee voted to renew the contract with Evernorth primarily due to: •Employee Satisfaction •Competitive Pricing •Full scope of services 16CITY OF CLEARWATER | Renewal Recommendations •Renew current medical plan •Continue “Open Access Plus” network •Maintain current plan design (copays/deductibles/coinsurance) •Continue Motivate Me wellness incentive to encourage preventative screenings and Employee Health Center 17CITY OF CLEARWATER | 17 HEALTH CARE 2024 Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#23-1060 Agenda Date: 9/21/2023 Status: Consent AgendaVersion: 1 File Type: Action ItemIn Control: Police Department Agenda Number: 6.5 SUBJECT/RECOMMENDATION: Approve a purchase order and agreement to TriTech Software Systems, a CentralSquare Company, for the renewal of TriTech Software Support and Maintenance in the amount of $224,952.38 from October 1, 2023 through September 30, 2024, pursuant to Clearwater Code of Ordinances Section 2.563(1)(d), Non-competitive purchases - impractical to bid, and authorize the appropriate officials to execute same. (consent) SUMMARY: TriTech Software System provides an integrated computer aided dispatch (CAD), mobile, automatic vehicle location (AVL) environment, and downloading of data to the report management system (ACISS). Prior to the TriTech System, each of these functions required separate software support and hardware agreements. The TriTech system has been operational since October 2007; the final sign-off and payment closing out the project was disbursed in March 2009. The Council previously approved the twelve-month TriTech renewal for software support and maintenance, which will expire on September 30, 2023. This renewal reflects a 5% increase over the fiscal 2023 amount, which totaled $214,285.66. APPROPRIATION CODE AND AMOUNT: Funding for this 12-month renewal, in the amount of $224,952.38, is budgeted in Fiscal Year 2023/2024 Police Department operating budget 0101162-530300 (contractual services). Page 1 City of Clearwater Printed on 9/19/2023 Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#23-1062 Agenda Date: 9/21/2023 Status: Consent AgendaVersion: 1 File Type: Action ItemIn Control: Police Department Agenda Number: 6.6 SUBJECT/RECOMMENDATION: Approve an Interlocal Agreement between the Clearwater Community Redevelopment Agency (CRA) and the City of Clearwater to provide CRA funding in fiscal year 2023-2024 in the amount of $257,642.91 to underwrite the cost of additional Community Policing services by the Clearwater Police Department in the Downtown CRA to address quality of life issues, drug dealing, and homelessness and authorize the appropriate officials to execute same. (consent) SUMMARY: Quality of life issues, drug dealing, and homelessness, all negatively impact the redevelopment plan. Additional community policing resources are needed to effectively address these issues above and beyond the level provided by routine road patrol functions. An allowable funding source of this active item is the use of CRA Increment Financings funds. Florida Statutes allows for the use of funds for “community policing innovations” in the Community Redevelopment Areas. The CRA and Clearwater Police Department have reached an agreement on a proposed scope of services and terms delineated in the Interlocal Agreement. Included in the proposed scope is the delineation of specific, measurable crime reduction targets by which to monitor the success of the initiative as well as providing clear language required by statute assuring that the resources are applied to the Downtown CRA area. APPROPRIATION CODE AND AMOUNT: Funding for this Interlocal Agreement will be from CRA Project Code R2001 Community Policing. Page 1 City of Clearwater Printed on 9/19/2023 8/8/2023-12:15 PM 1 Officer 1 Officer 2 Officers Base Salary 80,141.00 82,144.00 162,285.00 Special Pay 4,007.00 4,107.00 8,114.00 Career Incentive 240.00 - 240.00 Education 960.00 960.00 1,920.00 Pension 19,560.00 19,091.00 38,651.00 Social Security 1,223.00 1,254.00 2,477.00 Major Medical 15,605.00 11,912.00 27,517.00 Life Insurance 9.00 9.00 18.00 Workers Compensation 2,070.76 2,070.76 4,141.52 123,820.00 121,550.00 245,370.00 Fuel $12,272.91 TOTAL 257,642.91 Police Department - CRA Funded Officers For FY 2023/2024 EXHIBIT "A" Position Enhancement Fact Sheet G5193 G5197 YTD (Through 7/31/23 YTD (Through 7/31/23 1,521.05$ $2,058.55 Average:$511.37 Annual:$6,136.46 Summary Results: I pulled the past seven months of fuel costs for G5193 and G5197 to come up with the average monthly fuel costs. Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#23-1064 Agenda Date: 9/21/2023 Status: Consent AgendaVersion: 1 File Type: Action ItemIn Control: Police Department Agenda Number: 6.7 SUBJECT/RECOMMENDATION: Approve a Purchase Order and agreement between the City of Clearwater and Tampa Bay Psychology Associates, LLC, of Clearwater, Florida, for psychological and educational services, in a not to exceed amount of $250,000.00, during the contract period of October 1, 2023 through September 30, 2025, pursuant to Clearwater Code of Ordinances Section 2.563(1)(f), Professional services not subject to CCNA, and authorize the appropriate officials to execute same. (consent) SUMMARY: The mental health of law enforcement officers and telecommunicators continues to be a concern and a priority for the Clearwater Police Department (CPD). Law enforcement officers have a 54% increase in suicide risk when compared to the civilian population (McAward, 2022). Additionally, empirical research has demonstrated that occupational stress has directly attributed to higher rates of heart disease, divorce, alcohol abuse, and other psychological disorders such as depression and post-traumatic stress disorder. Beginning in 2019, CPD sought to proactively provide additional mental health resources to all CPD employees, sworn and professional staff, through an agreement with Tampa Bay Psychology Associates, LLC, which specializes in the mental health treatment of public safety employees and is utilized by several law enforcement agencies and fire departments within the Tampa Bay region. The existing agreement provides for the maintenance of a 24/7 resource telephone number for continual employee access, if needed for a mental health concern, individual counseling services, post-critical event evaluations, fitness for duty evaluations, pre-employment evaluations, employee wellness and safety training, additional tailored training modules, new-hire training for CPD communications personnel, and post-academy training for recruit officers. The current two-year agreement expired in July 2023. A two-month extension was approved by the city manager, which expires September 30, 2023. Based upon the success of this partnership, CPD has negotiated a renewal of the agreement. The new agreement would expire in September 2025 with the option to renew up to three additional one-year terms with a pricing increase up to 5% each renewal year. Page 1 City of Clearwater Printed on 9/19/2023 File Number: ID#23-1064 The new agreement would be a 39% increase from the existing agreement. While this new agreement covers the same services as outlined in the existing agreement, the increase is attributed to several items to include pricing increases for individual services, the added benefit for CPD employees to attend unlimited counseling sessions (previously limited to three per year), they are now the exclusive provider for sworn applicant pre-employment evaluations, initiated training for new-hire telecommunicators, and increased training sessions for the agency’s newly formed peer support team program. APPROPRIATION CODE AND AMOUNT: Budgeted funds for FY24 are available in CPD cost code 0101156-530100 - Professional Services. Page 2 City of Clearwater Printed on 9/19/2023 Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#23-1082 Agenda Date: 9/21/2023 Status: Consent AgendaVersion: 1 File Type: Action ItemIn Control: Fire Department Agenda Number: 6.8 SUBJECT/RECOMMENDATION: Authorize a purchase order to Ten-8 Fire and Equipment, Inc. of Bradenton, FL for one Osage Warrior Type I Rescue 2024 Ford F450 Extended Cab Chassis in the amount of $327,648.00, pursuant to Clearwater Code of Ordinances Sections 2.563(1)(c), Piggyback, and 2.563(1)(d), Non-competitive purchase, authorize the surplus of G3609 a 2008 Ford F650 Medtec pursuant to Clearwater Code of Ordinances Section 2.623 (7)(c), public auction, or (e), trade-in, whichever is in the best interest of the City, and authorize the appropriate officials to execute same. (consent) SUMMARY: Clearwater Fire & Rescue (CFR) is requesting authorization to purchase an Osage Warrior Type I Rescue 2024 Ford F450 Extended Cab Chassis to replace G3609 at Fire Station 48 (FS48), in the amount of $327,648.00. Of this total amount, $322,932.63 is a piggyback from the Florida Sheriff’s Association, Contract FSA23-VEF17.0, Fire & Rescue Vehicles, Boats & Equipment, valid through March 31, 2025. The remaining $4,715.37 is for additional options and is considered impractical to bid due to delay in receipt of vehicle, possible void of warranty for after-market equipment, manufacturer delay in receiving parts, etc. This purchase is for a basic model with additional options including graphics. All optional pricing is vetted through the FSA contract and is priced at below Manufacturer Suggested Retail Price (MSRP) per section 2.13 of the contract agreement. The pricing provided by Ten-8 Fire & Equipment is based off a 2024 F450; however, at time of build, a model year of 2025 or 2026 may be needed requiring additional funds. If needed, the additional funds will be within the City Manager ’s approval authorization. CFR performs emergency medical services (EMS) under a contract with the Pinellas County EMS Authority. This purchase was budgeted in the fiscal year 2022/23 capital improvement budget in project 91236, Rescue Vehicle, to be funded with Pinellas County EMS tax reimbursement. CFR purchased a 2008 Ford F650 Medtec (G3609), which is now a reserve rescue. Due to the age, mileage and maintenance costs of this vehicle, CFR is requesting authorization to retire this vehicle as it has reached the end of its useful life as a front-line rescue unit and either send to auction or trade-in, whichever is in the best interest of the City. Annual operating costs are included in the department’s operating budget for operating and maintaining the vehicle. Garage charges on the new vehicle are expected to be less than the vehicle being retired. Page 1 City of Clearwater Printed on 9/19/2023 File Number: ID#23-1082 APPROPRIATION CODE AND AMOUNT: Funds are available in capital project 91236, Rescue Vehicle, to fund this contract. USE OF RESERVE FUNDS: N/A Page 2 City of Clearwater Printed on 9/19/2023 Subject to limitations, provisions and conditions set forth in this Warranty, Osage Industries, Inc. does hereby warrant to each Original Purchaser Only that each new vehicle conversion is free from defects and workmanship and materials used in the construction of a production model emergency vehicle for a period as follows: A. PRODUCT CONVERSION WARRANTY For THREE 3 years or 36,000 miles, whichever comes first, from the date of the original purchase. Osage Industries, Inc. will repair or replace, at no cost to purchaser, only those components manufactured by Osage Industries, Inc. for use in a production vehicle and excludes components from other manufacturers used in such conversions; i.e. sirens, inverters, lightbars, oxygen equipment, auto eject, siren drivers and chassis, etc. Individual warranties are covered by those manufacturers included in the Owner’s Manual as supplied with the vehicle and shall apply as set forth by said manufacturer. Osage will only reimburse labor up to (3) years on those components with more than a (3) year warranty. B. ELECTRICAL WARRANTY For SIX (6) years or 72,000 miles, whichever comes first, from the date of the original purchase, Osage Industries, Inc. will cover the cost of labor and material, in the repair or replacement of the electrical systems furnished and installed by Osage Industries, Inc. This warranty shall include switch panels, electrical harnesses (and the installation), printed circuit boards and general design concept used by Osage Industries, Inc. at the time of manufacture. This warranty shall not apply to any electrical equipment furnished and warranted by other manufacturers. All other components are excluded from the coverage of this limited electrical warranty. Extended Warranty if Purchased: For up to Seven 7 years or 100,000 miles on electrical stated above. C. ALUMINUM MODULE BODY AND INTERIOR ALUMINUM CABINET STRUCTURE Lifetime warranted to the original purchaser, on the original chassis. This warranty can be transferred onto a new chassis, providing the remount is performed by Osage. At that time, Osage will thoroughly inspect and repair, if needed. Door Hardware, Cabinet Finish and Latches are warranted for a period of Three (3) years or 36,000 miles, whichever comes first from date of original purchase for defects under normal use; this does not include adjustments. D. PAINT WARRANTY 5 YEARS OR 100,000 MILES Complete, NON-PRO RATED warranty covers paint finish, corrosion and blistering of the ambulance body. Warranty covers the cost of parts and labor. Unless installed by Osage, lettering and graphics replacement due to paint failure will not be covered. Warranty is dependent on agreement by both parties (purchaser and seller) that failure is due to a manufacturing defect. E. GRAPHICS WARRANTY 3 YEARS OR 36,000 MILES Osage warrants its graphics and lettering package to be free from defects in material and workmanship for three (3) years or 36,000 miles. Warranty covers cost of parts and labor. Osage will not be liable for more than the amount of the purchase price of the graphics package. F. BLACK OUT ITEMS - (PARTS SPRAYED WITH SCORPION LINER ) 1 year or 12,000 miles Osage warranties blackout items, for one 1 year or 12,000 miles, whichever comes first, against adhesion failure of the scorpion liner to the item sprayed. This excludes fading, chipping, rub marks and scratches. The above warranties are conditioned upon normal use and reasonable maintenance and do not apply to any components, which have been subject to abuse, accident, alteration, vandalism, and improper or careless use. Any modification of any description made to any components on the conversion, without written approval by Osage Industries, Inc. shall void the warranty of said system and components parts. Prompt written notice of all defects or claims against Osage shall be forwarded to Osage Industries, Inc., P.O. Box 718, Linn, Missouri (MO) 65051, or by calling at 800-822-3634. No repairs or additions shall be performed without prior approval from Osage Industries, Inc. Osage Industries, Inc. reserves the right to reject unauthorized claims and its decision in these matters shall be final. If warranty repairs are necessary, all work must be performed by Osage Industries, Inc. or repair center authorized by Osage Industries, Inc. It is the responsibility of the purchaser to transport vehicle to and from Osage Industries, Inc., Linn, Missouri (MO), or repair center authorized by Osage Industries, Inc. for warranty repairs. Osage is not responsible for any loss or damage that may occur during said transportation. Any expressed warranty not provided herein and any remedy for breach of contract which might arise by implication or operation of law, is hereby excluded and disclaimed. The implied warranties of merchantability and fitness for any particular purpose are expressly limited to the terms stated above. Some states do not allow limitations on how long an implied warranty lasts. Therefore, the above limitations may not apply to you. Osage is not responsible for any loss or damage that may occur during said transportation. Under no circumstances shall Osage Industries, Inc. be liable to purchaser or any other person for any special or consequential damages, whether arising out of breach of warranty, breach of contract, or otherwise. Some states do not allow the exclusion or limitation of incidental or consequential damages. Therefore, the above limitations or exclusions may not apply to you. This Warranty gives you specific legal rights, and you may have other rights, which vary, from state to state. 06/10/19 Document Control Number OM 19-1-34 Rev I Emergency Vehicle Limited Warranty TYPE I & III MODULARS A. B. C. D. E. F. G. H. I. J. K. FSA Cooperative Purchasing Program FSA23-VEF17.0 Fire & Rescue Vehicles, Boats, & Equipment Terms and Conditions FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Page 1 FSA23-VEF17.0: Fire & Rescue Vehicles, Boats, & Equipment 4866-5444-0014.3 Table of Contents 1.0 General Conditions ........................................................................................................................................... 4 1.01 BID CORRESPONDENCE ............................................................................................................................ 4 1.02 PURPOSE .................................................................................................................................................. 4 1.03 TERM OF CONTRACT ................................................................................................................................ 4 1.04 QUANTITIES ............................................................................................................................................. 4 1.05 SHERIFF AS COUNTY CONSTITUTIONAL OFFICER ..................................................................................... 4 1.06 FUNDING .................................................................................................................................................. 5 1.07 CURRENCY ................................................................................................................................................ 5 1.08 DEFINITIONS ............................................................................................................................................ 5 1.09 ELIGIBLE PURCHASERS OF CONTRACT ..................................................................................................... 6 1.10 LEGAL REQUIREMENTS ............................................................................................................................ 7 1.11 PATENTS & ROYALTIES ............................................................................................................................. 7 1.12 FEDERAL AND STATE STANDARDS ........................................................................................................... 7 1.13 UNDERWRITERS’ LABORATORIES ............................................................................................................ 7 1.14 AMERICANS WITH DISABILITIES ACT ....................................................................................................... 8 1.15 REASONABLE ACCOMMODATION ........................................................................................................... 8 1.16 MINORITY BUSINESS ENTERPRISE (MBE) ................................................................................................. 8 1.17 ANTI-DISCRIMINATION ............................................................................................................................ 8 1.18 BEST COMMERCIAL PRACTICES ............................................................................................................... 8 1.19 PUBLIC ENTITY CRIMES (PEC) ................................................................................................................... 8 1.20 TAX EXEMPTION ...................................................................................................................................... 9 1.21 ORDER OF PRECEDENCE IN THE EVENT OF CONFLICT ............................................................................. 9 1.22 COMMUNICATIONS ................................................................................................................................. 9 1.23 CLARIFICATION AND ADDENDA ............................................................................................................... 9 1.24 SIGNED BID CONSIDERED AN OFFER ..................................................................................................... 10 1.25 ASSIGNMENT OF CONTRACT ................................................................................................................. 10 1.26 TERMINATION OF PRODUCT LINE .......................................................................................................... 10 1.27 METHOD OF AWARD ............................................................................................................................. 10 1.28 DEMONSTRATION OF COMPETENCY ..................................................................................................... 11 1.29 VENDOR ABILITY TO PERFORM .............................................................................................................. 11 1.30 FINANCIAL RESPONSIBILITY ................................................................................................................... 11 1.31 QUALITY AND SAFETY ............................................................................................................................ 12 1.32 NONCONFORMANCE ............................................................................................................................. 12 1.33 GRATUITIES ............................................................................................................................................ 12 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Page 2 FSA23-VEF17.0: Fire & Rescue Vehicles, Boats, & Equipment 4866-5444-0014.3 1.34 TIE BIDS .................................................................................................................................................. 12 1.35 RIGHT TO AUDIT .................................................................................................................................... 12 1.36 LIABILITY, INSURANCE, LICENSES AND PERMITS ................................................................................... 13 1.37 ELIMINATION FROM CONSIDERATION .................................................................................................. 13 1.38 PERFORMANCE BONDS, AND CERTIFICATES OF INSURANCE ................................................................ 14 1.39 COLLUSION ............................................................................................................................................ 14 1.40 DEFAULT ................................................................................................................................................ 14 1.41 PROTESTS AND ARBITRATION ................................................................................................................ 14 1.42 NONPERFORMANCE .............................................................................................................................. 15 1.43 SEVERABILITY ......................................................................................................................................... 16 1.44 TERMINATION FOR CAUSE ..................................................................................................................... 16 1.45 TERMINATION WITHOUT CAUSE ........................................................................................................... 17 1.46 CONTRACT ADVERTISEMENT AND USE OF FSA LOGO ........................................................................... 17 2.0 BIDDER INSTRUCTIONS ........................................................................................................................................ 18 2.01 BIDDER QUALIFICATIONS ....................................................................................................................... 18 2.02 LICENSING & FACILITIES ......................................................................................................................... 18 2.03 INSURANCE AND INDEMNIFICATION ..................................................................................................... 19 2.04 ITEM SPECIFICATIONS ............................................................................................................................ 20 2.05 FIXED PRICES .......................................................................................................................................... 21 2.06 DISCOUNTS ............................................................................................................................................ 21 2.07 SEALED BIDS ........................................................................................................................................... 21 2.08 EXCEPTIONS ........................................................................................................................................... 21 2.09 MISTAKES ............................................................................................................................................... 21 2.10 EQUIVALENTS ........................................................................................................................................ 21 2.11 PRE-BID MEETING .................................................................................................................................. 22 2.12 PRICES QUOTED ..................................................................................................................................... 22 2.13 OPTION PRICING .................................................................................................................................... 22 2.14 EMERGENCY LIGHTS AND SIRENS .......................................................................................................... 23 2.15 BID SUBMISSION .................................................................................................................................... 23 2.16 EXECUTION OF BID ................................................................................................................................. 24 2.17 MODIFICATION OR WITHDRAWALS OF BIDS ......................................................................................... 24 2.18 LATE BIDS ............................................................................................................................................... 24 2.19 PUBLIC BID OPENING ............................................................................................................................. 25 2.20 DETERMINATION OF RESPONSIVENESS ................................................................................................. 25 2.21 RESPONSIBLE BIDDER CRITERIA ............................................................................................................. 25 2.22 BASIS FOR AWARD ................................................................................................................................. 25 2.23 BID TABULATIONS .................................................................................................................................. 26 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Page 3 FSA23-VEF17.0: Fire & Rescue Vehicles, Boats, & Equipment 4866-5444-0014.3 2.24 MINOR IRREGULARITIES / RIGHT TO REJECT ......................................................................................... 26 2.25 CONE OF SILENCE ................................................................................................................................... 26 3.0 CONTRACT CONDITIONS ...................................................................................................................................... 27 3.01 GENERAL REQUIREMENTS ..................................................................................................................... 27 3.02 STATEMENT OF AUTHORITY .................................................................................................................. 27 3.03 VENDOR CONTACT INFORMATION ........................................................................................................ 27 3.04 ADDITIONS AND DELETIONS .................................................................................................................. 27 3.05 CONTRACT EXTENSION .......................................................................................................................... 27 3.06 PRICE ADJUSTMENTS ............................................................................................................................. 28 3.07 CONDITIONS .......................................................................................................................................... 29 3.08 PRODUCTION CUTOFF ........................................................................................................................... 29 3.09 FACILITIES............................................................................................................................................... 29 3.10 FACTORY-INSTALLED OPTIONS .............................................................................................................. 29 3.11 VENDOR-INSTALLED OPTIONS ............................................................................................................... 29 3.12 NON-SCHEDULED OPTIONS ................................................................................................................... 30 3.13 AMBULANCE REMOUNT ........................................................................................................................ 30 3.14 FORCE MAJEURE .................................................................................................................................... 31 3.15 ORDER .................................................................................................................................................... 31 3.16 DELIVERY ................................................................................................................................................ 32 3.17 INSPECTION AND ACCEPTANCE ............................................................................................................. 32 3.18 REGISTRATION, TAG AND TITLE ............................................................................................................. 33 3.19 CAB AND CHASSIS PURCHASES .............................................................................................................. 33 3.20 INVOICING AND PAYMENTS .................................................................................................................. 33 3.21 WARRANTY ............................................................................................................................................ 33 3.22 PURCHASE ORDERS ................................................................................................................................ 33 3.23 QUARTERLY REPORTS ............................................................................................................................ 34 3.24 ADMINISTRATIVE FEE ............................................................................................................................ 34 3.25 LIQUIDATED DAMAGES .......................................................................................................................... 35 Appendix A: Bid Calendar ............................................................................................................................................ 37 Appendix B: ACH Payments ......................................................................................................................................... 38 Appendix C: Federal Clauses ........................................................................................................................................ 39 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Page 4 FSA23-VEF17.0: Fire & Rescue Vehicles, Boats, & Equipment 4866-5444-0014.3 1.0 General Conditions 1.01 BID CORRESPONDENCE All correspondence regarding this bid should be directed to the Florida Sheriffs Association, “FSA”. Please be sure to reference the bid number and title, and provide your contact information. Communication for this Invitation to Bid should be identified by contract number and title and directed to: Florida Sheriffs Association Attn: Cooperative Purchasing Program Coordinator 2617 Mahan Drive Tallahassee, FL 32308 E-mail: CPP@flsheriffs.org 1.02 PURPOSE The purpose of this bid is to establish contracts with manufacturers and manufacturer’s authorized dealers for contract terms specified under Section 1.03 for the purchase of items on a “no trade-in basis.” If a purchaser has a desire to offer vehicles/equipment for trade to the vendor, the purchaser and dealer may do so at their sole discretion, separate and apart from this contract. The Florida Sheriffs Association invites interested bidders, including manufacturers and dealers or authorized representatives to submit responses in accordance with these solicitation documents. The FSA Cooperative Purchasing Program will conduct the solicitation process and administer the resulting contract. 1.03 TERM OF CONTRACT This contract shall remain in effect for one two-year (2) term from date of contract execution by the FSA, and may be extended by mutual agreement, at the sole option and discretion of the FSA. The initial term of contract begins April 1, 2023 and ends March 31, 2025. Contract extensions will only be executed when the FSA determines, based on then-existing conditions, that it is in the best interest of the FSA and the purchasers to do so. 1.04 QUANTITIES Over the last two years, eligible users purchased an average of 237 items from this contract each year. Items sold depend on many factors, including the vendor’s marketing efforts, established business with local governments and products awarded. Neither the FSA nor any eligible user is obligated to place any order for a given amount subsequent to the award of this bid solicitation. 1.05 SHERIFF AS COUNTY CONSTITUTIONAL OFFICER The Offices of the Sheriff in the State of Florida are constitutional offices of the State of Florida. Each has the authority either individually or collectively to execute contracts for all goods and services for the proper conduct of that office. Section 30.53, Florida Statutes, exempts the sheriffs’ offices from the provisions of the Florida Statute that would otherwise require sealed and competitive bidding procedures. The Office of the Sheriff is not required by law to accept the lowest priced proposal and may reject any or all of the proposals without recourse. Bidders are solely responsible for their own bid preparation costs and nothing in this solicitation in any way obligates the participating sheriffs’ offices for any payment for any activity or costs incurred by any bidder in responding to this solicitation. FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Page 5 FSA23-VEF17.0: Fire & Rescue Vehicles, Boats, & Equipment 4866-5444-0014.3 1.06 FUNDING In the case of certain purchasers, including state agencies, funds expended for the purposes of the contract must be appropriated by the Florida Legislature, the individual participating agency or the agency’s appropriating authority for each fiscal year included within the contract period. For such agencies, their performances and obligations to pay for products or services under any resulting contract, or purchase order, are contingent upon such an annual appropriation by the Legislature, individual agency or by the appropriating authority. Therefore, any contract or purchase order with such an agency shall automatically terminate without penalty or termination costs in the event of non-appropriation. 1.07 CURRENCY All transaction amounts, bids, quotes, provisions, payments or any part of this contract relating to currency are to be made in United States Dollar. 1.08 DEFINITIONS The terms used in this contract are defined as the following: A. Base item specification: Items developed by the FSA for bidders to bid on. These items may be unique to FSA and require additional components to the standard manufacturer specifications and equipment. B. Bidder: A bidder or enterprise that submits a formal bid to the FSA Cooperative Purchasing Program in accordance with the FSA CPP Terms and Conditions. A bidder, that is not the manufacturer, must be authorized by the manufacturer to market and sell an item for which they are bidding. C. Bid System: The online application used for the submission of bids and review of bid results for the item specifications connected to this Invitation to Bid. VendorLink is the software used for this bid. D. Build Sheet: A document from the bidder or manufacturer that confirms that the bid item specifications submitted by bidders matches the FSA base item specification. Build sheets include, but are not limited to, the factory options list and door data plate info for the vehicles. They provide details such as engine size and transmission, paint codes, production date, axle code, etc. E. Dealer: An enterprise authorized by the manufacturer to market, sell, provide, and service the items for the FSA Cooperative Purchasing Program. Dealers may be vendor-owned and controlled, in whole or in part, or independently owned and controlled. F. End User: A term used to distinguish the person who ultimately uses or is intended to use a product or for whom a product is designed for use. G. Factory: Refers to the manufacturer produced products. H. Florida Sheriffs Association Cooperative Purchasing Program (FSA): The entity that administers the Invitation to Bid and contract administration functions for this contract. I. Fleet Advisory Committee (committee): An employee of a sheriff’s office or other local governmental agency, or person who FSA identifies as subject matter expert who assists with the development of item specifications and evaluation of bid responses. The committee makes recommendations to the FSA and is not responsible for final awards. J. Invitation to Bid: A competitive solicitation and award process established through the issuance of an invitation to bidders, vendors, dealers, and manufacturers to submit a price offer on a specific product to be provided. This term shall include the item specifications available to bidders on the bid system and references to solicitation documents. The term shall not include request for proposals, request for quotes, request for letters of interest, or the solicitation of purchase orders based on oral or written quotations. K. Item Specification Group: The item specification bid document contains the minimum base item specification requirements for each item or group of items within the competitive bid. L. Manufacturer: The original producer or provider of items offered on this contract. M. Manufacturer’s Suggested Retail Price (MSRP): Manufacturer’s Suggested Retail Price (MSRP) represents FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Page 6 FSA23-VEF17.0: Fire & Rescue Vehicles, Boats, & Equipment 4866-5444-0014.3 the manufacturer’s recommended retail selling price, list price, published list price, or other usual and customary price that would be paid by the purchaser. The following are acceptable sources of current MSRPs and MSRP Lists for use in submission of the bid solicitation and the resulting contract: a. Manufacturer’s computer printouts b. Manufacturer’s official website N. Non-Scheduled Options: Any optional new or unused component, feature or configuration that is not included or listed in the base item specifications or options. O. Production Cutoff: A date used by manufacturers to notify vendors and dealers that the factory has reached maximum capacity for orders or are discontinuing the production of an item. P. Published List Price: A standard “quantity of one” price currently available to government and educational purchasers, excluding cooperative, volume discounts or other discounts. Q. Purchase Order: A request for order from a purchaser to an awarded vendor for an item that has been awarded on this Contract. Purchaser orders placed using this contract formalize the terms and conditions of this contract under which a vendor furnishes items, vehicles or equipment to a purchaser. R. Purchaser: A purchaser is an entity that seeks to obtain items awarded on this contract by meeting the eligible user criteria or with vendor approval. S. Qualification Packet: This document contains the required forms, attestations, authorizations, and organizational information needed by bidders to submit a successful and complete bid. T. Terms & Conditions: This document serves as the governing contract for the identified FSA contract and bid. Standard regulations, processes, procedures, and compliance requirements are identified herein. Bidders complete a qualification packet during the bid process indicating they agree to comply with the Terms & Conditions, and that this will serve as a contract for both parties. U. Third Party Supplier: Businesses external to a bidder or vendor that provide products and services which contribute to the overall finished item in this contract. Third Party Suppliers are contractors under the direction and responsibility of the bidder or vendor. Third party suppliers may also be referred to as upfitters or remount service providers within this document. V. Vendor: The bidder that has been awarded items who agrees to provide the items meeting the base item specifications and are in compliance with the terms of the contract. The vendor must agree to the contract terms and conditions, which will serve as the governing contract for items sold. If the vendor is not the manufacturer, the vendor must be certified by the manufacturer to market, sell, provide, and service for an awarded item. W. Vendor Installed: A product or service provided by the vendor or other third party; not the factory. 1.09 ELIGIBLE PURCHASERS OF CONTRACT Awarded bids, or contract prices, will be extended and guaranteed to the Florida Sheriffs Association, any unit of local government, political subdivision or agency of the State of Florida. This includes, but is not limited to counties, municipalities, sheriffs’ offices, clerks, property appraisers, tax collectors, supervisors of elections, school boards or districts, water management districts, other special districts, police and fire departments, emergency response units, state universities and colleges, or other state, local or regional government entities within the State of Florida. Eligible purchaser also includes all Eligible Users as defined in F.A.C. 60A-1.001(2). All purchasers are bound by state law, local ordinances, rules and regulations for purchases made under this contract. Participating agencies cannot guarantee any order other than those ordered by the individual agency. In addition, bids can be extended and guaranteed to other entities approved by manufacturers to participate in this contract, which can include out-of-state sales. Vendors that wish to extend contract pricing to entities other than those defined here are governed by their manufacturer’s agreement and must agree to the terms and conditions of this contract. FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Page 7 FSA23-VEF17.0: Fire & Rescue Vehicles, Boats, & Equipment 4866-5444-0014.3 1.10 LEGAL REQUIREMENTS Federal, State, and local laws, ordinances, rules and regulations that in any manner affect the items covered herein apply. Lack of knowledge by the bidder of applicable legal requirements will in no way be a cause for relief from responsibility. Bidders have the option to certify that they are willing to accept purchase orders funded in whole or in part with federal funds. By opting in, bidders certify that they are willing to comply with the requirements outlined in Appendix C upon receipt of a federally funded purchase order. This is not a requirement of the bid or contract. Bidders are not required to opt-in; however, they are required to indicate whether they will opt-in or opt-out of receiving federally funded purchase orders. FSA has taken actions to provide and develop information, materials, and resources for bidders, vendors and purchasers that will assist in the use of federal funding with this contract. It is the responsibility of the purchaser to determine compliance for each vendor, if they wish to use federal funds for purchase, or intend to request reimbursements using federal funds. 1.11 PATENTS & ROYALTIES The bidder, without exception shall indemnify and hold harmless the FSA and its employees from liability of any nature or kind, including costs and expenses for, or on account of, any copyrighted, patented, or unpatented invention, process, or article manufactured or used in the performance of the contract, including its use by the FSA or a purchaser. If the bidder uses any design, device or materials covered by letters, patent, or copyright, it is mutually understood and agreed, without exception, that the bid prices shall include all royalties or cost arising from the use of such design, device, or materials in any way involved in the work. 1.12 FEDERAL AND STATE STANDARDS It is the intent of FSA that all item specifications herein are in full and complete compliance with all federal and State of Florida laws, requirements, and regulations applicable to the type and class of commodities and contractual services being provided. This includes, but is not limited to, Federal Motor Vehicle Safety Standards (FMVSS), Occupational Safety and Health Administration (OSHA), Environmental Protection Agency (EPA) Standards, Society of Automotive Engineers (SAE), Fire Apparatus Vehicle Standards, and Federal Ambulance Standards (KKK-A-1822F), which includes all subsequent change notices. All fire apparatus manufacturers must meet the National Fire Protection Association (NFPA) 1901 and 1906 standards. In addition, any applicable federal or State legal or regulatory requirements laws that become effective during the term of the Contract, regarding the commodities and contractual services’ specifications, safety, and environmental requirements shall immediately become part of the Contract. The vendor shall meet or exceed any such requirements of the laws and regulations. If an apparent conflict exists, the vendor shall contact the FSA immediately. The bidder shall obtain and pay for all licenses, permits and inspection fees for this bid submission and contract. 1.13 UNDERWRITERS’ LABORATORIES Unless otherwise stipulated in the bid, all manufactured items and fabricated assemblies shall be Underwriters’ Laboratories, or U.L., listed or re-examination listing where such has been established by U.L. for the item(s) offered and furnished. FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Page 8 FSA23-VEF17.0: Fire & Rescue Vehicles, Boats, & Equipment 4866-5444-0014.3 1.14 AMERICANS WITH DISABILITIES ACT To request this material in accessible format, sign language interpreters, information on access for persons with disabilities, or any accommodation to review any document or participate in any FSA sponsored proceeding, please contact FSA Human Resources at (850) 877-2165 five business days in advance to initiate your request. TTY users may also call the Florida Relay Service at 711. 1.15 REASONABLE ACCOMMODATION In accordance with the Title II of the Americans with Disabilities Act, any person requiring an accommodation at the bid opening because of a disability must contact the FSA Human Resources at (850) 877-2165. 1.16 MINORITY BUSINESS ENTERPRISE (MBE) As part of the solicitation process FSA makes information available to potentially qualified entities publicly available, and conducts additional outreach to qualified: • Small businesses, • Minority-owned small businesses, • Women-owned small business enterprises, and • Disadvantaged business enterprises. FSA takes necessary affirmative steps to assure that minority businesses, women’s business enterprises, and labor surplus area firms are used when possible, as recommended by 2 C.F.R. § 200.321. FSA will: • Evaluate whether small, minority, and women’s businesses are potential sources, • Place those qualified small and minority businesses and women’s business enterprises on solicitation lists, and • Search the Small Business Administration, Minority Business Development Agency, and Labor Surplus Area reports for additional potential sources. Bidders self-identify in the qualification packet whether they meet the state and federal definitions of a disadvantaged business. 1.17 ANTI-DISCRIMINATION The bidder certifies that they are in compliance as applicable by federal or state law with the non-discrimination clause contained in Section 202, Executive Order 11246, as amended by Executive Order 11375, relative to equal employment opportunity for all persons without regard to race, color, religion, sex or national origin. 1.18 BEST COMMERCIAL PRACTICES The apparent silence or omission of any description from the item specifications shall be regarded as meaning that only the best commercial practices, size, and design are to be used. All workmanship is to be first quality. All interpretations of this item specification shall be upon the basis of this statement. 1.19 PUBLIC ENTITY CRIMES (PEC) In accordance with the Public Entity Crimes Act, Section 287.133, Florida Statutes, a person or affiliate who has been placed on the convicted vendor list maintained by the State of Florida Department of Management Services following a conviction for public entity crimes may not submit a bid on a contract to provide any goods or services FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Page 9 FSA23-VEF17.0: Fire & Rescue Vehicles, Boats, & Equipment 4866-5444-0014.3 to a public entity, may not submit a bid on a contract with a public entity for the construction or repair of a public building or public work, may not submit bids on leases of real property to public entity, may not be awarded or perform work as a vendor, supplier, sub-vendor, or consultant under a contract with a public entity, and may not transact business with any public entity in excess of the threshold amount provided in Section 287.017, Florida Statutes, for CATEGORY TWO for a period of 36 months from the date of being placed on the convicted vendor list. 1.20 TAX EXEMPTION Purchasers making a purchase pursuant to the awarded bid are generally exempt from Federal Excise and State Sales Tax. It is the responsibility of the vendor to verify that the purchaser is exempt by obtaining the purchaser’s Federal Excise and State Taxes and Use Certificate Number. The Florida Sheriffs Association is a 501(c)3 organization and is exempt from all Federal Excise and State Taxes. State Sales Tax and Use Certificate Number is 85-8012646919C-3. 1.21 ORDER OF PRECEDENCE IN THE EVENT OF CONFLICT In the event of conflict, the conflict may be resolved in the following order of priority (highest to lowest): • Addenda to Contract Terms and Conditions, if issued • Contract Conditions • Addenda to Item Group Specifications, if issued • Item Specifications • Bidder Instructions • General Conditions 1.22 COMMUNICATIONS Communications between a proposer, bidder, lobbyist or consultant and FSA are limited to matters of process or procedure and shall be made in writing to the CPP Staff. Bidders should not rely on representations, statements, or explanations other than those made in this bid or in any written addendum to this bid, and no oral representations, statements, or explanations shall be deemed to bind the FSA or eligible users. 1.23 CLARIFICATION AND ADDENDA Any questions or clarifications concerning the Invitation to Bid shall be submitted by e-mail to CPP@flsheriffs.org. The bid title and number should be referenced on all correspondence. Final questions must be received by the date for Request for Clarification stated on the Bid Calendar. Questions and answers will be posted to the FSA Cooperative Purchasing Program website on the date indicated on the Bid Calendar. Interpretation of item specifications or solicitation documents will not be made verbally. If any verbal clarifications are provided, they are without legal effect. Questions received after the cone of silence date listed on the bid calendar will not be addressed. The FSA reserves the right address technical questions. The FSA shall issue a Formal Addendum if substantial changes which impact the submission of bids are required. Any such addenda shall be binding on the bidder and shall become a part of the solicitation document. In the event FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Page 10 FSA23-VEF17.0: Fire & Rescue Vehicles, Boats, & Equipment 4866-5444-0014.3 of conflict with the original item specifications, addenda shall govern to the extent specified. Subsequent Addenda shall govern over prior Addenda only to the extent specified. FSA will make every attempt to e-mail updates to registered bidders. However, posting on the FSA website constitutes proper notice of addenda. The FSA will not be responsible for any explanation or interpretation made verbally or in writing except those made through the posting of a Formal Addendum. The bid submission constitutes acknowledgement of the addenda to the item specifications. Bids that fail to account for the addenda shall reflect in bids being declared nonresponsive; however, that pursuant to Section 2.26, the FSA may waive this requirement in its best interest. After the start of the contract term, FSA will notify all awarded vendors of any addenda and will require acknowledgement of the new terms and conditions. If the awarded vendor does not agree to the new terms and conditions, the vendor’s award can be removed or replaced by another vendor or qualified, responsive bidder. 1.24 SIGNED BID CONSIDERED AN OFFER The signed bid shall be considered an offer on the part of the bidder, which offer shall be deemed accepted upon approval by the FSA. The bid submission must be signed by an authorized representative. Submission of a bid in the FSA bid system constitutes a signed bid for purposes of bid evaluation. An electronic signature may be used and shall have the same force and effect as a written signature. 1.25 ASSIGNMENT OF CONTRACT No right or interest in this contract may be assigned, transferred, conveyed, sublet or otherwise disposed of, without prior written consent of the FSA. If the original vendor sells or transfers all assets or the entire portion of the assets used to perform this contract, a successor-in-interest must perform all obligations under this contract. FSA reserves the right to reject the acquiring entity as vendor. A change of name agreement will not change the contractual obligations of the vendor. In the event a manufacturer reassigns the product line to an alternate company, the vendor is required to immediately notify the FSA in writing of the change within 10 business days confirming the reassignment. If the alternate company is not already an approved FSA vendor, they are required to submit a Qualifications Packet to the FSA to become an approved vendor prior to conducting any qualified sales. FSA may approve such assignments of existing or new vendors at its discretion. The vendor is required to honor the contract pricing and all of the applicable terms and conditions throughout the remaining term of the contract. 1.26 TERMINATION OF PRODUCT LINE If a vendor terminates a product line (manufacturer or brand), the vendor is required to notify the FSA within 10 business days of the decision not to retain the product line. FSA may remove the terminated products from the contract. 1.27 METHOD OF AWARD The award is made to responsive and responsible bidders. FSA uses its discretion in determining if bids meet the requirements of this solicitation. The FSA reserves the right to make multiple awards for each item, if deemed in the best interest of the FSA and the purchasers. Awards will be posted on the FSA website according to the date posted in the bid calendar. FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Page 11 FSA23-VEF17.0: Fire & Rescue Vehicles, Boats, & Equipment 4866-5444-0014.3 1.28 DEMONSTRATION OF COMPETENCY Bidders must be able to demonstrate a good record of performance for a reasonable period of time, and have sufficient financial support, equipment and organization to ensure they can satisfactorily execute the services if awarded a contract under the terms and conditions herein stated. The terms "equipment” and “organization" as used herein shall be construed to mean a fully equipped and well- established company in line with the best business practices in the industry and as determined by the FSA. The FSA may consider any evidence available and may require submission of supporting documentation regarding the financial, technical and other qualifications and abilities of a bidder, including past performance with the FSA in making the award. The FSA may require bidders to show proof that they have been designated as authorized representatives of a manufacturer or supplier which is the actual source of supply. In these instances, the FSA may also require information from the source of supply regarding the quality, packaging and characteristics of the products. Any conflicts between this material information provided by the source of supply and the information contained in the bid submission may render the bid nonresponsive. Pre-award inspection of the bidder's facility may be made prior to the award of contract. Bids will only be considered from firms which are regularly engaged in the business of providing the goods or services as described in this bid. Information submitted in the bid may not be plagiarized and, except in the case of materials quoted from this solicitation or developed by the manufacturer, must be the original work of the individual or company that submits the bid for evaluation. 1.29 VENDOR ABILITY TO PERFORM During the contract period, FSA may review the vendor’s record of performance and may require submission of supporting documentation to ensure that the vendor is providing sufficient financial support, equipment and organization. If the FSA determines that the vendor no longer possesses the financial support, equipment and organization in order to comply with this section, FSA has the authority to immediately terminate the contract awarded. By responding to this procurement, the vendor warrants that, to the best of his or her knowledge, there is no pending or threatened action, proceeding, or investigation, or any other legal or financial condition, that would in any way prohibit, restrain, or diminish the vendor’s ability to satisfy the obligations of the contract. The vendor warrants that neither it nor any affiliate is currently on the convicted vendor list maintained pursuant to section 287.133 of the Florida Statues, or on any similar list maintained by any other state or the federal government. The vendor shall immediately notify the FSA and purchaser in writing if its ability to perform is compromised in any manner during the term of the contract. 1.30 FINANCIAL RESPONSIBILITY Bidder affirms by the submission of the bid and by signature on the contract signature form that the bidder: • Has fully read and understands the scope, nature, and quality of work to be performed or the services to be rendered under this bid and has adequate facilities and personnel to fulfill such requirements. • Accepts the financial responsibility associated with this bid and declares that they have the access to FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Page 12 FSA23-VEF17.0: Fire & Rescue Vehicles, Boats, & Equipment 4866-5444-0014.3 capital (in the form of liquidity or credit lines) in order to meet the financial demands of such award. • Has assessed the financial responsibility required to serve the contract as bid, including such details as the obligations to perform all items bid and quantities that could be ordered, as well as timing of payment from purchasers, which can be 45 calendar days from receipt of invoice. 1.31 QUALITY AND SAFETY All materials used for the manufacture or construction of any supplies, materials or equipment covered by this bid shall be new. The items bid must be new, the latest model, of the best quality, and highest-grade workmanship that meet or exceed federal safety standards. Items requiring certification should require certification of options in cases where non-certified options could result in the decertification of the original product or warranty. In all cases where options are not certified, the vendor must disclose to the end user that the non-certified options are not required to be certified. All options must meet or exceed federal safety standards. 1.32 NONCONFORMANCE Items may be tested for compliance with item specifications. Items delivered that do not conform to specifications may be rejected and returned at the vendor's expense. Items not meeting the specifications and items not delivered within a reasonable period of time after expected delivery date may be purchased outside of the FSA contract. Any violation of these stipulations may also result in: • Vendor's name being removed from the awarded vendor list. • FSA and purchasers being advised not to do business with vendor. 1.33 GRATUITIES Bidders shall not offer any gratuities, favors, or anything of monetary value to any official, employee, or agent of the FSA, for the purpose of influencing consideration of this bid. Bidders shall disclose in writing any conflicts of interest to FSA prior to any award, or as soon as practical after learning of any such conflict, including any contractual or employment relationships with FSA or potential purchasers of bidders’ products or services. 1.34 TIE BIDS FSA has the right to award multiple bidders the primary or alternate award in the event of a tie. In the event the FSA desires to break tie bids, and both businesses have qualifying drug-free work programs, the award will be made using the following criteria: • Bidder within the State of Florida • Vendors performance record with purchasers • Coin Toss 1.35 RIGHT TO AUDIT Vendor shall establish and maintain a reasonable accounting system that enables FSA to readily identify vendor’s sales. FSA and its authorized representatives shall have the right to audit and to make copies of all related records pertaining to this contract, including all government sales and eligible users information whether kept by or under the control of the vendor, including, but not limited to those kept by its employees, agents, assigns, successors, FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Page 13 FSA23-VEF17.0: Fire & Rescue Vehicles, Boats, & Equipment 4866-5444-0014.3 sub-vendors, or third-party suppliers in whatever form they may be kept – written or electronic. Such records shall include, but not be limited to: • Accounting records, including but not limited to purchase orders, confirmation of orders or invoices, paid vouchers, cancelled checks, deposit slips, ledgers, and bank statements; • Written policies and procedures; • Subcontract files (including proposals of successful and unsuccessful bidders, bid recaps, etc.); • Original estimates, quotes, or work sheets; • Contract amendments and change order files; • Insurance documents; or • Memoranda or correspondence. Vendor shall maintain such records during the term of this contract and for a period of three (3) years after the completion of this contract. At the vendor’s expense and upon written notice from FSA, the vendor shall provide such records for inspection and audit by FSA or its authorized representatives. Such records shall be made available to FSA during normal business hours within three business days of receipt of the written notice. FSA may select the vendor’s place of business or offsite location for the audit. The FSA may also request the vendor provide requested records via e-mail. Vendor shall ensure FSA has these rights with vendor’s employees, agents, assigns, successors, and third-party supplier and the obligations of these rights shall be explicitly included in any subcontracts or agreements formed between the vendor and any sub-vendors to the extent that those subcontracts or agreements relate to fulfillment of the vendor’s obligations to FSA. Professional fees, personnel costs and travel costs incurred by FSA under its authority to audit and not addressed elsewhere will be the responsibility of the FSA. However, if the audit identifies under reporting, overpricing or overcharges (of any nature) by the vendor to FSA or a purchaser in excess of three percent (3%) of the total contract billings, the vendor shall reimburse FSA for the total costs of the audit not to exceed $5,000. If the audit discovers substantive findings related to fraud, misrepresentation, or non-performance, FSA may recoup all the costs of the audit work from the vendor. Any adjustments or payments that must be made as a result of any such audit or inspection of the vendor’s invoices or records shall be made within a reasonable amount of time (not to exceed 60 calendar days) from presentation of FSA’s findings to vendor. FSA has the right to assess damages or seek reimbursements or refunds based on audit results. 1.36 LIABILITY, INSURANCE, LICENSES AND PERMITS The bidder shall obtain and pay for all licenses, permits and inspection fees for this bid submission and contract. Where vendors are required to enter or go onto FSA or purchaser property to deliver materials or perform work or services as a result of a bid award, the vendor will assume the full duty, obligation and expense of obtaining all necessary licenses, permits and insurance. The vendor shall be liable for any damages or loss to the FSA or purchaser occasioned by negligence of the vendor or any person the vendor has designated in the completion of the contract as a result of the bid. 1.37 ELIMINATION FROM CONSIDERATION This Invitation to Bid shall not be awarded to any person or bidder who has outstanding debts to the FSA, whether in relation to current or previous bid awards or for other business purposes. FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Page 14 FSA23-VEF17.0: Fire & Rescue Vehicles, Boats, & Equipment 4866-5444-0014.3 1.38 PERFORMANCE BONDS, AND CERTIFICATES OF INSURANCE After acceptance of bid, the FSA will notify the successful bidder to submit the applicable certificates of insurance in the amounts specified in the Insurance Checklist. Purchaser may request a performance bond from a vendor. Performance Bonds are recommended with pre- payment and will be at the expense of the requesting agency. Purchasers should determine the best practice in comparing performance bond expense against any prior discounts that may be available. 1.39 COLLUSION Collusion is a non-competitive secret or sometimes illegal agreement between rival bidders that attempts to disrupt the contract process equilibrium. Collusion involves people or companies that would typically compete, but are conspiring or working together in which the outcome results in an unfair bid advantage. The parties may collectively choose to agree to increase or decrease the item base price to maximize awards thus denying purchasers a fair price. Bidders or vendors who are found to have engaged in collusion will be considered nonresponsive, and will be suspended or barred from bid participation. Any contract award resulting from collusive bidding may be terminated for default. Further, any collusion that is detected by the FSA may be reported to relevant law enforcement and/or prosecutorial agencies. Bidders may submit multiple bids without conflict of collusion if the bid submitted is not from the same manufacturer and product line. Dealers which share the same ownership may submit multiple bids without conflict of collusion if the bidders are not in the same region featuring the same manufacturer and product line. 1.40 DEFAULT In case of default on the part of vendor, the FSA may take necessary steps to otherwise procure the products sought, including but not limited to procuring the products or services from the next highest ranked bidder or from other sources. A defaulting vendor may be held liable for costs incurred by the FSA in procuring replacement products. 1.41 PROTESTS AND ARBITRATION Any person who is adversely affected by the decision or intended decision to award shall file a “Notice of Protest” in writing to the FSA within three (3) business days after the posting of the Intent to Award and shall file a formal written protest within five (5) business days after filing the Notice of Protest. Failure to file both a notice of protest and a formal written protest within the above referenced timelines shall constitute a waiver of proceedings. The burden is on the party protesting the award of the bid to establish grounds for invalidating the award(s). The formal written protest must state with particularity the facts and law upon which the protest is based. Options are for informational purposes only and will not serve as a basis for protest. Failure to do so will result in a denial of protest. Formal written protest which states with particularity the facts and law upon which the protest is based will be reviewed by FSA legal counsel for legal soundness and validity, and corrective action will be taken as needed contingent upon the validity of such claims. However, any additional time required and cost incurred by the FSA to substantiate a protesting party’s claim(s) beyond the normal scope of its legal review due to the vague or inconclusive nature of the protesting party’s filing will be reimbursable to the FSA and deducted from the protesting party’s bond or security which must accompany their filing. FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Page 15 FSA23-VEF17.0: Fire & Rescue Vehicles, Boats, & Equipment 4866-5444-0014.3 Any bidder who files an action protesting a decision or intended decision pertaining to this contract shall post a bond, cashier’s check or money order payable to the Florida Sheriffs Association in the amount equal to ten percent of the item being protested. The bond, cashier’s check or money order must be filed at the time of filing the formal written protest or within the five (5) business day period allowed for filing the formal written protest. FSA will provide the amount required within two (2) business days of the notice of protest received. This bond or security will be conditioned upon the payment of all costs which may be adjudged against the protesting party in a court of law and/or to reimburse the FSA for additional legal expenses incurred and required to substantiate the protesting party’s claim(s). Failure to post the bond or security requirement within the time allowed for filing will result in a denial of protest. The filing of the protest shall not stay the implementation of the bid award by the Florida Sheriffs Association. Should the unsuccessful bidder(s) decide to appeal the decision of the FSA, they shall file a notice to FSA within three (3) business days of the FSA bid protest decision regarding their intent to request arbitration. A demand for arbitration with the American Arbitration Association’s (AAA) commercial panel under its rules and regulations must be made within ten (10) business days of the FSA bid protest decision. Any person who files for an arbitration with the AAA shall post with the Florida Sheriffs Association at the time of filing the formal written arbitration request, a bond, cashier’s check or money order payable to the Florida Sheriffs Association in the amount equal to ten percent of the product line being protested. This amount will be the same amount as the FSA provided at the time of filing the initial protest. Failure to provide written notice to FSA, file a demand for arbitration with the AAA, or failure to post the required bond and security requirement within the specified timelines shall constitute a waiver of arbitration proceedings. By responding to this procurement, the bidder expressly agrees to the use of mandatory binding arbitration to resolve any appeals of the decision of the FSA, and any claims arising from or in any way relating to the procurement process, and expressly waives any and all rights that it may otherwise have to pursue such claims in any other forum, judicial or otherwise. If the party filing for arbitration does not prevail, it shall pay all costs, legal expenses and attorney fees of the prevailing party incurred in connection with the arbitration. However, if the filing party prevails, the parties shall share equally the fees and expenses of the arbitration and AAA and each shall bear the cost of their own attorney fees. The filing for arbitration shall not stay the implementation of the bid award by the Florida Sheriffs Association. 1.42 NONPERFORMANCE By virtue of the bid submission, bidder acknowledges its obligation to sell items for which it is awarded. Failure of the bidder to comply with these requirements may result in the imposition of liquidated damages of up to $1,000 per item, which amount the vendor agrees is reasonable, or probation, suspension, termination or a combination thereof from current and future bids at the FSA’s discretion. The vendor shall at all times during the contract term remain responsive and responsible. In determining vendor’s responsibility, the FSA shall consider all information or evidence that demonstrates the vendor’s ability or willingness to fully satisfy the requirements of the solicitation and the contract. Vendors that are not in compliance with any of the provisions of this contract can be assessed liquidated damages, suspended or terminated from the contract. The FSA at its sole discretion may remove a noncompliant vendor from future competitive bid solicitations; or take other actions including suspension from the contract until compliance issues are resolved, limit current or future vendor participation by items, or other actions as determined by FSA at its sole discretion. At FSA’s discretion, vendors may be required to develop corrective action plans to address contract compliance. Failure to abide by corrective action plans will result in termination from the existing contract and future competitive bid solicitations at the discretion of the FSA. FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Page 16 FSA23-VEF17.0: Fire & Rescue Vehicles, Boats, & Equipment 4866-5444-0014.3 In situations where there is evidence that the vendor has engaged in egregious breaches of the contract with respect to either the FSA and/or the purchaser, the contract can be terminated and the vendor will be removed from future solicitations for a period of up to three (3) years, or a permanent ban from the bid process at the sole discretion of FSA. Specific conditions for termination include, but are not limited to; failure to perform, refusal to accept orders during the contract period while manufacturer orders are still being accepted for current model year or the new year if the vehicle is price protected by the factory, charging amounts exceeding MSRP on factory or vendor installed items and packages, requiring the purchase of additional options over and above the base vehicle as a condition of acceptance of order, providing aftermarket options where factory options are available without the consent of the purchaser, any misrepresentation of optional equipment or service as being factory that fails to meet the definition as described in this document, and any other practice deemed to be inconsistent with the intent of the contract. Any vendor presented with a valid purchase order consistent with vendor bid quotes or other agreed upon terms and pricing is required by this contract to accept such purchase order and deliver the product. Orders must be fulfilled if the item is a base model or whether it includes options. The vendor must deliver this product if they were awarded the contract – regardless of profit or loss. Failure to deliver the item may result in the purchaser seeking damages for the difference of cost to issue the exact same order with another vendor plus any legal fees and damages that may be incurred in the process to facilitate a completed order. Additionally, FSA may seek damages for nonpayment of administrative fees, to which FSA is entitled, according to Section 3.28 and any attorney’s fees incurred in the recovery of these damages. 1.43 SEVERABILITY In the event any provision of this contract is held to be unenforceable for any reason, the unenforceability thereof shall not affect the remainder of the contract which shall remain in full force and effect and enforceable in accordance with its terms. 1.44 TERMINATION FOR CAUSE If through any cause within the reasonable control of the vendor, it shall fail to fulfill in a timely manner, or otherwise violate any of the terms of this contract, the FSA shall have the right to terminate the services remaining to be performed. Written notice of the deficiencies shall be given to the vendor and unless the deficiencies are corrected within 10 business days, the contract may be terminated for cause immediately. The right to exercise the option to terminate for cause shall be in the sole discretion of the FSA, and the failure to exercise such right shall not be deemed to constitute a waiver of this right. In that event, the FSA shall compensate the successful bidder in accordance with the contract for all services performed by the bidder prior to termination, net of any costs incurred by the FSA as a consequence of the default. Notwithstanding the above, the vendor shall not be relieved of liability to the FSA for damages sustained by the FSA by virtue of any breach of the contract by the vendor, and the FSA may reasonably withhold payments to the vendor for the purposes of offset until such time as the exact amount of damages due the FSA from the vendor is determined. FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Page 17 FSA23-VEF17.0: Fire & Rescue Vehicles, Boats, & Equipment 4866-5444-0014.3 1.45 TERMINATION WITHOUT CAUSE The FSA can terminate the contract in whole or part without cause by giving written notice to the vendor of such termination, which shall become effective 30 calendar days following receipt by vendor of such notice. In that event, all finished or unfinished documents and other materials shall be properly delivered to the FSA. The vendor shall not furnish any product after it receives the notice of termination, except as necessary to complete the continued portion of the contract, if any. The vendor shall not be entitled to recover any lost profits that the vendor expected to earn on the balance of the contract or cancellation charges. Any payments to the vendor shall be only to the total extent of the FSA liability for goods or services delivered prior to the date of notice to terminate the contract. 1.46 CONTRACT ADVERTISEMENT AND USE OF FSA LOGO The CPP logo is an official logo of the Florida Sheriffs Association designed to promote the program. The logo may be used by vendors in accordance with this policy. Use of the logo is limited to the original version received from the FSA. Modifications are not permitted. Methods of use include, but are not limited to: • Electronic mediums such as websites, digital marketing campaigns, social media and e-mail; or • Print media such as forms, marketing campaigns, business cards, posters, banners, brochures, flyers and postcards. Vendors may request the logo by contacting cpp@flsheriffs.org, and should include a brief description of how the vendor intends to use the logo. The official FSA sheriff's star and wreath logo may not be used without prior written permission. FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Page 18 FSA23-VEF17.0: Fire & Rescue Vehicles, Boats, & Equipment 4866-5444-0014.3 2.0 BIDDER INSTRUCTIONS 2.01 BIDDER QUALIFICATIONS Bidders are required to complete the qualification packet as part of the bid submission. A bidder becomes a qualified bidder if they comply with this section and Section 2.11, Mandatory Pre-Bid Meeting. Qualification Packet information required for bid qualification include: • Qualification form o Contact Information o Business Profile o References (if applicable) o Disqualifications & Defaults o Warranty Service Plan Attestation o Emergency Vehicle Technician Attestation • State compliance attestations o E-Verify o Workers Compensation o Drug-Free Workplace o Motor Vehicles Dealer license • Federal compliance attestations o Certification Regarding Debarment and Suspension o Certification Regarding Lobbying • Contract Signature Form • Insurance Checklist o Certificate of Insurance for awarded vendor The qualification packet is located on the bid system. 2.02 LICENSING & FACILITIES Bidders are required to possess a Florida Motor Vehicle Dealer’s License in order to bid on any motor vehicle. Bidders must maintain a repair facility within the State of Florida to provide warranty service for the items bid. If bidders do not have a facility, the bidder must be able to assist purchasers in obtaining warranty work as authorized by the manufacturer. If a bidder does not maintain a facility within the State of Florida, the bidder must have a plan as to how the bidder would service Florida purchasers if awarded the contract. This warranty service plan must demonstrate that the warranty work will be timely and satisfactorily performed and should include: • Whether the warranty service provider is approved by the manufacturer; • If the bidder plans to contract out for service, a copy of the service agreement; and • Service plans to include: o Response time to initial call from purchaser, o Number of personnel available to service the contract, o Qualifications of personnel providing warranty work, and o Any additional information that would detail how warranty service would be provided. FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Page 19 FSA23-VEF17.0: Fire & Rescue Vehicles, Boats, & Equipment 4866-5444-0014.3 The sufficiency of the Warranty Service Plan may be evaluated by the FSA. The FSA reserves the right to request additional information from a bidder regarding the facility during the solicitation and the term of the contract, if awarded. The FSA may also exercise discretion in examining such facility as deemed necessary. 2.03 INSURANCE AND INDEMNIFICATION Vendor shall be fully liable for the actions of its agents, employees, partners, or third party suppliers and shall fully indemnify, defend, and hold harmless the Florida Sheriffs Association, the participating agencies, and their officers, agents, and employees from suits, actions, damages, and costs of every name and description, including legal counsels’ fees, arising from or relating to personal injury and damage to real or personal tangible property alleged to be caused in whole or in part by bidder, its agents, employees, partners, or third party suppliers; provided, however, that the bidder shall not indemnify for that portion of any loss or damages resulting directly from the negligent acts or omissions of the Florida Sheriffs Association and participating agencies or proximately caused by intentional wrongful acts or omissions of the Florida Sheriffs Association and participating agencies. Vendor’s obligations under the above paragraph with respect to legal action are contingent upon the Florida Sheriffs Association and/or participating agencies giving the bidder (1) written notice of any action or threatened action, and (2) the opportunity to take over and settle or defend any such action at bidder’s sole expense. Vendor shall not be liable for any cost, expense or compromise incurred by the Florida Sheriffs Association, or participating agencies, in any legal action without bidder’s prior written consent, which consent shall not be unreasonably withheld, conditioned, or delayed. The Insurance Checklist summarizes the bidder’s insurance coverage obligations, if awarded. Certificates of Insurance, evidencing such coverages and endorsements as required herein, shall be provided no later than five business days prior to the contract award date. The vendor may not begin performance under the contract until such Certificates have been approved by the FSA. The certificate must state Bid Number and Title. FSA must be named as an additional insured for the duration of the contract. The vendor shall maintain comprehensive general liability insurance and general aggregate insurance in the amount and coverage levels specified on the Insurance Checklist. The vendor shall specifically and distinctly assume, and does so assume, all risks of damage or injury to property or persons used or employed on or in connection with the work and of all damage or injury to any person or property wherever located, resulting from any action or operation under the contract or in connection with the work. It is understood and agreed that at all times the vendor is acting as an independent contractor. The vendor shall be responsible for the work and every part thereof, and for all materials, tools, appliances and property of every description, used in connection with this particular contract. The vendor at all times during the full duration of work under this contract, including extra work in connection with this contract, shall meet the requirements of this section. The vendor shall maintain automobile liability insurance including property damage covering all owned, non-owned, hired and scheduled automobiles, when used in connection with the delivery or service of this contract. The vendor shall maintain insurance to cover garage operations in the amount specified on the Insurance Checklist when the garage is used to complete work on this contract. All insurance policies shall be issued by companies authorized to do business under the laws of the State of Florida and these companies must have a rating of B+ or better per the AM Best Rating. FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Page 20 FSA23-VEF17.0: Fire & Rescue Vehicles, Boats, & Equipment 4866-5444-0014.3 FSA required insurance coverages must be maintained through the duration of the contract. Upon expiration of the required insurance, the vendor must email updated certificates of insurance for as long a period as any work is still in progress. No change or cancellation in insurance shall be made without 30 calendar days written notice to the FSA. It is understood and agreed that all policies of insurance provided by the vendor are primary coverage to any insurance or self-insurance the FSA possesses that may apply to a loss resulting from the work performed in this contract. All policies issued to cover the insurance requirements herein shall provide full coverage from the first dollar of exposure. The liability insurance coverage shall extend to and include the following contractual indemnity and hold harmless agreement: The vendor hereby agrees to indemnify and hold harmless the FSA, a 501(c)3, its officers, agents, and employees from all claims for bodily injuries to the public and for all damages to the property per the insurance requirement under the specifications including costs of investigation, all expenses of litigation, including reasonable legal counsel fees and the cost of appeals arising out of any such claims or suits because of any and all acts of omission or commission of any by the vendor, his agents, servants, or employees, or through the mere existence of the project under contract. The foregoing indemnity agreement shall apply to any and all claims and suits other than claims and suits arising out of the sole and exclusive negligence of the FSA, its officers, agents, and employees, as determined by a court of competent jurisdiction. The vendor will notify the insurance agent without delay of the existence of the Hold Harmless Agreement contained within this contract, and furnish a copy of the Hold Harmless Agreement to the insurance agent and carrier. The vendor will obtain and maintain contractual liability insurance in adequate limits for the sole purpose of protecting the FSA under the Hold Harmless Agreement from any and all claims arising out of this contractual operation. The vendor will secure and maintain policies of third-party suppliers. All policies shall be made available to the FSA upon demand. Compliance by the vendor and all third-party suppliers with the foregoing requirements as to carrying insurance and furnishing copies of the insurance policies shall not relieve the vendor and all third-party suppliers of their liabilities and obligations under any section or provisions of this contract. Vendor shall be as fully responsible to the FSA for the acts and omissions of the third-party suppliers and of persons employed by them as they are for acts and omissions of persons directly employed by the vendor. The FSA can request and the vendor shall furnish proof of insurance within seven calendar days of receipt of the written request from FSA. Should the vendor fail to provide acceptable evidence of current insurance during the contract term, the FSA shall have the right to consider the contract breached and justifying the termination thereof. If bidder does not meet the insurance requirements; the FSA may consider alternate insurance coverage. 2.04 ITEM SPECIFICATIONS All items covered by this contract shall be the manufacturer’s current basic production model, and shall, as a minimum, be equipped with all standard factory equipment in accordance with the manufacturer’s latest literature unless otherwise noted in the bid system or FSA base item specification. If awarded, bidders must supply an item that either meets or exceeds all the requirements included in the applicable specifications. FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Page 21 FSA23-VEF17.0: Fire & Rescue Vehicles, Boats, & Equipment 4866-5444-0014.3 The base item specifications are contained in the FSA bid system, may be requested from FSA and are retained within FSA’s archive. As part of the bid submission, all bidders will be required to provide information confirmation that the item bid meets the base item specification or may have their bid rejected. Failure of a bidder to comply with these provisions will result in bidders being held responsible for all costs required to bring the item into compliance with the contract specifications. FSA develops the item specifications with subject matter experts and publicly available information. However, FSA does not have access to full details from the manufacturer and relies on bidders to assist in this process. Bidders should immediately notify the FSA of any inaccuracies in the item specifications. All notifications of inaccuracies must be in writing. 2.05 FIXED PRICES If the bidder is awarded a contract under this Invitation to Bid, the prices quoted by the bidder at the time of bid submission shall remain fixed and firm during the term of this contract, unless otherwise addressed in a contract extension or price adjustment as provided herein. 2.06 DISCOUNTS Discounts must be offered on this contract and shall be below Manufacturer’s Standard Retail Pricing (MSRP) or manufacturers published list price for each item and option listed. The bidder has the authority to offer additional discounts based on quantity, as well as additional manufacturer or bidder discounts. 2.07 SEALED BIDS For purposes of this solicitation, a sealed bid is considered a bid submitted using the FSA Bid System. 2.08 EXCEPTIONS Any requested exceptions, deviations, or contingencies a bidder may have to the terms and conditions must be documented in bidder’s submission. Exceptions to the item specifications at the time of the bid submission shall reference the item number, make and model. FSA has the discretion to grant or deny, in whole or in part, the bidders requested exception, deviation or contingency to the specifications or terms and conditions. Bidder acknowledges that if FSA rejects the proposed exceptions, the bid may be disqualified. 2.09 MISTAKES Bidders are expected to examine the item specifications, delivery schedules, bid prices and all information pertaining to servicing this contract before submitting a bid. Failure to do so will be at the bidder's risk. 2.10 EQUIVALENTS Bidders must first request approval from the FSA before submitting a bid that includes an equivalent that will supplement an item on the base item specification. The FSA will determine whether the proposed equivalent is equal to or exceeds the quality, design and construction than the intended replacement item in the base item specification. FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Page 22 FSA23-VEF17.0: Fire & Rescue Vehicles, Boats, & Equipment 4866-5444-0014.3 Bidders must provide the manufacturer name and model number (or product identifier) of each equivalent when seeking approval. Complete, descriptive, technical literature should demonstrate that the equivalent conforms with specific replacement item. If the equivalent is approved, the bidder must include the supporting material in the bid submission. Bids will not be considered without this information. If a bid uses equivalents without prior approval, the bid will be deemed nonresponsive. Vendors offering alternate makes and manufacturers of vehicles or equipment that are not specifically identified in the bid, cannot publish or offer the unapproved equivalents. Offerings of this nature will cause the bid to be rejected. If such offerings are identified after the award has been granted, the offerings, item specification or entire award can be removed by the FSA. When selling equivalents, vendors must disclose to the purchaser that an approved equivalent is being offered. 2.11 PRE-BID MEETING Prospective bidders are required to attend or participate in the Pre-Bid Meeting. The Pre-Bid Meeting is designed for vendors, the Fleet Advisory Committee and the FSA to clarify questions on the terms and conditions and to confirm all item specifications. Questions relating to the items, specifications, the bid process, or award can be asked at the Pre-Bid Meeting. Bidders have the opportunity to suggest technical modifications or corrections before the item specifications are finalized. FSA reserves the right to grant attendance exceptions to the mandatory meeting if the bidder has requested authorization, signs a memo to agree to meet all the terms and conditions without exception and further waives their right to protest the bid process in its entirety or any portion thereof. 2.12 PRICES QUOTED Prices submitted as indicated in the sealed bid are final. Bidders acknowledge that prices quoted will be valid for a period of sixty (60) calendar days from the date of bid opening. Each item, make, and model must be priced and bid separately. Prices quoted in the bid submission should reflect the final amount the bidder can expect to receive for payment for the items bid for the duration of the contract, unless otherwise provided in the contract. These prices must be inclusive of all components included in the item specification. Once awarded, the vendor has the authority to offer discounts for prompt payment. Cash or quantity discounts offered will not be a consideration in determination of award of the bid. Prices bid, including options, must include the administrative fee FSA charges to administer the contract, as outlined within these terms & conditions. The administrative fee is three quarters of one percent (.0075). Prices must be Free On Board (FOB) destination and include shipping and delivery to the purchaser. 2.13 OPTION PRICING The bidder shall offer a discount below Manufacturer’s Standard Retail Pricing (MSRP) or manufacturer’s published list price for any options offered, if awarded. The FSA has the discretion to disqualify bidders if the option pricing is excessive or if options listed are not available for the item bid. Options are intended to add or delete equipment or features from the item specification. Options can provide an upgrade or downgrade to a manufacturer’s model, such as a slightly different engine size or horsepower, and FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Page 23 FSA23-VEF17.0: Fire & Rescue Vehicles, Boats, & Equipment 4866-5444-0014.3 should not be made available for purchase separate from the base item. Bidders shall NOT use options to create an item that is available as another item bid on this ITB. The use of options to facilitate the sale of an alternate manufacturer’s product which is outside the scope of the item specification will be determined nonresponsive and the bid will be rejected in whole or part by the FSA. Bidders must disclose which options require the purchase of other options or are dependent on another option in their bid submission. Option pricing will include all costs of labor associated with the option and cost of labor should not be listed separately. Bidder must use proper manufacturer codes for all factory options. Options available through the factory should be bid and supplied to purchaser as “factory” options, unless otherwise requested in writing by the purchaser. Factory package options are allowable under this contract. Factory package options included in the bid submission must detail what components the package includes. If a bidder will offer registration and title services as a fee for service, the bidder must include the administrative fee as a separate option (i.e. line item) for each item bid. Government imposed fees should not be included in this option pricing. If the bidder wishes to offer credit to the purchaser for an option that is standard on the FSA item specification, the bidder should include the word “Credit” at the beginning of the description field, and continue to describe the option being credited. For example, “Credit: one key fob” and enter the price the bidder will credit the purchaser. 2.14 EMERGENCY LIGHTS AND SIRENS Under Florida Statute 316.003(1), authorized emergency vehicles are defined as: “Vehicles of the fire department (fire patrol), police vehicles, and such ambulances and emergency vehicles of municipal departments, public service corporations operated by private corporations, the Fish and Wildlife Conservation Commission, the Department of Environmental Protection, the Department of Health, the Department of Transportation, and the Department of Corrections as are designated or authorized by their respective departments or the chief of police of an incorporated city or any sheriff of any of the various counties.” Bidders that will provide or contract to provide emergency light and siren installation must only use installers that possess a current Emergency Vehicle Technician Certification, or an approved equivalent. FSA may request certificates for a vendor’s installers at any time during the contract term. Labor may be charged for the installation of emergency lights and sirens. Labor rates must be disclosed as part of the bid submission. Bidders may not charge for labor for vehicles that are manufactured with emergency lights and sirens, including motorcycles. Prices submitted for emergency lights and sirens shall include all applicable government-imposed fees. Bidders that install emergency lights and sirens are required to provide and install products that are Society of Automotive Engineers (SAE) certified. SAE Certifications must include Class 1, Class 2 and Class 3 in order to be eligible for participation in the contract. If a lighting or siren product installed on an emergency vehicle is not SAE Certified, the vendor can be found in default of the contract. 2.15 BID SUBMISSION Bidders must submit a bid electronically using the bid system. Bid submissions include pricing for the item, as well as required documentation. The bid must be received by the date and time specified on the Bid Calendar seen in Appendix A. Failure to meet all submission requirements by the date indicated on the Bid Calendar will result in rejection of the bid. Bid System: VendorLink FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Page 24 FSA23-VEF17.0: Fire & Rescue Vehicles, Boats, & Equipment 4866-5444-0014.3 The bid system is located at https://www.myvendorlink.com. Bidders are encouraged to participate in training provided. Usernames and passwords will be issued to bidders after registering in the bid system. Contact VendorLink at support@vendorlink.com if technical issues arise during bid submission. Prices are to be rounded to the nearest whole dollar. If a bidder submits bid pricing using cents, the following formula will be applied: $.01-.49 will be rounded down to the dollar bid (e.g., $50.49 = $50) and $.50-.99 will be rounded to the next dollar (e.g., $50.50 =$51). Bid Submission To ensure correct bid submittal and formatting, bidders shall: • Input a bid price for each item • Upload files as instructed in the bid system; files requested will be in .pdf format. • Follow all instructions outlined in this ITB and provide all requested information. The bid shall include the following documents: • Executed Qualifications Packet • Build sheet for each item bid as a single .pdf • Any requested exceptions or equivalents FSA may ask awarded bidders to supply one hard copy set with digital signatures and original compliance forms, prior to the contract execution. Hard copy bids should not be submitted unless specifically requested by FSA. FSA is not responsible for bidder’s improper use of the bid system. Exceptions will be granted to this section should any bid system malfunctions occur. 2.16 EXECUTION OF BID By submitting a response to this Invitation to Bid, the bidder agrees to the terms and conditions of this contract and to be bound by such terms and conditions if selected for award. The bidder must submit the Contract Signature Form with the signature of an authorized representative no later than the bid submittal due date. All terms and conditions are applicable throughout the term of the contract and not specific to any given year, make or model. 2.17 MODIFICATION OR WITHDRAWALS OF BIDS A bidder may submit a modified bid to replace all or any portion of a previously submitted bid until the due date and time of the bid submission listed in the Bid Calendar. Modifications received after the bid due date and time will not be considered. Bids can be withdrawn in writing prior to the contract award. If a bidder must withdraw the bid, the bidder must contact FSA immediately. Bid withdrawals are handled on a case-by-case basis and can result in a limitation of participation in future bids. 2.18 LATE BIDS The responsibility for submitting a bid before the due date and time on the bid calendar is solely and strictly the responsibility of the bidder. The FSA is not responsible for delays caused by technical problems, any internet outages or delays incurred by electronic delivery, or any other occurrence. Any reference to time will be based on Eastern Time. FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Page 25 FSA23-VEF17.0: Fire & Rescue Vehicles, Boats, & Equipment 4866-5444-0014.3 2.19 PUBLIC BID OPENING Bids shall be opened on the date and time specified on the Bid Calendar. The bid opening may occur at the Florida Sheriffs Association, 2617 Mahan Drive, Tallahassee, Florida, or may be offered online. FSA will provide a bid inspection period for bidders following the bid opening. The date, time and duration will be announced prior to the bid opening. 2.20 DETERMINATION OF RESPONSIVENESS Determination of responsiveness will take place at the time of bid opening and evaluation. In order to be deemed a responsive bidder, the bid must conform in all material respects to the requirements stated in the contract. As set forth in Section 2.26, FSA reserves the right to waive or allow a vendor to correct minor irregularities. 2.21 RESPONSIBLE BIDDER CRITERIA Bids will be evaluated to determine if qualifications and contract requirements are met. Responses that do not meet all requirements of this Invitation to Bid or fail to provide all required information, documents or materials may be rejected as nonresponsive. Bidders whose responses, past performance, or current status do not reflect the capability, integrity, or reliability to fully and in good faith perform the requirements of the contract may be rejected as non-responsible. In determining a responsible bidder, the following factors may be considered: • Adequacy of facilities, staffing, and financial resources; • Previous experience with FSA contract or other similar government contracts; • Ability to provide excellent customer service, including previous FSA contracts; and • Any other information relevant to the responsibility of a vendor that FSA is aware of. In addition to the requirements as set forth by these Terms & Conditions, FSA reserves the right to request staffing, performance and financial information from any bidder during the evaluation process. FSA reserves the right to determine which responses meet the requirements, item specifications, terms and conditions of the solicitation, and which bidders are responsive and responsible. FSA further reserves the right to limit participation of bidders who, in FSA’s sole discretion, are determined to present responsibility concerns that call into question the bidder’s ability to perform but that do not rise to the level of requiring rejection of the bidder as non-responsible. 2.22 BASIS FOR AWARD The FSA shall make awards to the lowest bidder by item and by manufacturer to bidders deemed to be responsive and responsible. Awards may also be made to the second and third lowest bidder by item and by manufacturer and determined to be in the best interest of the FSA and the purchaser. FSA has the discretion to consider option pricing in making the award. Awards will not be given to any parties listed on the government wide exclusion in the System for Award Management. See Appendix C, II to 2 CFR Part 200. FSA reserves the right to accept or reject any and all bids, and to waive any minor irregularity, technicality or omission if it determines that doing so will serve the purchaser’s best interest. FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Page 26 FSA23-VEF17.0: Fire & Rescue Vehicles, Boats, & Equipment 4866-5444-0014.3 2.23 BID TABULATIONS In the event that more than one bid is submitted per item a Bid Tabulation report will be posted on the FSA Cooperative Purchasing Program website after the bid submission closes as identified on the bid calendar. If there is a delay in posting the bid tabulation results, FSA will post a notice of the delay and a revised date for posting of results. 2.24 MINOR IRREGULARITIES / RIGHT TO REJECT The FSA has the right to accept or reject any and all bids, or separate portions thereof, and to waive any minor irregularity, technicality or omission if the FSA determines that doing so will serve its best interest or the best interest of the purchasers. A minor irregularity is a variation from the terms and conditions of this procurement that does not affect the price of the bid or give the bidder a substantial advantage over other bidders and thereby restrict or stifle competition and does not adversely impact the interests of the FSA or the purchasers. At its option, the FSA may allow a bidder to correct minor irregularities but is under no obligation to do so. In doing so, the FSA may request a bidder to provide clarifying information or additional materials to correct the irregularity. However, the FSA will not request and a bidder may not provide the FSA with additional materials that affect the price of the bid, or give the bidder an advantage or benefit not enjoyed by other bidders. The FSA may also reject any bids not submitted in the manner specified in this document. 2.25 CONE OF SILENCE This Invitation to Bid is subject to the Cone of Silence that begins the date the bid submission opens through the intent to award date as indicated in the Bid Calendar. During this period all communications regarding this solicitation between FSA and Bidder will cease, except for procedural questions, technical questions regarding problems incurred in the use of the bid system, or communications initiated by the FSA. All permitted communications during this period shall be made in writing to the procurement contacts identified in Section 1.01 of this Invitation to Bid. FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Page 27 FSA23-VEF17.0: Fire & Rescue Vehicles, Boats, & Equipment 4866-5444-0014.3 3.0 CONTRACT CONDITIONS 3.01 GENERAL REQUIREMENTS Once the bid has been awarded, the terms and conditions of this document become the contract between the FSA and the awarded vendor. The terms and conditions apply to all items purchased from this contract. 3.02 STATEMENT OF AUTHORITY Each person signing the contract warrants that they are duly authorized to do so and binds the respective party to the contract. 3.03 VENDOR CONTACT INFORMATION The vendor shall maintain current contact information with FSA at all times for sales and submission of purchase orders, quarterly reports and administrative fee payments. If a change occurs during the contract, the vendor must notify FSA immediately. 3.04 ADDITIONS AND DELETIONS The FSA reserves the right to add or delete any items from this bid or resulting contract when deemed to be in the best interest of FSA and the participating purchasers. FSA reserves the right to remove, discontinue or suspend the sale or offering of any product within the Invitation to Bid document or existing contract, at its discretion. This decision to take action may be based upon and not limited to: • Few or no sales; • Product recalls and other safety issues; • Vendor/Manufacturer performance; or • Lack of relevance of products. 3.05 CONTRACT EXTENSION Contract Extension The contract may be extended by mutual agreement, initiated at the discretion of the FSA, for up to two (2) additional years, on a year-to-year basis. The vendor may request price adjustments for contract extensions as provided for in the price adjustment section. If no request is received from the vendor, the FSA will assume that the vendor has agreed that the optional term may be exercised without pricing adjustment. Any adjustment request received after the commencement of a new option period may not be considered unless otherwise provided for in this contract. The FSA reserves the right to in its sole discretion, elect to implement an optional term or to allow the contract to fully or partially terminate and readvertise for bids, whichever is in the best interest of the FSA. Month-to-Month Continuation In the event that a new contract is not active at the time of this contract’s expiration, this contract’s terms and conditions shall extend on a month-to-month basis and shall not constitute an implied extension of the contract. Such a month-to-month continuation shall be upon the compensation and payment provided herein. FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Page 28 FSA23-VEF17.0: Fire & Rescue Vehicles, Boats, & Equipment 4866-5444-0014.3 3.06 PRICE ADJUSTMENTS This contract provides the following options for price adjustments: • Annual Price Adjustments • Changes to Production or Design • Manufacturer Certified Adjustments • Surcharges • Equitable Adjustments Price adjustment requests must clearly substantiate a need to increase or decrease the price and must be submitted as a percentage change. If a dollar amount is provided, FSA will calculate the percentage change. Annual Price Adjustment The FSA may consider annual price adjustments due to: • Changes in the Producer Price Index (PPI) as published by the U.S. Department of Labor, Bureau of Labor Statistics (BLS); or • As a result of any changes to national or state standards that require substantial price adjustments. Changes resulting from PPI will be verified by the FSA, after the vendor requests a price adjustment under this provision and identifies the commodity code for each item as designated by the BLS. In the event of changes to national or state standards, the vendor must present verifiable changes from the manufacturer in price to FSA. FSA may consider other documentation related to the change to national or state standards but is not obligated to grant price changes without literature from the manufacturer. The FSA will consider the request and will make a final determination on the change in price. For any price adjustment to commence annually or on the first day of the contract extension, the vendor's request for price adjustment should be submitted 60 (sixty) days prior to the annual execution of the contract or to the expiration of the contract extension. Changes to Production or Design Significant changes by the manufacturer to the production and item specification design may also initiate a price adjustment request. FSA will consider order dates, production cutoffs, conditions as provided for in Section 3.08, as well as replacement or complete redesign of items when considering significant changes to manufacturer production or design. Manufacturer Certified Adjustments Vendors must provide documentation from the manufacturer to FSA that shows a legitimate need for price adjustments. Surcharges Surcharges are increased costs that are imposed on awarded vendors for items sold on this contract. Surcharges can be related to the cost of materials, cost of transportation or shipping, or fees imposed by the governing entities. Since surcharges are imposed on awarded vendors, in order to request a price change, the vendor must document the origin of the surcharge. FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Page 29 FSA23-VEF17.0: Fire & Rescue Vehicles, Boats, & Equipment 4866-5444-0014.3 The vendor must provide manufacturer or supplier certification documentation that identify the reason or cause for the surcharge to FSA in advance of assessing surcharges to a purchaser. Surcharge After a Purchase Order is Issued When a purchase order has been issued, the vendor may present a surcharge with all required documentation to the purchaser for consideration. The purchaser may accept or negotiate a reduction in the surcharge or reject the surcharge at their discretion. Equitable Adjustments The FSA may make an equitable adjustment to the contract terms or pricing at its discretion. 3.07 CONDITIONS It is understood and agreed that any item offered or shipped as a result of this contract shall be the most current model offered. 3.08 PRODUCTION CUTOFF Vendors shall notify the FSA in writing no less than sixty (60) calendar days prior to the close of final order date by the manufacturer when the final order date is during the term of the contract. Purchase orders received by the vendor ten (10) business days prior to the final order date must be accepted and entered into the order system with the manufacturer. Purchase orders issued and received after the production cutoff date will be subject to availability. In this case, the vendor and manufacturer have the discretion whether to choose to provide next year’s model at current year’s prices until the end of the contract term. If the manufacturer cutoff date is during the term of the contract and will affect the purchaser’s ability to obtain the items, FSA may consider substitutions from the same manufacturer. 3.09 FACILITIES The FSA reserves the right to inspect the vendor’s facilities at any time with prior notice. 3.10 FACTORY-INSTALLED OPTIONS All options specified as factory-installed are to be installed on the item at the primary site of assembly and is to be the manufacturer’s standard assembly-line product. Aftermarket and vendor-installed equipment will not be accepted as factory-installed. Vendors found supplying aftermarket or vendor-installed equipment where factory- installed are specified shall be required to retrieve all delivered items and supply new items meeting the specifications. All factory-ordered options are to be original equipment manufacturer (OEM) and installed at the primary site of assembly unless otherwise noted by the vendor and acknowledged in writing by the purchaser. Verbal agreements will not be recognized. 3.11 VENDOR-INSTALLED OPTIONS All vendor-installed accessories, equipment, or options shall be installed according to the manufacturer’s specifications. All vendor-installed options must be manufactured by an established manufacturer of the product FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Page 30 FSA23-VEF17.0: Fire & Rescue Vehicles, Boats, & Equipment 4866-5444-0014.3 provided. Vendors are required to disclose make and model of product being offered, design, and model must be approved by the purchaser prior to installation. Prior to any purchase, the vendor must also disclose the warranty of any accessory, equipment or option that is less than or exceeds the factory or equipment warranty coverage. Any vendor that violates this provision will be considered in default of the contract. FSA may terminate the contract in accordance with these terms & conditions. 3.12 NON-SCHEDULED OPTIONS A non-scheduled option is an option not listed on the FSA published award. Vendors may provide non-scheduled options at less than MSRP or the Published List Price. Non-scheduled options should be identified and listed as a separate line item with the price and discount on the purchase order. Non-scheduled options are covered under these terms and conditions. 3.13 AMBULANCE REMOUNT Ambulance remount services may be offered by awarded vendors on this contract. Remount service providers shall maintain a minimum of $5,000,000 in Product Liability Insurance and a minimum of $1,000,000 in Professional Garage Keepers Liability Insurance. It is the responsibility of the vendor to maintain the insurance requirements under the Terms and Conditions. Proof of adequate coverage shall be provided to the purchaser upon request. All remount service providers must be registered with National Highway Traffic Safety Administration (NHTSA) as a new vehicle manufacturer as required by law (49 CFR 571.7(e)). The remounter shall follow all recommended guidelines and practices as published and prescribed by the OEM chassis manufacturer for the chassis platform supplied. This includes: 1. Compliance with Federal Motor Vehicle Safety Standards (FMVSS); 2. Incomplete Vehicle Document (IVD) for appropriate chassis; 3. OEM Body Builder’s Guide for appropriate chassis; and 4. Ford QVM Program Truck Guidelines or other OEM Chassis Upfitter programs. The remounter must have financial strength to adequately support any warranty obligation provided to the customer and be able to verify this to the purchaser upon request. The warranty that shall be offered at a minimum to the customer shall be as follows: 1. The remounter shall warranty the ambulance and furnished equipment against parts failure or malfunction due to design, construction or installation errors, defective workmanship and missing or incorrect parts for a minimum period of 12 months or 12,000 miles (whichever occurs first) from date of acceptance, exclusive of any authorized driveaway mileage. 2. However, if the remounter received from any supplier or subcontractor additional warranty on the whole or any component of the ambulance, in the form of time and/or mileage, including prorated adjustments, or if the remounter generally extends to their customers a greater or extended warranty coverage, the purchaser shall receive corresponding warranty benefits. The remounter must follow all recommended guidelines and requirements which apply to the new chassis, as well as application and installation of all components and equipment included in the remounted vehicle. This shall include suitability and generational compatibility of key components to meet both make and model year of chassis utilized. FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Page 31 FSA23-VEF17.0: Fire & Rescue Vehicles, Boats, & Equipment 4866-5444-0014.3 The remounter shall perform the following series of steps to determine viability of the proposed remount vehicle prior to production: 1. The viability process shall include a visual inspection of ambulance body module for overall condition to determine suitability and feasibility for forward service life. This shall include the compatibility of the body to the proposed new chassis. 2. This viability process shall include, and the remounter shall provide, a Scope of Work document which shall include an itemized proposal to the customer and a notice of compliance to FMVSS requirements, as well as weight balance and payload analysis and projections. A minimum payload of 1,500 pounds is required. 3. The remounter shall inform the purchaser of any additional deficiencies or defects discovered during the production process and inform the purchaser immediately whereby remediation shall be mutually determined. It is the responsibility of the vendor to certify that it has inspected the remounted module for structural integrity and will supply a statement that includes proof of the inspection process to the purchaser. The remounter shall have written work process documentation to substantiate each step of the production process for the remounted vehicle to include: 1. Evaluation and physical assessment of original vehicle; 2. Engineering analysis for major modifications such as change in chassis type or body mounts; 3. The actual production sequence and process; and 4. Written and verified quality control and function checks. 3.14 FORCE MAJEURE A vendor shall not be penalized for a delay resulting from the vendor’s failure to comply with delivery requirements if neither the fault nor the negligence of the vendor or its employees contributed to the delay and the delay is due directly to acts of God, wars, acts of public enemies, strikes, fires, floods, or other similar cause wholly beyond the vendor’s control, or for any of the foregoing that third party suppliers if no alternate source of supply is available to the vendor. 3.15 ORDER To initiate a purchase, a purchase order must be issued to the vendor, which includes: • FSA contract title and number; • FSA item number, and the make and model or item description; and • Purchaser name, phone number and email address. The vendor’s acceptance of a purchaser’s order will indicate that the vendor agrees to deliver an awarded item that will be fully compatible with all options. Production schedules and delivery dates should be discussed at the time the quote is provided to the purchaser, or if no quote is provided, when the purchase order is delivered to the vendor. Vendor shall place the order with the manufacturer within 10 business days of receipt of the purchase order. The vendor shall assure that all orders are placed in full compliance with the specifications and the terms and conditions of the contract and the purchase order. Any changes that are required to bring an item into compliance with the various options due to an incorrect order will be accomplished at the vendor’s expense. A Confirmation of Order form shall be completed by the vendor and provided to the purchaser and FSA fifteen (15) calendar days from receipt of purchase order without request by the purchaser. Any additional information needed to complete this form should be obtained by the vendor from the purchaser. FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Page 32 FSA23-VEF17.0: Fire & Rescue Vehicles, Boats, & Equipment 4866-5444-0014.3 If a vendor receives a purchase order for an item for which they were not awarded, the vendor must notify the purchaser and return the purchase order to the purchaser within three (3) business days. Purchase orders may include additional terms and conditions established by the purchasing agency. When presented with a purchase order containing additional requirements beyond those established herein, the vendor may negotiate any additional requirements with the purchaser prior to accepting the purchase order. 3.16 DELIVERY Vendors are to inspect the item to confirm the item meets or exceeds the FSA base item specification, manufacturer specification, and purchase order. Deliveries not complying with these requirements may be rejected and will have to be redelivered at vendor’s expense. Delivery shall be within the normal working hours of the user, Monday through Friday, excluding holidays. Delivery schedules shall be agreed to by the purchaser and the vendor. Vendor shall notify the purchaser no less than twenty-four (24) hours prior to delivery of the time and location, which shall reflect the mutually agreed upon delivery details. The vendor shall be responsible for delivering items that are properly serviced, clean and in first class operating condition. Items shall be delivered with each of the following documents completed or included: • Copy of the purchase order • Copy of the FSA base item specification • Copy of manufacturer’s Invoice, price sheet, build sheet or other documentation that verifies what components are included on the item being delivered • Copy of the pre-delivery service report • Registration warranty certification • Owner’s manual • Registration, tag and title or an application for the registration, as applicable All items with fuel tanks of thirty-five (35) gallons or less must contain no less than one quarter (1/4) tank of fuel as indicated by the fuel gauge at the time of delivery. For items that have more than thirty-five (35) gallons, a minimum of one eighth (1/8) of a tank of fuel must be provided. Deliveries within 2,500 miles may be accomplished by driving the vehicle. Any delivery accomplished by driving the vehicle must be supervised and the driver must comply with manufacturer’s break-in requirements and all applicable traffic laws. Any delivery accomplished by driving fire rescue or emergency response vehicle must use an “OUT OF SERVICE” cover on light bars. All deliveries in excess of 2,500 miles shall be approved by the purchaser. The purchaser has the option to reject a vehicle with more than 2,500 odometer miles, if not previously approved by the purchaser, or may deduct $0.51 cents per mile in excess of 2,500 miles from the invoice. This requirement also applies to redelivery of vehicles that were rejected upon initial delivery. When items require service or adjustments upon delivery, the vendor shall either remedy the defect, or be responsible for reimbursing the manufacturer’s local authorized representative or other service provider to remedy the defect. Such service or adjustments shall be initiated by the vendor within 48 hours after notification by a purchaser, not to include weekends and holidays. Delivery will not be considered complete until all services or adjustments are satisfactory, and the item is redelivered or repaired. The cost of any transportation required to address the defect shall be the responsibility of the vendor until the items are satisfactory and accepted by the purchaser. 3.17 INSPECTION AND ACCEPTANCE FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Page 33 FSA23-VEF17.0: Fire & Rescue Vehicles, Boats, & Equipment 4866-5444-0014.3 Final acceptance shall be given only after the purchaser inspects or confirms the item meets contract specifications. Delivery of an item to a purchaser does not constitute acceptance for the purpose of payment. Inspection and acceptance will be at the purchaser’s destination unless otherwise previously agreed upon location was provided in the purchase order. Should the delivered items differ in any respect from the item specifications, payment can be withheld until such time as the vendor completes the necessary corrective action. 3.18 REGISTRATION, TAG AND TITLE Title items shall be the responsibility of the vendor. If the purchaser is a government agency, the purchaser has the right to choose to register and title the item. Costs of registration, tag and title shall not exceed the statutory rates. FSA administrative fee does not apply to the cost of registration, tag and title. 3.19 CAB AND CHASSIS PURCHASES Vendors performing upfitting of cab and chassis should be licensed and certified to perform such work. Vendors are responsible for tag and title work if the chassis is completed by the vendor or the vendor’s contracted third- party supplier. The requirements of Florida Statute 319.21 related to the manufacturer statement of origin apply to cab and chassis purchases. 3.20 INVOICING AND PAYMENTS Invoicing and payments shall be the responsibility of the vendor and purchaser placing orders using this contract. Vendors must invoice each purchaser independently. The vendor shall be paid upon submission of invoices to the purchaser after satisfactory delivery and acceptance of the items. The Local Government Prompt Payment Act will apply to ensure timely payment of vendor invoices. The Local Government Prompt Payment Act is defined in Sections 218.70–218.79 of Florida Statutes. 3.21 WARRANTY All warranties shall begin at the time of delivery and final acceptance by the purchaser. The purchaser’s warranty should not be active for incomplete items and items delivered to a third-party supplier before final delivery. 3.22 PURCHASE ORDERS The vendor must submit electronic copies of purchase orders within fifteen (15) calendar days of the purchase order issue date. Emails shall be sent to coop@flsheriffs.org. Purchase orders received by the vendor after this deadline must be submitted to FSA as soon as possible with the date received by the vendor and cause for the delay. Purchase orders should contain the following information: • Purchaser name • Purchase order number • Purchase order issue date • FSA contract title and number • Item number • Item make and model, or item description • Item price • Estimated delivery date. FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Page 34 FSA23-VEF17.0: Fire & Rescue Vehicles, Boats, & Equipment 4866-5444-0014.3 Purchase orders vary in format and information provided. If a purchase order does not include the above information, the vendor may submit supplemental documentation to FSA at the same time the purchase order is due. Such information may be in bid quotes, equipment proposals, confirmation of orders, or other documents. If a purchaser does not use purchase orders, written communication from the purchaser to the vendor will be provided to FSA. 3.23 QUARTERLY REPORTS Quarterly reports are the contractual responsibility of each vendor. Quarterly reports must be completed and submitted electronically. All quarterly reports shall be sent to reports@flsheriffs.org. The quarterly report template shall be submitted using an Excel workbook provided by FSA. Quarterly reports which do not adhere to the required format or are not complete of all purchase orders received and/or deliveries made during the quarter will be returned to the reporting vendor for correction. Quarterly reports are due no later than the 15th day of the month following the end of the quarter. Quarterly reports shall follow the schedule below for the duration of the contract. If a contract extension is executed, the quarterly reports will maintain the same schedule for future reporting periods. Quarterly reports should follow this schedule: Contract Year 1: April 1, 2023 – March 31, 2024 Year 1 Quarter 1 April 1 – June 30 July 15 Year 1 Quarter 2 July 1 – September 30 October 15 Year 1 Quarter 3 October 1 – December 31 January 15 Year 1 Quarter 4 January 1 – March 31 April 15 Contract Year 2: April 1, 2024 – March 31, 2025 Year 2 Quarter 1 April 1 – June 30 July 15 Year 2 Quarter 2 July 1 – September 30 October 15 Year 2 Quarter 3 October 1 – December 31 January 15 Year 2 Quarter 4 January 1 – March 31 April 15 If a contract extension or renewal option are executed, the quarterly reports will maintain the same schedule for future reporting periods. Quarterly reports must be submitted even if there are no sales or no deliveries in a quarter. If a vendor has no sales within a quarter, the vendor shall indicate “No sales this quarter” on the top row of the sales worksheet. If the vendor has no deliveries in a given quarter, the vendor shall indicate “No deliveries this quarter” on the top row of the delivery worksheet. FSA reserves the right to modify the procedure for submitting quarterly reports during the term of the contract. Such a change shall not materially modify the substance of the information to be reported, but may change the method by which future quarterly reports are to be submitted. In the event of such a change, FSA will provide written notice to all vendors of the method by which future quarterly reports are to be submitted. 3.24 ADMINISTRATIVE FEE FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Page 35 FSA23-VEF17.0: Fire & Rescue Vehicles, Boats, & Equipment 4866-5444-0014.3 The FSA charges three quarters of one percent (.0075) to procure, process and administer the contract. The administrative fees are the contractual responsibility of each awarded vendor. After receipt of payment from contract purchases, the vendor shall remit all administrative fees to the FSA no later than 15 calendar days after the end of each quarter. All fees payable to the FSA during any given quarter will be accompanied and supported by a quarterly report. The administrative fee will remain payable to FSA and no relief from payment of the administrative fee, nor any additional charge to recoup the administrative fee, will be permitted if a vendor fails to incorporate the administrative fee in its bid pricing. The administrative fee should never be listed as a separate line item on any purchase order or invoice. The administrative fee is based on the total purchase order amount of new items. This fee excludes any value given to purchasers for trade-ins. Trade-ins, extended warranties and other exchanges will not reduce or impact the fee calculation. The ACH form for electronic payment or wiring of funds is included in Appendix C. It is the preference of FSA that all payments be electronically paid and submitted. If ACH is not available, checks for the administrative fee can be sent to: Florida Sheriffs Association Cooperative Purchasing Program 2617 Mahan Drive Tallahassee, FL 32308 3.25 LIQUIDATED DAMAGES The vendor warrants that the item supplied to the purchaser shall conform in all respects to the standards set forth and the failure to comply with this condition will be considered as a breach of contract. Any liquidated damages levied because of inadequacies or failures to comply with these requirements shall be borne solely by the vendor responsible for same. Failure to submit the administrative fee with accompanying quarterly reports to FSA within 15 calendar days following the end of each quarter may result in the imposition of liquidated damages. Vendors failing to submit administrative fees and/or quarterly reports will incur liquidated damages in the amount of $25 for each calendar day that fees and reports are past due, beginning on the 16th day following the end of the quarter. If a civil action is initiated by the FSA to recover administrative fees or liquidated damages as set forth in this section, the prevailing party shall be entitled to its reasonable attorneys’ fees and costs incurred in the litigation. The venue shall lie in the Circuit Court for the Second Judicial Circuit in and for Leon County, Florida. When quarterly reports are late, liquidated damages are to be included in vendor’s Quarterly Report and administrative fee submission. Liquidated damages that remain unpaid beyond 45 calendar days can result in FSA, at its sole discretion, implementing contract compliance actions, including but not limited to, suspension, limited participation by item specifications, disqualification from future solicitations, or termination for cause pursuant to the Terms & Conditions. Schedule of Liquidated Damages Failure to submit quarterly report on time $25 per calendar day Failure to submit administrative fee on time $25 per calendar day FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Page 36 FSA23-VEF17.0: Fire & Rescue Vehicles, Boats, & Equipment 4866-5444-0014.3 Failure to report a Purchase Order to FSA within 15 calendar days of the purchase order issue date $100 per Purchase Order Failure to Report Sales .0075 of the sales price plus 1.5% each month following the delivery date. Vendor agrees and acknowledges that its failure to take any of the actions specified in the above schedule will result in liquidated damages to this contract. Vendor agrees and acknowledges that these liquidated damages are not intended to be and do not constitute a penalty and that these amounts are reasonably calculated to compensate the FSA for the damages that it will incur as a result of the vendor’s failure to take the specified actions. FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Page 37 FSA23-VEF17.0: Fire & Rescue Vehicles, Boats, & Equipment 4866-5444-0014.3 Appendix A: Bid Calendar For the most up to date information, please refer to https://www.flsheriffs.org/law- enforcement- programs/cooperative-purchasing-program/bid-announcements * Details for the Workshop, Mandatory Pre-Bid Meeting, and Public Bid Openings will be posted on FSA’s website, emailed to interested bidders, or can be found in Florida Administrative Register (as appropriate) for the dates published. Bid Calendar Task Date Invitation to Bid Announcement (ITB)10/11/2022 Registration for Workshop & Pre-bid Open 11/1/2022 Voluntary Workshop for Interested Bidders; Review Specifications 12/5/2022 New Specification requests due 12/16/2022 Pre-Bid meeting 1/11/2023 - 1/12/2023 Request for Clarifications Due to FSA 1/20/2023 FSA VendorLink Bidder Training 1/24/2023 Bid System Open 1/31/2023 Cone of Silence 1/31/2023 - 3/10/2023 Bid Submissions Due 2/27/2023 Public Bid Opening 3/1/2023 Bid Tabulations Posted 3/1/2023 Bid Evaluation 3/6/2023 - 3/10/2023 Intent To Award 3/10/2023 Final Bid Award Announcement 4/1/2023 Effective Date Of New Contract 4/1/2023 FSA23 - Fire & Rescue Bid Calendar FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Page 38 FSA23-VEF17.0: Fire & Rescue Vehicles, Boats, & Equipment 4866-5444-0014.3 Appendix B: ACH Payments FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Page 39 FSA23-VEF17.0: Fire & Rescue Vehicles, Boats, & Equipment 4866-5444-0014.3 Appendix C: Federal Clauses APPLICABILITY OF THIRD PARTY CONTRACT PROVISIONS* (excluding micro-purchases, except Davis-Bacon requirements apply to construction contracts exceeding $2,000) In addition to other provisions negotiated with purchasers placing federally funded purchase orders, Vendors must comply with the following provisions upon award of a federally funded purchase order: PROVISION Professional Services/A&E Operations/ Management Construction Materials & Supplies Equal Employment Opportunity All Davis-Bacon Act >$2,000 Copeland “Anti-Kickback” Act >$2,000 Contract Work Hours and Safety Standards Act >$100,000 >$100,000 >$100,000 >$100,000 Rights to Inventions Made Under a Contract or Agreement If the purchase order involves performance of experimental, developmental or research work If the purchase order involves performance of experimental, developmental or research work If the purchase order involves performance of experimental, developmental or research work If the purchase order involves performance of experimental, developmental or research work Clean Air Act >$150,000 >$150,000 >$150,000 >$150,000 Federal Water Pollution Control Act >$150,000 >$150,000 >$150,000 >$150,000 Debarment and Suspension All All All All Byrd Anti-Lobbying Amendment >$100,000 >$100,000 >$100,000 >$100,000 Procurement of Recovered Materials All All All All Prohibition on Certain Telecommunications and Video Surveillance Services or Equipment All All All All Domestic Preferences for Procurements All All All All *References to the code of regulations (CFR) or United States Code (USC) were accurate at the time of publication. It is the responsibility of the bidder to ensure compliance is met of the referenced state and federal laws within the published rules. EQUAL EMPLOYMENT OPPORTUNITY: Except as otherwise provided under 41 CFR Part 60, all contracts that meet the definition of “federally assisted construction contract” in 41 CFR Part 60-1.3 must include the equal opportunity clause provided under 41 CFR 60-1.4(b), in accordance with Executive Order 11246, “Equal Employment Opportunity” (30 FR 12319, 12935, 3 CFR Part, 1964-1965 Comp., p. 339), as amended by Executive Order 11375, “Amending Executive Order 11246 Relating to Equal Employment Opportunity,” and implementing regulations at 41 CFR part 60, “Office of Federal Contract Compliance Programs, Equal Employment Opportunity, Department of Labor.” The clause set forth in 41 CFR 60-1.4(b) is incorporated herein by reference. Vendor must comply with this clause and include this clause in all lower-tier federal assisted construction contracts. DAVIS-BACON ACT, as amended (40 U.S.C. 3141-3148): When required by Federal program legislation, all prime construction contracts in excess of $2,000 awarded by non-Federal entities must include a provision for compliance FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Page 40 FSA23-VEF17.0: Fire & Rescue Vehicles, Boats, & Equipment 4866-5444-0014.3 with the Davis-Bacon Act (40 U.S.C. 3141-3144, and 3146-3148) as supplemented by Department of Labor regulations (29 CFR Part 5, “Labor Standards Provisions Applicable to Contracts Covering Federally Financed and Assisted Construction”). In accordance with the statute, contractors must be required to pay wages to laborers and mechanics at a rate not less than the prevailing wages specified in a wage determination made by the Secretary of Labor. In addition, contractors must be required to pay wages not less than once a week. The non-Federal entity must place a copy of the current prevailing wage determination issued by the Department of Labor in each solicitation. The decision to award a contract or subcontract must be conditioned upon the acceptance of the wage determination. The non-Federal entity must report all suspected or reported violations to the Federal awarding agency. The contracts must also include a provision for compliance with the Copeland “Anti-Kickback” Act (40 U.S.C. 3145), as supplemented by Department of Labor regulations (29 CFR Part 3, “Contractors and Subcontractors on Public Building or Public Work Financed in Whole or in Part by Loans or Grants from the United States”). The Act provides that each contractor or subrecipient must be prohibited from inducing, by any means, any person employed in the construction, completion, or repair of public work, to give up any part of the compensation to which he or she is otherwise entitled. The non-Federal entity must report all suspected or reported violations to the Federal awarding agency. Vendors performing construction must comply with all applicable provisions of the Davis-Bacon Act and include this clause in all lower-tier subcontracts for construction. CONTRACT WORK HOURS AND SAFETY STANDARDS ACT (40 U.S.C., chapter 37): Vendor shall comply with Sections 102 and 107 of the Contract Work Hours and Safety Standards Act (40 U.S.C., chapter 37), as supplemented by Department of Labor regulations (29 CFR part 5). (a) Overtime requirements. Neither Vendor nor any contractor or subcontractor contracting for any part of the purchase order work which may require or involve the employment of laborers or mechanics shall require or permit any such laborer or mechanic in any workweek in which he or she is employed on such work to work in excess of forty hours in such workweek unless such laborer or mechanic receives compensation at a rate not less than one and one-half times the basic rate of pay for all hours worked in excess of forty hours in such workweek. (b) Violation; liability for unpaid wages; liquidated damages. In the event of any violation of the clause set forth in Paragraph 15(a), Vendor and any subcontractor responsible therefor shall be liable for the unpaid wages. In addition, Vendor or such subcontractor shall be liable to the United States (in the case of work done under the Contract for the District of Columbia or a territory, to such District or to such territory), for liquidated damages. Such liquidated damages shall be computed with respect to each individual laborer or mechanic, including watchmen and guards, employed in violation of the clause set forth in Paragraph 15(a), in the sum of $29 for each calendar day on which such individual was required or permitted to work in excess of the standard workweek of forty hours without payment of the overtime wages required by the clause set forth in Paragraph 15(a) of this section. (c) Withholding for unpaid wages and liquidated damages. Purchaser shall upon its own action or upon written request of an authorized representative of the Department of Labor withhold or cause to be withheld, from any moneys payable on account of work performed by Vendor or a subcontractor under the purchase order or any other Federal contract with Purchaser, or any other federally-assisted contract subject to the Contract Work Hours and Safety Standards Act, which is held by Purchaser, such sums as may be determined to be necessary to satisfy any liabilities of Vendor or its subcontractor for unpaid wages and liquidated damages as provided in the clause set forth in Paragraph (a). (d) Subcontracts. Vendor shall insert in any subcontracts over $100,000 for construction and other purposes that involve the employment of mechanics or laborers, the clauses set forth in Paragraphs (a) through (d) and also a clause requiring the subcontractors to include these clauses in any lower-tier subcontracts. RIGHTS TO INVENTIONS MADE UNDER A CONTRACT OR AGREEMENT: If the Federal award meets the definition of “funding agreement” under 37 CFR § 401.2 (a) and the recipient or subrecipient wishes to enter into a contract with a small business firm or nonprofit organization regarding the substitution of parties, assignment or performance of experimental, developmental, or research work under that “funding agreement,” the recipient or subrecipient must comply with the requirements of 37 CFR Part 401, “Rights to Inventions Made by Nonprofit Organizations and Small Business Firms Under Government Grants, Contracts and Cooperative Agreements,” and any implementing regulations issued by the awarding agency. Vendor shall comply with these requirements when performing a FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Page 41 FSA23-VEF17.0: Fire & Rescue Vehicles, Boats, & Equipment 4866-5444-0014.3 purchase order involving experimental, developmental or research work and flowdown this clause to lower-tier subcontractors performing such work. CLEAN AIR ACT (42 U.S.C. 7401 et seq.) and the FEDERAL WATER POLLUTION CONTROL ACT (33 U.S.C. 1251 et seq.), as amended: Vendor agrees to comply with all applicable standards, orders or regulations issued pursuant to the Clean Air Act (42 U.S.C. 7401 et seq.) and the Federal Water Pollution Control Act as amended (33 U.S.C. 1251 et seq.). Violations shall be reported to the Federal awarding agency and the Regional Office of the Environmental Protection Agency (EPA). Vendor shall comply with the requirements of Clean Air Act and the Federal Water Pollution Control Act and include this clause in all lower-tier subcontracts with a value over $150,000. DEBARMENT AND SUSPENSION (E.O.s 12549 and 12689): By accepting or performing this purchase order, Vendor certifies that it is not identified in the Exclusions area of the System for Award Management as being currently debarred, suspended, proposed for debarment, or otherwise excluded (“SAM Exclusion”). Vendor shall obtain similar certifications from its lower-tier subcontractors for each subcontract in excess of $25,000 and Vendor shall not award lower-tier subcontracts in excess of $25,000 to an entity subject to a SAM Exclusion. LOBBYING RESTRICTIONS (31 U.S.C. 1352): By accepting or performing this purchase order, Vendor certifies that it will not and has not used Federal appropriated funds to pay any person or organization for influencing or attempting to influence an officer or employee of any agency, a member of Congress, officer or employee of Congress, or an employee of a member of Congress in connection with obtaining any Federal contract, grant or any other award covered by 31 U.S.C. 1352. Vendor shall also disclose to Purchaser any lobbying with non-Federal funds that takes place in connection with obtaining any Federal award or contract. Vendor shall flow down this clause and require this certification for lower-tier subcontractors with a subcontract of $100,000 or more. Vendor shall provide its disclosure and all disclosures received from lower-tier subcontractors to Purchaser. PROCUREMENT OF RECOVERED MATERIALS: A non-Federal entity that is a state agency or agency of a political subdivision of a state and its contractors must comply with section 6002 of the Solid Waste Disposal Act, as amended by the Resource Conservation and Recovery Act. The requirements of Section 6002 include procuring only items designated in guidelines of the Environmental Protection Agency (EPA) at 40 CFR part 247 that contain the highest percentage of recovered materials practicable, consistent with maintaining a satisfactory level of competition, where the purchase price of the item exceeds $10,000 or the value of the quantity acquired during the preceding fiscal year exceeded $10,000; procuring solid waste management services in a manner that maximizes energy and resource recovery; and establishing an affirmative procurement program for procurement of recovered materials identified in the EPA guidelines. Vendor shall comply with this clause and include this clause in all lower-tier subcontracts. PROHIBITION ON CERTAIN TELECOMMUNICATIONS AND VIDEO SURVEILLANCE SERVICES OR EQUIPMENT: (a) Recipients and subrecipients are prohibited from obligating or expending loan or grant funds to: (1) Procure or obtain; (2) Extend or renew a contract to procure or obtain; or (3) Enter into a contract (or extend or renew a contract) to procure or obtain equipment, services, or systems that uses covered telecommunications equipment or services as a substantial or essential component of any system, or as critical technology as part of any system. As described in Public Law 115- 232, section 889, covered telecommunications equipment is telecommunications equipment produced by Huawei Technologies Company or ZTE Corporation (or any subsidiary or affiliate of such entities). (i) For the purpose of public safety, security of government facilities, physical security surveillance of critical infrastructure, and other national security purposes, video surveillance and telecommunications equipment produced by Hytera Communications Corporation, Hangzhou Hikvision Digital Technology Company, or Dahua Technology Company (or any subsidiary or affiliate of such entities). (ii) Telecommunications or video surveillance services provided by such entities or using such equipment. FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Page 42 FSA23-VEF17.0: Fire & Rescue Vehicles, Boats, & Equipment 4866-5444-0014.3 (iii) Telecommunications or video surveillance equipment or services produced or provided by an entity that the Secretary of Defense, in consultation with the Director of the National Intelligence or the Director of the Federal Bureau of Investigation, reasonably believes to be an entity owned or controlled by, or otherwise connected to, the government of a covered foreign country. (b) In implementing the prohibition under Public Law 115-232, section 889, subsection (f), paragraph (1), heads of executive agencies administering loan, grant, or subsidy programs shall prioritize available funding and technical support to assist affected businesses, institutions and organizations as is reasonably necessary for those affected entities to transition from covered communications equipment and services, to procure replacement equipment and services, and to ensure that communications service to users and customers is sustained. (c) See Public Law 115-232, section 889 for additional information. DOMESTIC PREFERENCES FOR PROCUREMENTS: (a) As appropriate and to the extent consistent with law, the non-Federal entity should, to the greatest extent practicable under a Federal award, provide a preference for the purchase, acquisition, or use of goods, products, or materials produced in the United States (including but not limited to iron, aluminum, steel, cement, and other manufactured products). Vendor agrees to comply with the requirements of this clause and include the requirements of this clause in all subawards including all contracts and purchase orders for work or products under this award. (b) For purposes of this section: (1) “Produced in the United States” means, for iron and steel products, that all manufacturing processes, from the initial melting stage through the application of coatings, occurred in the United States. (2) “Manufactured products” means items and construction materials composed in whole or in part of non- ferrous metals such as aluminum; plastics and polymer-based products such as polyvinyl chloride pipe; aggregates such as concrete; glass, including optical fiber; and lumber. Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#23-1001 Agenda Date: 9/21/2023 Status: Consent AgendaVersion: 1 File Type: Action ItemIn Control: Public Utilities Agenda Number: 6.9 SUBJECT/RECOMMENDATION: Approve a purchase order to Murphy Pipeline Contractors of, Tampa, FL for trenchless rehabilitation and pipe bursting technology services, replacement of City of Clearwater’s water main system in the annual not-to-exceed amount of $3,000,000.00 with the option for three one-year renewals at the City’s discretion in accordance with Clearwater Code of Ordinances Section 2.563(1)(c), Piggyback, and authorize the appropriate officials to execute same. (consent) SUMMARY: This contract will apply trenchless rehabilitation and pipe bursting technology, providing full-service pipe bursting and slip lining of water mains. This technology minimizes amount of open trench excavation needed to replace pipelines. The pipe bursting portion of the project includes replacing 4, 6 and 8-inch cast iron water pipes, inclusive of water service lines, bypassing, valves, fittings, fire hydrants, and restoration work in the best interest for City Clearwater’s water distribution system. Contract shall be used in conjunction with City of Clearwater 18-0040-UT Task 12 CIP 17 and 19 water main project on Island Estates in addition to future trenchless pipe replacement projects. Piggyback: City of Pompano Beach Broward County FL. Contract # E-15-22 - expires July 27, 2027, up to $3,000,000.00 annually for a total not-to-exceed amount of $12,000,000.00 for all years. APPROPRIATION CODE AND AMOUNT: 3217321-546900-96721 Budgeted funds are available in CIP Project 96721 Water System R&R Maintenance. Page 1 City of Clearwater Printed on 9/19/2023 Headquarters OFFICE: 904.764.6887 FAX: 904.379.6193 ADDRESS: 12235 New Berlin Road, Jacksonville FL 32226 May 19, 2023 Clearwater Public Utilities 1650 N. Arcturas Ave., Building C Clearwater, FL 33765 Re: Island Estates CIP 17 & 19 Water Main Replacement Project Dear Public Utilities Department: Murphy Pipeline Contractors will extend its prices per the contract documents of the City of Pompano Beach, Florida Trenchless Rehabilitation and Pipe Bursting Technology Services, RFP E-15-22 Contract to the City of Clearwater, Florida. Murphy Pipeline Contractors proposes to perform rehabilitation/replacement of Clearwater’s water main system as detailed and in accordance with contract documents, procedures and performance demonstrated in conjunction with the City of Pompano Beach, Florida Contract. The area of work is defined as: Island Estates CIP 17 & 19. Anticipated start date and schedule will be submitted as requested. Best regards, A J Mayer, President Todd Grafenauer, VP Murphy Pipeline Contractors PG. 1 Chase, Susan From: Randolph Brown <Randolph.Brown@copbfl.com> Sent: Tuesday, July 25, 2023 8:51 AM To:Vacca, Mike Cc: Public Utilities Accounting; Nathaniel Watson; Carla Byrd Subject: RE: City of Clearwater requesting letter of approval CAUTION:This email originated from outside of the City of Clearwater.Do not click links or open attachments unless you recognize the sender and know the content is safe. Good Morning Mr. Vacca, It s a pleasurespeaking i yesterday. r v piggybacking r contract with MurphyPipeline. I s t hesitate to call if we can be of assistance in the future. Randy Brown Utilities Director From:Vacca, Mike<Mike.Vacca@myClearwater.com> Sent:Tuesday,July 25, 2023 7:57 AM To: Randolph Brown <Randolph.Brown @copbfl.com> Cc: Public Utilities Accounting<PUAccounting@MyClearwater.com> Subject: RE: City of Clearwater requesting letter of approval EXTERNAL Email: Do not reply, click links, or open attachments unless you recognize the sender's EMAIL ADDRESS as legitimate and know the contents are safe. Good morning Mr. Brown, First,thank you for taking time yesterday afternoon to speak with me. As we discussed, Murphy Pipeline Contractors will extend it prices per contract documents of the City of Pompano Beach, Florida Trenchless Rehibition and Pipe Bursting Technology Services RFP E-15-22 contract to City of Clearwater, Florida Murphy pipeline contractors proposes to preform rehabilitation/ replacement of Clearwater's water mains. City of Clearwater, Public Utilities is requesting acknowledgment and approval from the City of Pompano Beach to piggyback off contract with Murphy Pipeline. 1 Again,Thank you assistance Michael Vacca, CPM Water&Sewer Infrastructure Division Manager Public Utilities Department City of Clearwater 1650 N Arcturas Ave, Bldg A I Clearwater, FL 33765-1945 Phone: 0: 727.265.1831 Cell: 727.224.7051 Fax: 727.562.4961 Email: Mike.Vacca@myclearwater.com I http:f Zwww.myclearwater.com Come Work with Us! https://www.governmentjobs.com/careers/clearwaterfl I'A.C]I rani..... 2 E-15-22 PROPOSAL BOND STATE OF FLORIDA ) ss ) KNOW ALL MEN BY THESE PRESENTS, that we , Murphy Pipeline Contractors LLC _ --------------------------------as principal, and Everest Reinsurance Company hereinafter called Surety, are held and firmly bound unto The City of Pompano Beach, Pompano Beach, Florida,· a political subdivision of the State of Florida, and represented by its City Commission hereinafter called OWNER, in the sum of Five Percent of Amount Bid Dollars ($ 5% ) lawful money of the United States of America, for the payment of which well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors and assigned, jointly and severally, by these presents. WHEREAS, the Principal contemplates submitting or has submitted a Proposal to the OWNER for the furnishing of all labor, materials, equipment, machinery, tools, apparatus, means of transportation for, and the performance of the work covered in the Proposal and the detailed Drawings and Specifications, entitled: (RFP Name) E-15-22; Trenchless Rehabilitation and Pipe-Bursting Technology WHEREAS, it was a condition precedent to the submission of said proposal that a cashier's check or proposal bond in the amount of 5 percent of the base proposal be submitted with said proposal as a guarantee that the Proposer would, if awarded the Contract, enter into a written Contract with the OWNER for the performance of said Contract, within 10 consecutive calendar days after written notice having been given ofthe award of the Contract. NOW, THEREFORE, the conditions of this obligation are such that is the Principal within 10 consecutive calendar days after written notice of such award being given to Principal, enters into the contract to such award and gives a Performance and Payment Bond, each in an amount equal to 100 percent of the base proposal, satisfactory to the OWNER, then this obligation shall be void; in the event of the failure of Principal to enter into such contract and bond, the sum herein stated shall be due and payable to the OWNER and the Surety herein agrees to pay the sum immediately upon demand of the OWNER in good and lawful money of the United States of America, as liquidated damages for failure thereof of said Principal; otherwise, it shall remain in full force and effect. E-15-22 jl IN WITNESS WHEREOF, the said M_u--=rp'-h y_P_i-"-p_el_in_e_C_on_t_ra_c_to_r_s'-L, _L_C _ as Principal herein, has caused these presents to be signed in the name by its A and attested by its o/ .;/ under its corporate seal, and the said Everest Reinsurance Company as Surety herein, has caused these presents to be signed in its name by its Attorney-in-Fact under its corporate seal, this --=-8-=th-=------- day of J_u_n_e (year) A.D. 2022 Signed, sealed and delivered in the presence of: Murphy Pipeline Contractors, LLC Princip '4 By: As to Principal ,4,& e/ - - SeaT. Lyons: :: ...... - Everest Reinsurance ConWtal}' ·-- Surety - _ · : ---=- - ........- ;....· END OF SECTION -- --- POWER OF ATTORNEY EVEREST REINSURANCE COMPANY DELAWARE KNOW ALL PERSONS BY THESE PRESENTS: That Everest Reinsurance Company, a corporation of the State of Delaware ("Company'') having its principal office located at 477 Martinsville Road, Liberty Corner, New Jersey 07938, do hereby nominate, constitute, and appoint: Russell M. Canterbury, Jessica L. Piccirillo, Steven E. Susanin, Woodrow M. Baird, Diane Moraski, Victoria P. Parkerson, Adam Martin, Kathleen M. Flanagan, Richard A. Leveroni its true and lawful Attorney(s)-in-fact to make, execute, attest, seal and deliver for and on its behalf, as surety, and as its act and deed, where required, any and all bonds and undertakings in the nature thereof, for the penal sum of no one of which is in any event to exceed UNLIMITED, reserving for itself the full power of substitution and revocation. Such bonds and undertakings, when duly executed by the aforesaid Attorney(s)-in-fact shall be binding upon the Company as fully and to the same extent as if such bonds and undertakings were signed by the President and Secretary of the Company and sealed with its corporate seal. This Power of Attorney is granted and is signed by facsimile under and by the authority of the following Resolutions adopted by the Board of Directors of Company ("Board") on the 28th day of July 2016: RESOLVED, that the President, any Executive Vice President, and any Senior Vice President and Anthony Romano are hereby appointed by the Board as authorized to make, execute, sea/ and deliver for and on behalf of the Company, any and all bonds, undertakings, contracts or obligations in surety or co-surety with others and that the Secretary or any Assistant Secretary of the Company be and that each of them hereby is authorized to attest to the execution of any such bonds, undertakings, contracts or obligations in surety or co-surety and attach thereto the corporate sea/ of the Company. RESOLVED, FURTHER, that the President, any Executive Vice President, and any Senior Vice President and Anthony Romano are hereby authorized to execute powers of attorney qualifying the attorney named in the given power of attorney to execute, on behalf of the Company, bonds and undertakings in surety or co-surety with others, and that the Secretary or any Assistant Secretary of the Company be, and that each of them is hereby authorized to attest the execution of any such power of attorney, and to attach thereto the corporate sea/ of the Company. RESOLVED, FURTHER, that the signature of such officers named in the preceding resolutions and the corporate sea/ of the Company may be affixed to such powers of attorney or to any certificate relating thereto by facsimile, and any such power of attorney or certificate bearing such facsimile signatures or facsimile sea/ shall be thereafter valid and binding upon the Company with respect to any bond, undertaking, contract or obligation in surety or co-surety with others to which it is attached. IN WITNESS WHEREOF, Everest Reinsurance Company has caused their corporate seals to be affixed hereto, and these presents to be signed by their duly authorized officers this 28th day of July 2016. Everest Reinsurance Company Attest: Nicole Chase, Assistant Secretary By: Anthony Romano, Vice President On this 28th day of July 2016, before me personally came Anthony Romano, known to me, who, being duly sworn, did execute the above instrument; that he knows the seal of said Company; that the seal affixed to the aforesaid instrument is such corporate seal and was affixed thereto; and that he executed said instrument by like order. LINDA ROBINS Notary Public, State of New York No 01R06239736 Qualified in Queens County Term Expires April 25, 2023 Linda '3obins, iilotary Public IN WITNESS WHEREOF, I have hereunto set my hand and affixed the seal of said Company, at-the l:ibert'j €orner, thrs -8th day of June 202£_. """· - ... - -- ESOO 010416 - - . _,- - QUALIFICATION OF PROPOSERS COMPLETE THE QUALIFICATIONS OF PROPOSERS – CONSTRUCTION FORM IN THE EBID ATTACHMENTS TAB. PROPOSERS ARE TO COMPLETE FORM IN ITS ENTIRETY AND UPLOAD THE COMPLETED FORM TO THE RESPONSE ATTACHMENTS TAB FOR THE PROPOSAL IN THE EBID SYSTEM To demonstrate qualifications to perform the Work, and to be considered for award, each Proposer must submit written evidence, such as previous experience, present commitments and other such data as may be called for below (or in SUPPLEMENTARY CONDITIONS). Each Proposal must contain evidence of Proposer’s qualification to do business in the State where the Project is located or covenant to obtain such qualification prior to executing the Agreement. 1 How many years has your organization been in business as an Underground Utility and Excavation Contractor? 2 State of Florida Contractor’s license # Broward County Certificate of Competency #: Expiration Date: 3 What is the last project of this nature that you have completed? 4 Have you ever failed to complete work awarded to you? If Yes, where and why? 5 List all work performed over the last year. Project Name Owner’s Name Owner’s Address Phone Number Nature of Work E-15-22 E-15-22 Original Contract Completion Time (Days) Original Contract Completion Date Actual Final Contract Completion Date Original Contract Price _ Actual Final Contract Price (Attach additional information as required) 6 List all work of similar type, complexity, and comparable value over the past five (5) years and the nature of work performed. (Attach additional information on separate sheet) Project Name Owner’s Name Owner’s Address Phone Number Nature of Work Original Contract Completion Time (Days) Original Contract Completion Date Actual Final Contract Completion Date Original Contract Price _ Actual Final Contract Price 7 The following are names as three (3) individuals or corporations for which you have performed work of this nature and to which you list as references, excluding the City of Pompano Beach. NAME ADDRESS TELEPHONE CONTACT PERSON E-15-22 8 Have you personally inspected the proposed work and have you a complete plan for its performance? 9 The following information shall be provided for this project: (a) Estimated total construction manhours (b) Percent manhours to be performed by Contractor’s permanent staff (c) Percent manhours to be performed by direct hire employees Equipment 10 What equipment do you own that is available for the proposed work? 11 What equipment will you purchase for the proposed work, and the estimated delivery period from time order is placed for equipment? Bid E-15-22 Qualification – 12 Month Summary The Town of Davie Brentwood Improvements Owner: Town of Davie Utility Department 7351 SW 30th St NW 30th St Davie, Fl 33314 954-324-3769 Job Description: Replacement of approximately 2400 LF of 6” AC Water Main with 8” HDPE and 800 LF of 2” DIP with 6” DIP; 33 Services Total Original Contract Value: $799,808.00 Contract Value: $644,000.00 Contract Days: 90 Days March 2022- June 2022 Bal Harbour Trenchless Rehabilitation of Utility Infrastructure Owner: Village of Bal Harbour 655 95th St, Bal Harbour Fl 33154 786-566-3461 Job Description: Multi-phased project that consists of the replacement and upgrade of water and sewer main ranging in size from 6” to 20” throughout the community. Included in the scope are over 250 service connections Current Contract Value (All phases): $8,945,000.00 October 2019 –Current S. Westshore Boulevard Water Main Replacement II, City of Tampa Owner: City of Tampa 306 E. Jackson St Tampa, Fl 49286 Job Description: The Westshore Blvd Project consisted of the replacement of approximately 18,000 LF of 12” CIP with 12” HDPE along a high traffic commercial thoroughfare. Original Contract Value: $4,006.560.00 Final Contract Value: $3,210,000.00 Contract Days: 300 Days Contract Completed: 275 Days June 2021 – May 2022 Public Works/Construction Services Water System Mains Maint/Rep Water Main Upgrade Services Project, City of Pompano Beach Owner: City of Pompano Beach 1201 NE 3rd Avenue Pompano Beach, Fl 33060 954-942-2202 Job Description: Project consisted of (4) different phases of replacing approximately 4,300 LF of 6” Cast Iron pipe with 6” HDPE; approximately 30 services Original PO Value: $948,067.00 Final Contract Value: $810,265.00 Project Schedule: Completed in 9 Wks Completed March 2022 Bid E-15-22 Qualification – 12 Month Summary NW 70th St Pipe Bursting Project, City of Tamarac Owner: City of Tamarac 7525 NW 88th Ave Tamarac, Fl 33321 954-597-3704 Job Description: Project comprised of the replacement of approximately 3,800 LF of 8” Cast Iron Water Main and upgrading to 10” HDPE. Original Contract Value: $684,284.00 Final Contract Value: $634,025.00 Contract Days: 90 Days Contract Completed: 90 Days October 2021 South Murphy Rd AC Water Line Owner: City of Murphy Texas 206 N. Murphy Rd Murphy, Texas 75094 972-468-4007 Job Description: Replacement of approximately 3400 LF of 6” AC pipe with 8” HDPE via pre-chlorinated pipe bursting. Original Contract Value: $598,172.00 Final Contract Value: $597,304.00 Contract Days: 120 Days Contract Completed: 90 Days November through January 2022 Bid E-15-22 Qualification Project Reference Summary Summary Includes: ➢ Five Similar Projects within the last (5) years ➢ Five years of experience in urban environments of Florida having successfully installed 25,000 LF of trenchless water distribution and/or wastewater collection systems ➢ Performing 300 water service line installations or more using the process of pit launched mini-horizontal directional drill over the last (5) years S. Westshore Boulevard Water Main Replacement II, City of Tampa The Westshore Blvd Project consisted of the replacement of approximately 18,000 LF of 12” CIP with 12” HDPE along a high traffic commercial thoroughfare. Project construction complete and in final phases of restoration. POC: James King (Office 813-781-7023 james.king@tampagov.net Contract Value: $4,006,560.00 Public Works/Construction Services Water System Mains Maint/Rep Water Main Upgrade Services Project, City of Pompano Beach Project consisted of (4) different phases of replacing approximately 4,300 LF of 6” Cast Iron pipe with 6” HDPE. Project Construction Complete March 2022 POC: Nathaniel Watson (Office) 954- 942-2202 nathaniel.watson@copbfl.com Contract Value: $810,265.00 NW 70th St Pipe Bursting Project, City of Tamarac The NW 70th St Pipe Bursting Project was comprised of the replacement of approximately 3,800 LF of 8” Cast Iron Water Main and upgrading to 10” HDPE. Completed October 2021. POC: Christopher Lyle (Office) 954-597-3704 christopher.lyle@tamarac.org Contract Value $634,025.00 Victoria Park A and B Small Water Main Improvements, City of Fort Lauderdale The Victoria Park Small WM Project was comprised of the replacement of approximately 60,000 LF of 4” WM to 6” HDPE. There were approximately 950 water services, the majority of which were completed via Pit Launch Mini-Horizontal Directional Drill, that included 70 rear meter conversions to City right of way that required plumbing permits. Completed June 2021 POC: Daniel Fisher (Office) 954-828-5850 dfisher@fortlauderdale.gov Contract Value: $10,947,563.00 Bermuda Water Main Improvements, City of Fort Lauderdale The Bermuda project required MPC to upgrade the existing 22,000 LF of 6” CIP Water Main to 8” HDPE. Additionally, there were roughly 300 water services for which 65 required a plumbing permit for relocation within the City right of way. Completed June 2020. POC: Axel Rivera (Office) 954-828-5124 axrivera@fortlauderdale.gov Contract Value: $3,564,824.00 Altamonte Springs Florida, San Sebastian Neighborhood Project The MPC Team performed 11,000 LF 8”-10” of water main installation with 90 1-inch/1.5-inch services installed. Pit Launch Mini-Horizontal Directional Drill was used for services under asphalt. Completed Q1 2020 POC: Trey Sisk (Office) 407-571-7023 tsisk@altamonte.org Contract Value: $1,229,084.00 Bid E-15-22 Qualification Project Reference Summary Croissant Park Small Water Main Improvements, City of Fort Lauderdale The Croissant Park WM project consisted of the replacement and upsizing of approximately 16,000LF of 6” CIP Water Main to 8” HDPE. There were approximately 385 water services for which 221 required a plumbing permit for relocation within the City right of way. Completed July 2019 POC: Scott Teschky (Office) 954-828-6195 steschky@fortlauderdale.gov Contract Value: $2,422,579.00 The City of Coral Gables Sanitary Sewer Improvement Upgrade Design-Build with partners Chen Moore & Associates. The project consisted of the design, permitting and execution of manhole-to-manhole modular pipe installation of approximately 1,700 LF of existing gravity sewer in an affluent, commercial district in the City of Coral Gables in support of current and future urban development. Project was completed with minimal impact to local business. Completed December 2018. POC: Philip Parenteau (Office) 786-623-2808 philip@astorcompanies.com Contract Value: $883,083.00 City of Tamarac 24” Drainage Sliplining Project consisted of the replacement of roughly 2500 LF of 24” CMP with 24” HDPE via sliplining through a narrow corridor of an established neighborhood in Tamarac. Christopher Lyle (Office) 954-597-3704 christopher.lyle@tamarac.org Completed February 2019 Contract Value: $1,300,000 Escape Valencia Water Main Improvements, City of Sunrise The Escape/Valencia project encompassed upgrading the existing system of the City of Sunrise located in the Town of Davie, approximately 30,000 LF of 4-6” AC Pipe replaced with 8” HDPE. As the City of Sunrise infrastructure was located in the Town of Davie. Our team coordinated inspections with both entities. Completed November 2018 . POC: Earl Prizlee (Office) 954-888- 6002 Eprizlee@sunrisefl.gov. Contract Value: $4,000,000.00 Trailers Trailers Trucks Trailers MISC. Fusion Machines Burst Rigs Trailers Winches Trucks Trucks Excavators Trucks Trucks Excavators Skid Steers Fusion Machines Trucks Backhoe's Burst Rigs Trailers Trailers Burst Rigs Trucks Trucks Trucks Backhoe's Excavators Excavators Excavators Skid Steers Fusion Machines Trucks Trucks Trucks Trailers Trailers Excavators Trailers Burst Rigs Fusion Machines Backhoe's Trucks Trucks Winches Trailers Excavators Burst Rigs Skid Steers Skid Steers Excavators Skid Steers Trailers Bix Tex Bix Tex CAT Big Tex Professer-Weld Mach McElroy TT Technologies United Rental Hammerhead Winch Isuzu Ford CAT MACK Ford Yanmar Bobcat McElroy Ford CAT TT Technologies ARNI Big Tex Scandinavian No-Dig Isuzu Ford Isuzu CAT Yanmar Yanmar Yanmar CAT McElroy Ford Isuzu Ford Big Tex Homemade Yanmar Airman TT Technologies McElroy CAT Ford Ford HAMMERHEAD WINCH Express Trailers Yanmar Scandinavian No-Dig Bobcat Bobcat Yanmar Bobcat Atlas Copco 2016 Gooseneck Trailer 2016 25G Gooseneck Trailer Dump Truck CT660 BIG TEX 4XPH-24+5AIR BRAKE DUAL AXLE TRAILER Green Welder Trailer T900 Fusion Machine 1250G GrundoBurst Pipe Burster 500 Gallon Water Trailer Yellow Winch 2018 NQR-HD Crew Cab Box Truck #1 2017 F450 Flatbed 325F Excavator 2007 Dump Truck 2016 F350 Flatbed Excavator Vi055 2017 Skidsteer S850 Track Star 412 AT1213002/ AT1816501 2015 Ford F550 Flatbed Truck Backhoe 420 FIT 800G Pipe Bursting Unit 2011 Cargo Trailer 2015 Gooseneck Trailer T87 Pipe Bursting unit. 2011 Box Truck 2016 F450 Flatbed 2014 Box Truck Backhoe 420F2IT Excavator VI055-6A Excavator VI055-6A Excavator VI055-6A Skid Steer 272D2 2065 2017 F450 Flatbed 2016 NPR-HD Box Truck 2015 Ford F350 Flatbed Truck 2015 Gooseneck Trailer 2009 Air Compressor SUL AIR 185DPO Excavator VIO55 Air Compressor PDST85S 800G Power Pack No.28 A860701 Backhoe 420 FIT 2020 F750 Dump Truck 2020 Ford F-550 HG5 Red 2014 Enclosed CCTV Trailer (camera) VI055 Excavator T87 Pipe Bursting unit. 2 S850 Skid Steer S850 Skid Steer VI050 Excavator S850 Skid Steer XAS 185 JD7 PE 16VGX2524G6071861 16VGX3527G6046541 1HTJGTJT4DJ192567 16VHX242X82801562 C54696 410032 JW516126B000007 912-2700 JALE5J168J7900751 1FD0W4HT7HEC47689 CAT0325FVXAA10197 1M1AJ06437N007942 1FD8W3HTXGEC46435 61195 B47711173 C71940 / C71598 1FDOW5HT4FEB83596 CAT0420FLJWJ02828 5YCBE2021BH003139 16VGX2520E2615969 T87-16-08-03 JALB4W17XB7400474 1FD0W4HT7GEA60581 JALC4J164E7003040 CAT0420FHHWD01196 YMRVI055EGAJ61118 AF400 S/N: 11310 AF424 SN: 11457 CAT0272DLBL200873 6300102 Serial: C02973 1FD0W4HTXHEE42301 JALC4J16XG7000873 1FD8W3HTXFEB05587 1P9GF272XFL375357 FLZCS257G909 AF360 B4-6B43192 1000060715100 C70747 CAT0420FKHWD00329 1FDXF7DC2KDF14739 1FD0W5HT2LED41848 1E9WE1211CC196252 5GLBE1425EC000408 AG656 T87-102 B47711645 B47711648 60716 B47711807 4500A1016DR042224 Excavators Fusion Machines Yanmar World Poly SV100 2020 1600 Hydra A AG102 86589 1902183964 Fusion Machines Winches Trucks World Poly TT Technologies Ford 1600 Hydra B 2008 RW40 Grundowinch 2019 F550 Crew Cab 1902183965 2008W304 1FD0W5HT3KEG58746 1FD0W5HT9KEG54345 1FTEW1E50KFB58854 434601ULVD95 1FDUF5HTXJDA02923 YMRSV100HJAJAF787 AF656 AF657 AF658 54DC4J1B8KS811572 C24083 AF803 5TFRX5GN4JX115825 5TFRX5GN3JX126444 16VGX3528K6049196 0PWR03933 HB3810009 D8W00445 1FTEW1E57KFC02932 CAT0272DKBL200963 53BCTEA20FU013271 T87S-001 1FD0W4HT0HED46208 16VGX3521F6020998 C76382 4500A1013BR038984 5F12S1610E1003134 5F12S1XE1003206 V92612 SN: AG371 1FDWF7DX3JDF03567 10149433 H2001665 1FD0W4HT3HED53766 1FD0W5HT2GED31942 53BCTEA25FU012553 5L8GP282381013818 JALE5J166J7901400 JALE5J164G7901047 MSPSF1820 CAT0420FJHWD02549 AF414 1C9FA0822AC673041 YMRVI055CGAJ61015 60943 1T0310SKHEE268377 ATF412427 E7D2151R 1FD0W4HT9KEG58745 DCA-220SSJ C50143 C25674 and Serial:6182010-1 46UFU4020D1148471 1GDJ7HMOVJ520194 C51366 and C47198 Trucks Trucks Trailers Trucks Excavators Excavators Excavators Excavators Burst Rigs Burst Rigs Trucks Fusion Machines Burst Rigs Excavators Trucks Trucks Trailers Excavators Burst Rigs Excavators Ford Ford Doosan Ford Yanmar Yanmar Yanmar Yanmar TT Technologies TT Technologies Isuzu McElroy TT Technologies Yanmar Toyota Toyota Big Tex CAT Hammerhead CAT 2019 F550 Crew Cab Ford F150 2012 Air Compressor C185WKUB-T4I 2018 Ford F550 2018 SV100 Excavator Sv100 Excavator SV100 Excavator SV100 2500G Power Pack 2500G Burst Rig NPR HD 2020 Pit Bull NO. 28 (AT805501) 800G Pipe Bursting Unit Excavator VI055-6A 2018 Toyota Tacoma 2018/19 Toyota Tacoma 2019 40' Gooseneck 942KQCCAB Yellow 30/38 Pipe Burster M318D Trucks Ford 2019 F150 Skid Steers Trailers Burst Rigs CAT Scandinavian No-Dig Skid Steer 272D2 Cargo Trailer T87S Pipe Bursting unit Trucks Trailers Fusion Machines Trailers Trailers Trailers Excavators Trucks Trailers Trucks Trucks Trucks Trailers Trailers Trucks Trucks Trailers Skid Steers Backhoe's Excavators Trailers Excavators Excavators Backhoe's Skid Steers Trucks Trucks Trailers Fusion Machines Fusion Machines Trailers Trucks Fusion Machines Ford Big Tex McElroy Atlas Copco Wanco Wanco Yanmar Ford Atlas Copco Hamm Ford Ford Cargo Express LMT Isuzu Isuzu Myers Trailer CAT Yanmar Cascade Yanmar Yanmar John Deere Bobcat Hyster Ford Whisperwatt McElroy McElroy Road Clipper GMC McElroy 2017 F450 Flatbed 2017 35 + 5 Pop Up Trackstar 412 AT1816501 Air compressor, XAS 185 JD RSC Message Board Trailer Model WTLMB-A10 Message Board Trailer WTLMB-A10 SV100 2019 2018 F750 Dump Truck Atlas Copco Air Compressor HD12VV Roller 2017 F450 Flatbed 2016 F550 Flatbed Black Tool Trailer 2008 Utility Trailer 2018 NQR-HD Crew Cab Box Truck #2 2016 Box Truck Seth Pump Trailer 3"/4" pump United Rentals Water Trailer Backhoe 420 FIT Excavator Sv100 2010 500Gal Water Trailer Excavator VI055-6A Excavator Vi055 Backhoe 310SK Skid Steer S850 Forklift 2020 Ford F450 DF-2400J 3 Phasae Generator Trailer Dynamac 250 In hole Pitbull NO. 618 (AT1213001) 2013 Gooseneck Trailer 6500 Dump Truck TracStar T500 Fusion Machine AT5034201 Trucks Ford 2015 Ford F550 1FD0W5HT9FEB96862 Trailers North Star Compressor Compressor 459382H Serial: 1119 6783 Trailers Wanco Message Board Trailer WTLMB-A10 5F12S1617F1002094 Trailers Wanco Message Board Trailer WTLMB-A10 5F12S1615F1000180 MISC. 54 Inch Roller Assembley 54" Roller Assembley MISC. 54 Inch Roller Assembley 54" Roller Assembley 2017 Winches ABS 1900 Winch Winches ABS 1900 Winch Rope Trailers Atlas Copco Air Compressor Xas 185 JDHH H0P034446 Trailers Atlas Copco Air compressor, XAS 185 JD RSC DRO42168 MISC. Bobcat Street Sweeper Angled Broom 231411904 MISC. CE Attatchments Inc Hydraulic Compactor 651118 Trailers Diac 2010 All Pro Cargo Trailer 5UZBE2022AD013940 MISC. Expander Shells Swagelining Trucks Ford 2018 Ford Escape 1FMCU0F73JUB67867 Trucks Ford 2018 Ford Explorer 1FM5K8F8XJGB75307 Trucks Ford 2019 F250 Lariat 1FT7W2BT4KED42203 Trucks Ford 2019 F250 Lariat 1FT7W2BT2KED42202 Trucks Ford 2019 F250 Lariat 1FT7W2BT9KED42195 Trucks Ford 2019 F250 Lariat 1FT7W2BT7KED42146 Trucks Ford 2019 F250 Lariat 1FT7W2BT6KED42106 Trucks Dodge 2020 Ram 2500 3C6UR5FL6LG236942 Trucks Dodge 2020 Ram 2500 3C6UR5FL1LG236976 Trucks Dodge 2020 Ram 2500 3C6UR5FL7LG236951 Trucks Dodge 2020 Ram 2500 3C6UR5FLXLG236930 Trucks Dodge 2020 Ram 2500 3C6UR5FL7LG236948 Trucks Dodge 2021 Ram 2500 3C6UR5FL9MG670774 Trucks Dodge 2021 Ram 2500 3CUR5FL2MG629032 Trucks Dodge 2021 Ram 2500 3C6UR5FL8MG629035 Trucks Dodge 2021 Ram 2500 3C6UR5FL6MG631205 Trucks Dodge 2021 Ram 2500 3C6UE5FL9MG631215 Trucks Ford F250 Tuscany 1FT7W2BT8JEB61541 Trucks GMC 2014 GMC Denali 1GT125E88EF136133 Burst Rigs Hammerhead 50/58 Pipe Burster HB5810109 MISC. MISC. MISC. Honda Honda Honda EU2200i Generator EU220i Generator EU220i Generator EAMT- 1073415 EAMT-1181413 EAMT-1172911 MISC. Honda WB20XT 2" Water Pump 3155899 Trucks Jeep 2020 Grand Cherokee 1C4RJFBG6LC234423 MISC. Kelley Jackhammer Attatchment CB750 400M824 MISC. Little Jumping Jack RAMMER B560-4AS 24268936 Fusion Machines McElroy PB14 Fusion Machines McElroy Pit Bull No.14 C71748 Fusion Machines McElroy Pit Bull No.26 708502 C71632 Fusion Machines McElroy Pit Bull No.28 No. AT805506 C70840 Fusion Machines McElroy Pitbull no.26 C40155 Trailers Not sure/United Rentals 500 Gallon Water Trailer N/A MISC. Okada OAC 200 Compactor B1356 MISC. Okada OAC 200 Compactor B1397 MISC. Okada OAC100 B614 MISC. Okada Top 55 Breaker 72V1045 MISC. Okada TOP55B 72V954 Winches Reeling Machine Wire Rope Mini-Drill Roddie Inc Pit Shot Service Drill RI8459632 Burst Rigs Burst Rigs Scandinavian No-Dig Scandinavian No-Dig T87 Pipe Bursting Unit .3 T87 Pipe Bursting Unit. 3 Power Pack T87-109 MISC. Street Saw Walk Behind FS524 (965150214) 2014 1400006 RV TRAILER Stryker RV 2018 Stryker Model ST-2916 5RXGB3522J2377808 Trailers Sulair XAS 185 JD RSC 4500A1013BR038984 MISC. Thrust Frame Swagelining MISC. Trench Boxes 8 Trench Boxes and Spreader Bars MISC. Troy Built Briggs & Stratton 7000W Generator 1411121600195 Burst Rigs TT Technologies 1250G Extra Rods Burst Rigs TT Technologies 1250G Extra Rods Burst Rigs TT Technologies 1250G Extra Rods Burst Rigs TT Technologies 800G Grundoburst Pipe Burster Burst Rigs TT Technologies 800G Power Pack 1000080822100 Burst Rigs TT Technologies Rods TT Tech MISC. Wacker Neuson Rammer BS60-4AS 24417053 MISC. Welding Rig Welder MISC. Whacker Rammer Large RAMMER B560-4AS 24271171 Winches RV TRAILER Winch Rope Bobby Wlidwood RV 2018 FVWW Small RV Trailer 4X4TWDW45JY091496 RV TRAILER Wlidwood RV 2018 FVWW Small RV Trailer 4X4TWDW14JY091483 MISC. Big Jumping Jack PIPE BURSTING, PRE-CHLORINATION, SLIPLINING, Compression-Fit WORK EXPERIENCE – 7 Year Summary Project Name Type Owner Contact & Phone Host Pipe & Size New Pipe & Size Length Installed Dates The Town of Davie Brentwood Improvements Water Town of Davie Robert Walker 954-327-3769 6” AC 8” HDPE 2400 lf of HDPE Pre- Chlorinated Pipe Bursting In Progress Continuing Construction Services – Pre- Chlorinated Pipe Bursting Water City of Altamonte Springs, FL Lone “Trey” Sisk 407-571- 8572 6” AC 6” HDPE 5000 lf of HDPE Pre- Chlorinated Pipe Bursting In Progress S. Westshore Blvd Water Main Replacement II Water City of Tampa James King 813-781-7023 12” Cast Iron 12” HDPE 18,000 lf of HDPE Pre- Chlorinated Pipe Bursting In Progress Salt Lake City Upper Conduit Repair Phase 1 Water Salt Lake City Department of Public Utilities T. Dimond Zollinger 42” 42” HDPE 1600 lf of HDPE; Sliplining In Progress NE 12th St, NE 15th St, NE 24th Ave, NE 24th Terr, and NW 27th Way Water City of Pompano Beach Nathaniel Watson 4-6” Cast Iron 6” HDPE 4300lf of HDPE Pre- Chlorinated Pipe Bursting January 2022 – March 2022 Wilton Manors Jenada Water City of Wilton Manors, Fl Bert Fisher 4” Cast Iron to 6” HDPE Yes 3500 lf HDPE Pre- Chlorinated pipe burst July 2021- August 2021 Tamarac 10 Inch Water Main Replacement Water City of Tamarac Chris Lyle 8” Cast Iron to 10” HDPE 10” HDPE 3,800 lf Pre-Chlorinated Pipe Bursting August 2021- October 2021 Victoria Park A and B, North and South Small Water Main Replacement Water City of Fort Lauderdale, FL Daniel Fisher 954-828-5850 2” Cast Iron to 6” HDPE 6” HDPE 61,000 lf 6” Pre-Chlorinated pipe bursting March 2019 – June 2021 Bal Harbour Village Phase 3A Sewer Bal Harbour Village, FL John Oldenburg 305-993-7436 6-8” Cast Iron 8-10” HDPE 1500lf 6-8” Sewer Main January 2021 – March 2021 Bal Harbour Village Phase 4 Water Bal Harbour Village, FL John Oldenburg 305-993-7436 10” Cast Iron 20” HDPE 5000lf of HDPE pre- chlorinated HDD project December 2020 – July 2021 Water Main Replacement Project Water Harris County Municipal Utility District No. 5, TX Gerald Gehman 713-201-5534 4”-6”-8”- 12” AC/Cast Iron 4”-6”-8”- 12” HDPE 48,600lf pre-chlorinated pipe bursting with temporary services February 2021- December 2021 Florida City Project No 10 & 11 Sewer City of Florida City Pedro Gonzalez 305-598-0191 6”-10” PVC 6-12” HDPE 4,000 lf FM Replacement September 2020 – August 2021 Bermuda Riviera Small Water Main Improvements Project Water City of Fort Lauderdale, FL Jose Custodio 954-828-5248 6” PVC to 8” HDPE 8” HDPE 9,223lf 8” HDPE HDD 12,512lf 8” HDPE pre- chlorinated pipe bursting 640lf 8” HDPE Aerial crossing 1,220 8” HDPE open cut July 2019- June 2020 Texas A&M Water Texas A&M University Clyde Oberg 979-845-1042 8” Ductile Iron 12” HDPE DR17 680LF HDPE Pre-Chlorinated Pipe Bursting July 2020 Heards Lane 10” Waterline Water City of Galveston Texas Chris New 713-691-0923 10” Cast Iron 8-10” HDPE DR 11 5,450 lf 10” HDPE Watermain Pre-Chlorinated Pipe Bursting 1,100lf 8” HDPE Watermain Pre-Chlorinated Pipe Bursting May 2020 June 2020 Berkshire Villas Water Main Replacement Water Bloomfield Township, Oakland County, Michigan Christopher Ross 248-330-7344 6-8” Ductile Iron 8” HDPE DR17 3,837lf 8” HDPE DR 17 Pre- Chlorinated Pipe Bursting 426lf HDPE DR17 HDD 106LF 8” HDPE DR17 Open Cut October 2020- December 2020 Arlington and Sherwood WM Replacement Ph.1 Water City of Fort Wayne, Indiana Austyn Smedberg 260-427-2708 6” Cast Iron 6” HDPE 10,200lf HDPE pre- chlorinated pipe bursting May 2020- January 2021 Bal Harbour Village Phase 2A Water Bal Harbour Village, FL John Oldenburg 305-993-7436 6-8” Cast Iron 8-12” HDPE 515lf 12” HDPE pre- chlorinated pipe bursting pilot project November 2019 Pre-Chlorinated Pipe Bursting with Restoration. San Sabestian NEP Water City of Altamonte Springs, FL Lone “Trey” Sisk 407-571-8572 6” AC 8-10” HDPE 11,000lf pre-chlorinated pipe bursting with temporary services January 2020- April 2020 City of Lake Worth WM Project Water City of Lake Worth, FL Steve Cheatham Project Manager 561-307-4915 6” Cast Iron 6” HDPE 4,500lf 6” HDPE pre- chlorinated pipe bursting August 2019- November 2020 Allied States R19 Pompano Sanders Park Water City of Pompano Beach, FL Nathaniel Watson 954-828-5248 6” PVC 6” HDPE 1,350lf 6” HDPE pre- chlorinated pipe bursting July 2019 EPWWS Cast Iron Pipe Replacement Project Water Eagle Pass Water Works System, Texas Louis Stock (830)-773-2291 4-12” Cast Iron 8-12” HDPE 8,005 HDD 8” HDPE 1,791 HDD 12” HDPE 51,486lf 8” pre-chlorinated pipe bursting 4,316lf 10” pre-chlorinated pipe bursting 3,450lf 12” pre-chlorinated pipe bursting August 2019-May 2021 2019 Watermain Replacement WUWS19001 Water City of Arlington, Texas Jessie Allen 817-459-6610 6-12” AC & Cast Iron 6-12” HDPE DR11 PE4710 11,781lf 12” Static Pipe bursting of 6” Line. 3,511lf 12” Static Pipe burst of 12” line Feb 2016- October 2016 NE 6th Ave and NE 26th St WM Replacement Water City of Wilton Manors, FL Bert Fisher 6-8” Cast Iron 6-8” HDPE DR11 6,320lf 8” Pre-Chlorinated Pipe Bursting. 775LF 6” Pre-Chlorinated Pipe Bursting September 2019 – March 2020 Pompano Beach Cypress Creek Water City of Pompano Beach, FL Nathaniel Watson 954-828-5248 6” Cast Iron 6” DIPS DR11 1,400lf Pre-chlorinated Pipe Bursting. August 2018 – October 2019 2018 Water Main Replacement Water City of Arlington, TX Jessie Allen 817-459-6610 4”-6”-8”- 12” AC/Cast Iron 8”-12” HDPE 25,400lf pre-chlorinated pipe bursting with temporary services October 2016- August 2017 Croissant Park Small Water Main Improvement Water City of Fort Lauderdale, FL Jose Custodio 954-828-5248 4”-6” Cast Iron to 8” HDPE 8” JDPE 8,420lf pre-chlorinated pipe bursting with temporary services 6,350lf HDD HDPE January 2019 - July 2019 Central Seacrest Corridor Drainage Improvements and WM Replacement Water City of Boynton Beach, FL/ Ric- Man International, Inc. Jimmy Richie 561-248-0727 4”-6” Cast Iron/AC 8” HDPE 22,483lf pre-chlorinated pipe bursting with temporary services 8,372lf HDD September 2018- Septembe 2019 SSNOCWTA C-200 PVC Pipeline Replacement Project. Force Main South Seminole, North Orange County Water Transmission Authority, FL Stefano Ceriana 407-679-5358 10”-12”- 16” PVC 12”-18” HDPE 7,765lf static pipe bursting 4,430lf open cut 5,820lf HDD Feb 2018- Sept 2019 Sunrise Escape/Valencia Watermain Improvements Water City of Sunrise, Florida Earl Prizlee 954-888-6002 4”-6”-8” AC to 4”- 6”-8” HDPE 6”-8” HDPE 31,650 lf pre-chlorinated pipe bursting, with over 725 service connections Spring 2019- Fall 2019 2015 Water Main Replacement Program Water City of Grosse Pointe Farms, MI Eddie Zmich 248-454-6300 6”-8” Cast Iron 8” HDPE 4,300lf pre-chlorinated pipe bursting using DI fittings May 2015-July 2015 Golden Shores Water Main Replacement Phase 2 & 3 Water North Miami Beach, Florida Karim Rossy 305-948-2980 4” - 6” Cast Iron 6” HDPE 7,800lf pre-chlorinated pipe bursting using DI fittings March 2016- June 2016 Replacement of 6” Waterline Arlington National Cemetery Phase 4 Water US Army, Arlington National Cemetery, Virginia John Gilmore 240-216-7931 6” Cast Iron 6” HDPE 7,000lf static pipe bursting using DI fittings January 2016- March 2016 Eyerly Avenue Water Main Replacement Water Port St. Lucie, Florida Laney Southerly 772-873-6442 6” - 8”AC 6" - 8 " HDPE 7,435lf pre-chlorinated pipe bursting using DI fittings May 2016- September 2016 Replacement of 39” Water Transmission Main Calder Road Water Gulf Coast Water Authority, Texas James Vanderwater 281-687-7270 39” PCCP 42” 1000mm HDPE DR 17 6,800lf CompressionFit HDPE January 2018- April 2018 Replacement of 6” Waterline Arlington National Cemetery Phase 5 Water US Army, Arlington National Cemetery, Virginia John Gilmore 240-216-7931 6” Cast Iron 6” HDPE 13,540lf static pipe bursting using DI fittings May 2017- October 2017 Replacement of 6” Waterline Arlington National Cemetery Phase 3 Water US Army, Arlington National Cemetery, Virginia John Gilmore 240-216-7931 6” Cast Iron 6” HDPE 9,000lf static pipe bursting using DI fittings January 2018-May 2020 Replacement of 6” Waterline Arlington National Cemetery Phase 2 Water US Army, Arlington National Cemetery, Virginia John Gilmore 240-216-7931 6” Cast Iron 6” HDPE 8,220lf static pipe bursting using DI fittings June 2017- September 2017 18” Water Transmission Main Water Texas A&M University, College Station, Texas Nathan Jones 979-862-4606 18” Cast Iron 20” HDPE DR 26 2,600lf CompressionFit HDPE using DI fittings March 2017- April 2017 20” Chilled Water Line Replacement Water Texas A&M University, College Station, Texas Nathan Jones 979-862-4606 20” Steel 22” HDPE DR 26 3,800lf CompressionFit HDPE using electro fusion fittings March 2018- April 2018 Water System Capital Improvement Water City of Livonia, Michigan Dan Mitchell 248-454-6322 6” - 8” - 12” Cast Iron 8” - 12” HDPE 27,000lf pre-chlorinated pipe bursting and 1,118lf directional drill using DI fittings June 2018- March 2019 Water System Improvements Water City of Big Spring, Texas Steve Bennett 806-473-2200 2” - 4” - 6” - 8” - 12” Cast Iron 2” - 4” - 6” - 8” - 12” HDPE 17,300lf pre-chlorinated pipe bursting using DI fittings March 2018-June 2018 Pre-chlorinated Water Pipe Bursting Term Contract Water City of Sanford, Florida Greg McIntyre 407-417-5602 4” - 6” AC 4” - 6” HDPE 16,500lf pre-chlorinated pipe bursting using DI fittings January 2018-May 2018 Greenlawn Place Blue Tubing and Water Line Replacement Water City of Round Rock, Texas David Freireich 512-671-2756 6” - 8” AC 8” HDPE 17,000lf pre-chlorinated pipe bursting using DI fittings April 2017- September 2017 Highland Park Water Main Replacement Water Ft. Wayne, Indiana Matthew Wirtz 260-427-2690 6” Cast Iron 6” - 8” HDPE 8,750lf pre-chlorinated pipe bursting using DI fittings March 2017- June 2017 Casselberry Water Mains Water City of Casselberry, Florida Gerald Chancellor 386-878-8998 2”- 6” Galvanized and AC 2” HDPE, 6” Fusible PVC 1,700lf of 2” 600lf of 6”, pre-chlorinated pipe bursting with 54 services November 2016- Feb 2017 A1A Ponte Vedra Water United Water Gordon Gruhn 904-838-6585 4”- 6” AC 8” HDPE 2,600lf pre-chlorinated pipe burst with electro-fusion fittings August 2015- September 2015 Everglades National Park Water National Park Service Andrew Lynn 615-377-1337 4”- 6” AC 4” - 6” HDPE 26,000lf pre-chlorinated pipe bursting with electro-fusion fittings August 2009- April 2010 South Indian River Drive Water Ft. Pierce, Florida David Mellert 772-466-1600 x3423 6” Cast Iron 6” HDPE 12,500lf pre-chlorinated pipe bursting using electro-fusion fittings October 2014- July 2015 PIPE BURSTING, PRE-CHLORINATION, SLIPLINING, Compression-Fit WORK EXPERIENCE – Last 24 Months Project Name Type Owner Contact & Phone Host Pipe & Size New Pipe & Size Length Installed Dates The Town of Davie Brentwood Improvements Water Town of Davie Robert Walker 954-327-3769 6” AC 8” HDPE 2400lf of HDPE Pre- Chlorinated Pipe Bursting In Progress Continuing Construction Services – Pre- Chlorinated Pipe Bursting Water City of Altamonte Springs, FL Lone “Trey” Sisk 407-571-8572 6” AC 6” HDPE 5000lf of HDPE Pre- Chlorinated Pipe Bursting In Progress S. Westshore Blvd Water Main Replacement II Water City of Tampa James King 813-781-7023 12” Cast Iron 12” HDPE 18,000 lf of HDPE Pre- Chlorinated Pipe Bursting In Progress Salt Lake City Upper Conduit Repair Phase 1 Water Salt Lake City Department of Public Utilities T. Dimond Zollinger 42” 42” HDPE 1600 lf of HDPE; Sliplining In Progress NE 12th St, NE 15th St, NE 24th Ave, NE 24th Terr, and NW 27th Way Water City of Pompano Beach Nathaniel Watson 4-6” Cast Iron 6” HDPE 4300lf of HDPE Pre- Chlorinated Pipe Bursting January 2022 – March 2022 Wilton Manors Jenada Water City of Wilton Manors, Fl Bert Fisher 4” Cast Iron to 6” HDPE Yes 3500 lf HDPE Pre- Chlorinated pipe burst July 2021- August 2021 Tamarac 10 Inch Water Main Replacement Water City of Tamarac Chris Lyle 8” Cast Iron to 10” HDPE Yes 3,500 lf Pre-Chlorinated Pipe Bursting August 2021- October 2021 Victoria Park A and B, North and South Small Water Main Replacement Water City of Fort Lauderdale, FL Daniel Fisher 954-828-5850 2” Cast Iron to 6” HDPE Yes 61,000lf 6” Pre-Chlorinated pipe bursting March 2019 – June 2021 Bal Harbour Village Phase 3A Sewer Bal Harbour Village, FL John Oldenburg 305-993-7436 6-8” Cast Iron 8-10” HDPE 1500lf 6-8” Sewer Main January 2021 – March 2021 Bal Harbour Village Phase 4 Water Bal Harbour Village, FL John Oldenburg 305-993-7436 10” Cast Iron 20” HDPE 5000lf of HDPE pre- chlorinated HDD project December 2020 – July 2021 Water Main Replacement Project Water Harris County Municipal Utility District No. 5, TX Gerald Gehman 713-201-5534 4”-6”-8”- 12” AC/Cast Iron 4”-6”-8”- 12” HDPE 48,600lf pre-chlorinated pipe bursting with temporary services February 2021- December 2021 Bermuda Riviera Small Water Main Improvements Project Water City of Fort Lauderdale, FL Jose Custodio 954-828-5248 6” PVC to 8” HDPE Yes 9,223lf 8” HDPE HDD 12,512lf 8” HDPE pre- chlorinated pipe bursting 640lf 8” HDPE Aerial crossing 1,220 8” HDPE open cut July 2020- March 2021 Texas A&M Water Texas A&M University Clyde Oberg 979-845-1042 8” Ductile Iron 12” HDPE DR17 680LF HDPE Pre-Chlorinated Pipe Bursting July 2020 Heards Lane 10” Waterline Water City of Galveston Texas Chris New 713-691-0923 10” Cast Iron 8-10” HDPE DR 11 5,450 lf 10” HDPE Watermain Pre-Chlorinated Pipe Bursting 1,100lf 8” HDPE Watermain Pre-Chlorinated Pipe Bursting May 2020 June 2020 Berkshire Villas Water Main Replacement Water Bloomfield Township, Oakland County, Michigan Christopher Ross 248-330-7344 6-8” Ductile Iron 8” HDPE DR17 3,837lf 8” HDPE DR 17 Pre- Chlorinated Pipe Bursting 426lf HDPE DR17 HDD 106LF 8” HDPE DR17 Open Cut October 2020- December 2020 Corporate Headquarters OFFICE: 904.764.6887 FAX: 904.379.6193 ADDRESS: 12235 New Berlin Rd Jacksonville, Fl 32226 South Florida Office OFFICE: 954-842-4771 ADDRESS: 5400 S University Dr Unit 101 Davie, Fl 33328 murphypipelines.com swagelining.com Re: Attachment to bid No. E-15-22; City of Pompano Beach Trenchless Rehabilitation & Pipe Bursting Technology - FINANCIAL STATEMENTS - CONFIDENTIAL MATERIALS Dear Selection Committee Members: Enclosed in this package are Murphy Pipeline Contractors financial statement. We respectfully request that the information provided be treated confidentially by the City of Pompano Beach, as Murphy Pipeline Contractor is a privately held company. Murphy Pipeline Contractor identifies Florida Statutes. 815.045 - Trade Secret Information ands. 119.071.3.(c) as the statutes that authorizes the exemption from the Public Records Law. • CONFIDENTIAL - Contains Trade Secrets - Must Be Kept Confidential pursuant to Florida Statute s. 815.045. Exempt from Public Records Act. • Financial statements are exempt from Florida Public Records requirements, as noted in Florida Statute Chapter 119: Exemption: 119.071.3.(c) Any financial statement that an agency requires a prospective bidder to submit in order to prequalify for bidding or for responding to a proposal for a road or any other public works project is exempt from s. 119.07(1) ands. 24(a), Art. I of the State Constitution. We appreciate the City’s efforts to maintain the confidentiality of our financial records. Sincerely, Ed Steele General Manager MURPHY PIPELINE CONTRACTORS, LLC Financial Statement As of December 2020 Balance Sheet As of Period Ending December 2020 ASSETS Current Assets 12/31/2020 CASH $ 3,926,238.49 Contract Receivables $ 11,027,797.59 Costs in Excess of Earnings $ 2,286,574.00 Other Assets $ 130,956.86 Total Current Assets $ 17,371,566.94 Intangible Assets $ 37,240,016.00 Property and Equipment, Net $ 6,026,174.82 TOTAL ASSETS LIABILITIES & STOCKHOLDER'S EQUITY Current Liabilities $ 60,637,757.76 Accounts Payable and accrued Expens $ 8,582,101.30 Billings in Excess -$ ----- Total Current Liabilities $ 8,582,101.30 -'---'---- NOTES PAYABLE, NON CURRENT $-- - 1'0,845.79- Total Liabilities $ 8,592,947.09 Equity 30100 · Common Stock $ 75.00 30200 · Additional Paid in Capital $ 2,375,223.00 31400 · Distributions $ (5,725,573.99) 32000 · Retained Earnings $ 5,353,358.80 Net Income $ 50,041,727.86 Total Equity TOTAL LIABILITIES & EQUITY $ 52,044,810.67 $ 60,637,757.76 BROWARD COUNTY LOCAL BUSINESS TAX RECEIPT 115 S. Andrews Ave., Rm. A-100. Ft. Lauderdale, FL 33301-1895- 954-831-4000 VALID OCTOBER 1, 2021 THROUGH SEPTEMBER 30,2022 DBA: Business Name:MURPHY PIPELINE CONTRACTORS . LLC Owner Name:ANDREw JOHN MAYER/QUALIFER Rece"lpt #·189-2 72 548 "ALL OTHER TYPES CONTRACTOR Business Type:(UNDERGROUND UTILITY AND EXCAVATION CONTRACTOR) Business Opened:10/13/2015 Business location: 5400 S UNIVERSITY DR STE DAVIE Business Phone: 954-842-4771 101/:State/County/Cert/Reg:CUC12 2 3 7 8 7 Exemption Code: Rooms Seats Employees 12 Machines Professionals For Vending Business Only Number of Machines: Vending Type: Tax Amount Transfer Fee NSF Fee Penalty Prior Years Collection Cost Total Paid 54.00 5.40 0.00 5.40 0.00 0.00 64.80 THIS RECEIPT MUST BE POSTED CONSPICUOUSLY IN YOUR PLACE OF BUSINESS THIS BECOMES A TAX RECEIPT This tax is levied for the privilege of doing business within Broward County and is non-regulatory in nature. You must meet all County and/or Municipality planning WHEN VALIDATED and zoning requirements. This Business Tax Receipt must be transferred when the business is sold, business name has changed or you have moved the business location. This receipt does not indicate that the business is legal or that it is in compliance with State or local laws and regulations. Mailing Address: MURPHY PIPELINE CONTRACTORS LLC 5400 S UNIVERSITY DR STE 101/102 DAVIE, FL 33328-5300 Receipt #30A-21-00005954 Paid 04/26/2022 5.40 2021 - 2022 Ron DeSantis, Governor Halsey Beshears, Secretary STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION CONSTRUCTION INDUSTRY LICENSING BOARD THE UNDERGROUND UTILITY & EXCAVATION CO HEREIN IS CERTIFIED UNDER THE PROVISIONS OF CHAPTER 489, FLORIDA STATUTES MAYER, ANDREW JOHN MURPHY PIPELINE CONTRACTORS, LLC 12235 NEW BERLIN ROAD JACKSONVILLE FL 32226 LICENSE NUMBER: CUC1223787 EXPIRATION DATE: AUGUST 31, 2022 Always verify licenses online at MyFloridaLicense.com Do not alter this document in any form. This is your license. It is unlawful for anyone other than the licensee to use this document. DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F #12 ORDINANCE NO. 2022- 57 CITY OF POMPANO BEACH Broward County, Florida AN ORDINANCE OF THE CITY COMMISSION OF THE CITY OF POMPANO BEACH, FLORIDA, APPROVING THE RANKING ORDER FOR RFP E-15-22 FOR TRENCHLESS REHABILITATION AND PIPE BURSTING TECHNOLOGY; AND APPROVING AND AUTHORIZING THE PROPER CITY OFFICIALS TO EXECUTE A CONSTRUCTION AGREEMENT BETWEEN THE CITY OF POMPANO BEACH AND THE HIGHEST-RANKED COMPANY, MURPHY PIPELINE CONTRACTORS, LLC; PROVIDING FOR SEVERABILITY; PROVIDING AN EFFECTIVE DATE. WHEREAS, the city issued RFP E-15-22 for a contractor to perform trenchless Rehabilitation and pipe bursting technology services; and WHEREAS, Murphy Pipeline Contractors, LLC was the highest-ranked responding company; and WHEREAS, RFP E-15-22 contained a form contract for execution by the selected company, which requires no additional negotiation between the city and highest-ranked Murphy Pipeline Contractors, LLC; and WHEREAS, pursuant to law, ten (10) days' notice has been given by publication in a paper of general circulation in the City, notifying the public of this proposed ordinance and of a public hearing in the City Commission Chambers of the City of Pompano Beach; and WHEREAS, a public hearing before the City Commission was held pursuant to the published notice described above, at which hearing the parties in interest and all other citizens so desiring had an opportunity to be and were, in fact, heard; now, therefore, BE IT ENACTED BY THE CITY OF POMPANO BEACH, FLORIDA: 1 DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F SECTION 1. That the City Commission approves the ranking order for RFP E-15-22 for trenchless Rehabilitation and pipe bursting technology to the highest ranked company, Murphy Pipeline Contractors, LLC. SECTION 2. That a Construction Agreement No. 1586 between the City of Pompano Beach and Murphy Pipeline Contractors, LLC, a copy of which Agreement is attached hereto and incorporated herein by reference as if set forth in full, is hereby approved. SECTION 3. That the proper City officials are hereby authorized to execute said Agreement between the City of Pompano Beach and Murphy Pipeline Contractors, LLC. SECTION 4. If any provision of this Ordinance or the application thereof to any person or circumstance is held invalid, such invalidity shall not affect other provisions or applications of this Ordinance that can be given effect without the invalid provision or application, and to this end the provisions of this Ordinance are declared to be severable. SECTION 4. This Ordinance shall become effective upon passage. PASSED FIRST READING this 26th day of July , 2022. PASSED SECOND READING this 12th day of July , 2022. REX HARDIN, MAYOR ATTEST: ASCELETA HAMMOND, CITY CLERK /jrm 7/5/22 L:ord/2022-235 No. 1586 2 DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F CONSTRUCTION AGREEMENT No. 1586 THIS AGREEMENT is dated July 28, 2022 by and between CITY OF POMPANO BEACH, FLORIDA (hereinafter called OWNER) and Murphy Pipeline Contractors, LLC (hereinafter called CONTRACTOR). OWNER and CONTRACTOR, in consideration of the mutual covenants hereinafter set forth, agree as follows: Article 1. WORK The project consists of the furnishing of all labor, equipment and materials for: Trenchless pipe rehabilitation & related items and services The Project for which the Work under the Contract Documents may be the whole or only a part is generally described as follows: RFP E-15-22. CONTRACTOR is authorized to conduct work up to two hundred thousand dollars ($200,000.00). For any work that will exceed this amount, CONTRACTOR shall attain Payment and Performance bonds in accordance with Exhibit “B”, General Conditions, attached hereto and by reference incorporated herein and made a part hereof. Prior to execution of this Agreement, CONTRACTOR shall provide the OWNER with a letter from their surety company that states CONTRACTOR is able to attain said bonds within twenty four (24) hours or a reasonable time that will not impact the emergency utilities repair services to be provided to the OWNER as part of this Agreement. Failure to provide the bonds as required herein may result in liquidated damages and any other remedy afforded to the OWNER by law. Article 2. ENGINEER Not Applicable. Article 3. CONTRACT TIME This Contract shall be for a term of five (5) year or less beginning with the date this Agreement is fully executed by both parties and may be extended for an additional five (5) year period. In addition to the requirements of Article 4 below, CONTRACTOR shall include, to the best of their ability, a substantial and final completion time with their plan to provide work under this Agreement. Specific assigned tasks performed pursuant to this Agreement shall be timely completed as directed by staff depending upon the emergent circumstances and as required to repair and protect the utility facilities and the public. Upon mutual agreement of substantial and final completion times for a project between both parties, failure of the CONTRACTOR to meet the substantial and final completion times for a project shall result in the application of liquidated damages as per Article 5 below. Page 1 DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F Article 4. PRECONSTRUCTION PHASE REQUIREMENTS Contractor shall be instructed to commence the Work by written instruction in the form of a Purchase Order issued by the OWNER’s General Services Department and two or more Notices to Proceed issued by the Contract Administrator. The first Notice to Proceed and Purchase Order will not be issued until Contractor’s submission to OWNER of all required documents and after execution of this Contract by both Parties. Preliminary work, including submission of a project schedule, schedule of values, submittals, submittal schedule, and other documents required for permitting, and performance of work that does not require permits, shall be commenced within ten (10) calendar days after the date of the first Notice to Proceed. Contractor shall have ten (10) days after receipt of signed and sealed contract drawings from Consultant to apply for construction permits to the applicable permitting authority. Issuance of all permits by the permitting authority shall be a condition precedent to the issuance of a second Notice to Proceed for all other Work. Except for the reimbursement of permit application fees as may be provided in the Contract Documents, Contractor shall not be entitled to compensation of any kind during the permitting process. The Work to be performed pursuant to the second Notice to Proceed shall be commenced within ten (10) calendar days of the Project Initiation Date specified in the second Notice to Proceed. Article 5. LIQUIDATED DAMAGES OWNER and CONTRACTOR recognize that time is of the essence of the Agreement and that OWNER will suffer financial loss if the Work is not completed within the times specified in Article 3, above, plus any extensions thereof allowed in accordance with the EXHIBIT “B” GENERAL CONDITIONS. They also recognize the delays, expense and difficulties involved in the proving in a legal or arbitration proceeding the actual loss suffered by OWNER if the Work is not completed on time. Accordingly, instead of requiring any such proof, OWNER and CONTRACTOR agree that as liquidated damages for delay (but not as a penalty) CONTRACTOR shall pay OWNER five hundred and 00/100 dollars ($500.00) for each day that expires after the time specified in Article 3 for Substantial Completion, plus any monies paid by the OWNER to the ENGINEER for additional engineering and inspection services until the Work is substantially complete. After Substantial Completion if CONTRACTOR shall neglect, refuse or fail to complete the remaining Work within the Contract Time or any proper extension thereof granted by OWNER, CONTRACTOR shall pay the OWNER three hundred and 00/100 ($300.00) for each day that expires after the time specified in Article 3 for completion of Work and readiness for final payment, plus any monies paid by the OWNER to the ENGINEER for additional engineering and inspection services. Article 6. CONTRACT PRICE OWNER shall pay CONTRACTOR for completion of the Work in accordance with the Contract Documents in current funds as follows: The total sum of the work shall not exceed three million dollars ($3,000,000.00) per fiscal year this agreement is in effect. See Exhibit “A” attached for line item pricing. Page 2 DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F Article 7. PAYMENT PROCEDURES 7.1 CONTRACTOR shall submit Applications for Payment in accordance with the EXHIBIT “B” GENERAL CONDITIONS. Applications for Payment will be processed by ENGINEER as provided in the EXHIBIT “B” GENERAL CONDITIONS. 7.2 Progress Payments. OWNER shall make progress payments on account of the Contract Price on the basis of CONTRACTOR’S Applications for Payment as recommended by ENGINEER, on or about the 1st day of each month during construction as provided below. All progress payments will be on the basis of the progress of the Work measured by the schedule of values established in the EXHIBIT “B” GENERAL CONDITIONS (and in the case of Unit Price Work based on the number of units completed) or, in the event there is no schedule of values, as provided in the General Requirements. 7.2.1 Prior to Substantial Completion, progress payments will be made in an amount equal to the percentage indicated below, but, in each case, less the aggregate of payments previously made and such amounts as ENGINEER shall determine, or OWNER may withhold, accordance with the EXHIBIT “B” GENERAL CONDITIONS. 5% of Work completed will be withheld by OWNER as retainage. 7.2.2 Upon Substantial Completion, in an amount sufficient to increase total payments to CONTRACTOR to 95% of the Contract Price, less such amounts as ENGINEER shall determine, or OWNER may withhold, in accordance with the EXHIBIT “B” GENERAL CONDITIONS. 7.3 Final Payment. Upon final completion and acceptance of the Work in accordance with the EXHIBIT “B” GENERAL CONDITIONS, OWNER shall pay the remainder of the Contract Price as recommended by ENGINEER as provided in said EXHIBIT “B” GENERAL CONDITIONS. Article 8. CONTRACTOR’S REPRESENTATIONS In order to induce OWNER to enter into this Agreement, CONTRACTOR makes the following representations: 8.1 CONTRACTOR has familiarized itself with the nature and extent of the Contract documents, Work, site, locality, and all local conditions and Laws and Regulations that in any manner may affect cost, progress, performance or furnishing of the Work. 8.2 CONTRACTOR has studied carefully all reports of explorations and tests of subsurface conditions and drawings of physical conditions which are identified in the bid, and accepts the determination set forth in the bid of the extent of the technical data contained in such reports and Drawings upon which CONTRACTOR is entitled to reply. 8.3 CONTRACTOR has obtained and carefully studied (or assumes responsibility for obtaining and carefully studying) all such examinations, investigations, explorations, tests, reports Page 3 DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F and studies in addition to or to supplement physical conditions at or contiguous to the site or otherwise may affect the cost, progress, performance or furnishing of the Work as CONTRACTOR considers necessary for the performance or furnishing of the Work at the Contract Price, within the Contract Time and in accordance with other terms and conditions of the Contract Documents, including specifically the provisions of the EXHIBIT “B” GENERAL CONDITIONS; and no additional examinations, investigations, explorations, tests, reports, studies or similar information or data are or will be required by CONTRACTOR for such purposes. 8.4 CONTRACTOR has reviewed and checked all information and data shown or indicated on the Contract Documents with respect to existing Underground Facilities at or contiguous to the site and assumes responsibility for the accurate location of said Underground Facilities. No additional examinations, or investigations, explorations, tests, reports, studies or similar information or data in respect of said Underground Facilities are or will be required by CONTRACTOR in order to perform and furnish the Work at the Contract Price, within the Contract Time and in accordance with the other terms and conditions of the Contract Documents. 8.5 CONTRACTOR has correlated the results of all such observations, examinations, investigations, explorations, tests, reports and studies with the terms and conditions of the Contract Documents. 8.6 CONTRACTOR has given ENGINEER written notice of all conflicts, errors or discrepancies that he has discovered in the Contract Documents and the written resolution thereof by ENGINEER is acceptable to CONTRACTOR. 8.7 By entering into this Contract, the CONTRACTOR becomes obligated to comply with the provisions of Section 448.095, Fla. Stat., "Employment Eligibility." This includes but is not limited to utilization of the E-Verify System to verify the work authorization status of all newly hired employees, and requiring all subcontractors to provide an affidavit attesting that the subcontractor does not employ, contract with, or subcontract with, an unauthorized alien. Failure to comply will lead to termination of this Contract, or if a subcontractor knowingly violates the statute, the subcontract must be terminated immediately. Any challenge to termination under this provision must be filed in the Circuit Court no later than 20 calendar days after the date of termination. If this contract is terminated for a violation of the statute by the CONTRACTOR, the CONTRACTOR may not be awarded a public contract for a period of 1 year after the date of termination. Article 9. CONTRACT DOCUMENTS The Contract Documents which comprise the entire agreement between OWNER and CONTRACTOR concerning the Work consist of this Agreement and the following Exhibits, attached hereto and by reference incorporated herein and made a part hereof: Exhibit “A” – Invitation for Bid (IFB), including, but not limited to, original IFB, general conditions, specifications, drawings, exhibits to the IFB, insurance requirements, any addenda issued and all documentation submitted by the CONTRACTOR; including, but not limited to, CONTRACTOR’s Bid Pages, CONTRACTOR’s sworn statement Page 4 DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F on drug-free workplace, CONTRACTOR’S insurance certificate, any documentation submitted by the CONTRACTOR prior and after award in relation to the IFB and this Agreement Exhibit “B” – EXHIBIT “B” GENERAL CONDITIONS This Agreement and the exhibits listed above, including any approved amendments to the Agreement comprise the entirety of the contract documents between the OWNER and CONTRACTOR. This Agreement may only be amended, modified or supplemented as provided in Exhibit “B”, General Conditions. Any inconsistency in this Agreement and its exhibits listed above shall be resolved by giving precedence in the following order: a) This Agreement b) Exhibit “B”, General Conditions c) Exhibit “A”, IFB, addenda and documentation Article 10. MISCELLANEOUS 10.1 Terms used in this Agreement which are defined in the EXHIBIT “B” GENERAL CONDITIONS will have the meanings indicated in the EXHIBIT “B” GENERAL CONDITIONS. 10.2 No assignment by a party hereto of any rights under or interests in the Contract Documents will be binding on another party hereto without the written consent of the party sought to be bound; and specifically but without limitation moneys that may become due and moneys that are due may not be assigned without such consent (except to the extent that the effect of this restriction may be limited by law), and unless specifically stated to the Contrary in any written consent to an assignment no assignment will release or discharge the assignor from any duty or responsibility under the Contract Documents. 10.3 OWNER and CONTRACTOR each binds itself, its partners, successors, assigns and legal representatives to the other party hereto, its partners, successors, assigns and legal representatives in respect of all covenants, agreements and obligations contained in the Contract Documents. 10.4 Project Web Requirements: a. This project shall utilize e-Builder Enterprise (Software), a web-based project management software. OWNER shall use the Software to manage all project documents, communications and costs between the CONTRACTOR and OWNER. Training will be provided for the CONTRACTOR and all subcontractors that require access to the software. b. CONTRACTOR shall conduct project controls outlined by the OWNER utilizing the Software. The designated web-based application license(s) shall be provided by the OWNER to the CONTRACTOR and subcontractors. No additional software will be required. Page 5 DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F c. CONTRACTOR shall have the responsibility for logging in to the project web site on a daily basis, and as necessary to be kept fully apprised of project developments and required action items. These may include but are not limited to: Contracts, Contract Exhibits, Contract Amendments, Drawing Issuances, Addenda, Bulletins, Permits, Insurance & Bonds, Safety Program Procedures, Safety Notices, Accident Reports, Personnel Injury Reports, Schedules, Site Logistics, Progress Reports, Correspondence, Daily Logs, Non- Conformance Notices, Quality Control Notices, Punch Lists, Meeting Minutes, Requests for Information, Submittal Packages, Substitution Requests, Monthly Payment Request Applications, Supplemental Instructions, Owner Change Directives, Potential Change Orders, Change Order Requests, Change Orders and the like. All supporting data including but not limited to shop drawings, product data sheets, manufacturer data sheets and instructions, method statements, safety SDS sheets, Substitution Requests and the like will be submitted in digital format via the Software. THE REMAINDER OF THIS PAGE IS INTENTIONALLY LEFT BLANK Page 6 DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F IN WITNESS WHEREOF, the parties hereto have caused this Agreement to be executed the day and year hereinabove written. Attest: CITY OF POMPANO BEACH By: ASCELETA HAMMOND, CITY CLERK REX HARDIN, MAYOR APPROVED AS TO FORM: By: GREGORY P. HARRISON, CITY MANAGER MARK E. BERMAN, CITY ATTORNEY (SEAL) Page 7 4d/ itf DocuSign Envelope 10: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F "CONTRACTOR" Witnesses: Taylor Morris Alisa Djilic (Print or Type Name) STATE OF Florida ----------------- COUNTY OF Duval ---------- -- ---- Murphy Pipeline Contractors, LLC By: Andrew Mayer Asst. Secretary The foregoing instrument was acknowledged before me, by means ofXJ physical presence or o online notarization this 6th day of July , 20 22, by Andrew Mayer as Asst. Secretary of Murphy Pipeline Contractors, LLC a Delaware corporation authorized to do business in Florida. He 1s personally known to me or who has produced (type of identification) as identification. NOTARY'S SEAL: NOTARY PUBLIC, STATE OF f/o,-.& S c..\ c... 1lovASv'.l f-c (Name of Acknowledger Typed, Printed or Stamped) Commission Number Page 8 DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F MURPH'r F'IPEUNE C:ON'T'RRC:TOR5 An IF'R Company Corporate Headquarters OFFICE: 904.764.6887 FAX:904.379.6193 ADDRESS: 12235 New Berlin Road,Jacksonville FL 32226 Feasibility Support Office OFFICE: 414.321.2247 FAX: 414.321.2297 ADDRESS: 1973 S 91' 1 Street Milwaukee Wl53227 murphypipelines.com Corporate Authorization Andrew Mayer, Assistant Secretary of Murphy Pipeline Contractors, LLC. (the "Corporation"), a Delaware corporation, is duly elected and appointed officer of the Corporation and holds full corporate authority to enter any contracts and execute Bid Forms on behalf of the Corporation. In witness whereof, I have caused this instrument to be executed and the corporate seal to be hereunto affixed on the 6th day of July 2022. Seal: Murphy Pipeline Contractors} LLC. By: '-- _ Glenn M Shor Vice President Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F REQUEST FOR PROPOSALS E-15-22 TRENCHLESS REHABILITATION AND PIPE-BURSTING TECHNOLOGY RFP OPENING: JUNE 13, 2022, 2:00:00 P.M. Virtual Zoom Meeting For access go to: https://www.pompanobeachfl.gov/meetings Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F Issued: May 12, 2022 REQUEST FOR PROPOSALS The City of Pompano Beach (the “City”) will receive sealed proposals for Request for Proposals (RFP) E-15-22, Trenchless Rehabilitation and Pipe-Bursting Technology until 2:00:00 p.m. (local), June 13, 2022. Proposals must be submitted electronically through the eBid System on or before the due date and time as specified herein. RFP openings are open to the public. All Proposers and/or their representatives are invited to be present. Any proposal received after the due date and time specified will not be considered. Any uncertainty regarding the time a proposal is received will be resolved against the Proposer. Proposer must be registered on the City’s eBid System in order to view the RFP Documents and respond to this RFP. The solicitation documents can be downloaded for free from the eBid System as a pdf at: https://pompanobeachfl.ionwave.net. The City is not responsible for the accuracy or completeness of any documentation the Proposer receives from any source other than from the eBid System. Proposer is solely responsible for downloading all required documents. A list of Proposers will be read aloud in a public forum. To attend the virtual public meeting, go to https://www.pompanobeachfl.gov/meetings to find the Zoom link. INTRODUCTION The intent of this RFP is to establish as needed, open-end contracts for service throughout the City on an annual basis. The project consists of furnishing all labor, equipment, tools, and materials for the trenchless replacement or rehabilitation of underground pipes, per attached specification, and as described herein. A. TERM OF AGREEMENTS/CONTRACTS The term of agreements/contracts will be five (5) years, with the option to renew for a maximum of one (1) additional five-year period, subject to mutual agreements/contracts. B. SCOPE OF WORK See Exhibits “Exhibit C - Technical Specifications”, “Exhibit D - Pre-Chlorinated Pipe Bursting”, “Exhibit E Sewer Slip-Lining”, and “Exhibit F Slip-Lining of Existing Sewer Line” in the Attachments tab of the City’s eBid System. C. INSTRUCTIONS TO PROPOSERS 1. DEFINED TERMS Terms used in these “Instructions to Proposers” have the meanings assigned to them in the “General Conditions”. The term “Proposer” means one who submits a proposal directly to the City, as distinct from a sub-proposer, who submits a proposal to a Proposer. The term “Awarded Proposer” means the highest-ranked, qualified, responsible and responsive Proposer to whom the City (on the basis of the Page 1 of 71 E-15-22 Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F City’s evaluation as hereinafter provided) makes an award. The term “RFP Documents” includes the RFP and the proposed Contract Documents (including all addenda issued prior to receipt of proposals). 2. COPIES OF PROPOSAL DOCUMENTS a. Complete sets of the Proposal Documents may be obtained from the City of Pompano Beach website at no charge. b. Complete sets of Proposal Documents must be used in preparing proposals; the City assumes no responsibility for errors or misinterpretations resulting from the use of incomplete sets of Proposal Documents. c. The City, in making copies of Proposal Documents available on the above terms, does so only for the purpose of obtaining proposals on the work and does not confer a license or grant for any other use. 3. QUALIFICATIONS OF PROPOSALS To demonstrate qualifications to perform the work, and to be considered for award, each Proposer must submit written evidence, such as previous experience, present commitments and other such data as may be called for in this document. The proposer shall provide documented evidence of the following: a. Being actively engaged in the installation of pipe using the static pipe bursting of potable water main and wastewater gravity, force-main and sewer slip lining method for a minimum of seven (7) years. b. Having performed one-hundred thousand feet (100,000’) or more of water main replacement using the process of pre-chlorinated and/or and wastewater gravity, force- main pipe bursting and sewer slip lining in the United States of America over the past twenty-four (24) month period. c. The work experience must have been performed under the company name with significant experience demonstrated by key personnel proposed. Experience must be with the use of a static pipe bursting system or slip lining, with evidence of two-inch (2”), four-inch (4”), six-inch (6”), eight-inch (8”), ten-inch (10”) and twelve-inch (12”) projects. d. Submitting the project reference sheet by listing five (5) similar projects successfully completed within the last five (5) years. To be counted, each project reference must encompass: replacing potable water main, using the static pipe bursting method, using the pre-chlorination method and replacing wastewater gravity and force-main, using the static pipe bursting method and/or slip lining, all projects must be from the state of Florida. e. Contractor must have at least (5) years of experience in the municipal installation of potable water and/or gravity/force main sewer systems in urban environments of Florida Page 2 of 71 E-15-22 Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F and has successfully installed at least twenty-five thousand feet (25,000’) of trenchless water distribution and/or wastewater collection systems in Florida. f. Performing three-hundred (300) water service line installations or more using the process of Pit Launched Mini-Horizontal Directional Drill in the United States of America over the past five (5) years. Experience shall also include installation of water service lines under a public road with an asphalt surface using a Pit Launched Mini-Horizontal Directional Drill. g. The vendor shall have a valid State of Florida Underground Utility Contractor's License. 4. PUBLIC ENTITY CRIMES In accordance with Section 287.133 (2)(a), Florida Statutes: A person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a proposal on a contract to provide any goods or services to a public entity, may not submit a proposal on a contract with a public entity for the construction or repair of a public building or public work, may not submit proposals on leases of real property to a public entity, may not be awarded or perform work as a Contractor, Supplier, Subcontractor or consultant under a contract with any public entity, and may not transact business with any public entity in excess of the threshold amount provided Section 287.017, Florida Statutes for Category Two for a period of thirty-six (36) months from the date of being placed on the convicted vendor list. 5. DRUG FREE WORKPLACE In accordance with Section 287.087, Florida Statutes, preference shall be given to businesses with Drug- free Workplace Programs. 6. ANTI-KICKBACK ACT The Awarded Proposer must comply with the Copeland “Anti-Kickback Act” (19 U.S.C. Section 874), as supplemented in U.S. Department of Labor Regulations (Exhibit A DOL 29 CFR, Part 3). 7. EXAMINATION OF CONTRACT DOCUMENTS AND SITES a. It is the responsibility of each Proposer before submitting a proposal to (a) examine the Contract Documents thoroughly, (b) visit the site to become familiar with local conditions that may affect costs, progress, performance or furnishing of the work, (c) consider Federal, State and Local Laws and Regulations that may affect cost, progress, performance or furnishing of the work, (d) study and carefully correlate Proposer’s observations with the Contract Documents, and (e) notify the City of all conflicts, errors or discrepancies in the Contract Documents. b. Information and data reflected in the Contract Documents with respect to or contiguous to the site is based upon information and data furnished to the City by owners of such facilities or others, and the City does not assume responsibility for accuracy or completeness thereof unless it is expressly provided otherwise. Page 3 of 71 E-15-22 Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F c. Provisions concerning responsibilities for the adequacy of data furnished to prospective Proposers on subsurface conditions, underground facilities and other physical conditions, and possible changes in the Contract Documents due to differing conditions appear in the General Conditions. d. Before submitting a proposal, each Proposer will, at Proposer’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 of the work and which Proposer deems necessary to determine its proposal for performing and furnishing the work in accordance with the time, price and other terms and conditions of the Contract Documents. e. On request in advance, City will provide each Proposer access to the site to conduct such explorations and tests as each Proposer deems necessary for submission of a proposal. Proposer shall fill all holes, clean up and restore the site to its former condition, or better, upon completion of such explorations. f. 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 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 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. g. The electronic submission of a proposal will constitute an incontrovertible representation by Proposer that Proposer has complied with every requirement of this section and the General Conditions, that without exception the proposal is premised upon performing and furnishing the work required by the Contract Documents and 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 for performance and furnishing of the work. 8. INTERPRETATIONS AND ADDENDA a. All questions must be submitted using the Questions feature in the eBid System. All questions must be submitted by 5:00:00 p.m. at least seven (7) calendar days before the scheduled solicitation deadline. No further questions will be accepted after this due date and time. Oral and other interpretations or clarifications will be without legal effect. If any addendum is issued to this RFP, the addendum will be issued via the eBid System. It shall be the responsibility of each Proposer, prior to submitting its proposal, to contact Page 4 of 71 E-15-22 Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F the City’s Purchasing Division at (954) 786-4098 to determine if any addendum was issued and to make such addendum a part of its proposal. Addendum will be posted in the eBid System. b. An addendum may also be issued to modify the RFP Documents as deemed advisable by the City. 9. PROPOSAL SECURITY a. Each proposal must be accompanied by Proposal Security made payable to the City in an amount of five percent (5%) of the Proposer’s maximum Proposal Price and in the form of a certified check, cashier’s check, or a Proposal Bond issued by a surety meeting the requirements provided herein. Proposer shall upload a copy of its Proposal Bond or a copy of the certified check to the Response Attachments tab in the eBid System. The Awarded Proposer will be required to submit the original executed Proposal Bond or cashier’s check prior to the execution of the Contract and before the commencement of any work. b. The Proposal Security of the Awarded Proposer will be retained until such Proposer has executed the Contract and furnished the required contract security (if provided as a cashier’s check or bank officer’s check), whereupon the Proposal Security will be returned. If the awarded Proposer fails to execute and deliver the Contract and furnish the required contract security within ten (10) days after the Notice of Award, the City may annul the Notice of Award and the Proposal Security of that Proposer will be forfeited. The Proposal Security of other Proposers whom the City believes to have reasonable chance of receiving the award may be retained by the City until a completed Contract has been issued, whereupon Proposal Security furnished by such Proposers will be returned. c. The Proposal Bond, if provided, shall be issued by a Company having a registered agent in the State of Florida. This check or bond shall be retained by the City as liquidated damages should the Proposer refuse or fail to enter into a Contract with the City for the execution of the work provided in the proposal, in the event the proposal of the Proposer is accepted. 10. LIQUIDATED DAMAGES a. Provisions for liquidated damages, if any, are set forth in the Contract. b. Each Proposer must submit in its Proposal the amount of consideration required by the Proposer in return for the Proposer’s promise of indemnity contained in the General Conditions section of this RFP. The amount to be submitted shall be no less than ten dollars $10.00. Page 5 of 71 E-15-22 Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F 11. SUBSTITUTE OR “OR-EQUAL” ITEMS The Contract, if awarded, shall be on the basis of materials 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 of material or equipment may be furnished or used by Awarded Proposer/Contractor if acceptable to the City, application for such acceptance will not be considered by the City until after the effective date of the Contract. 12. PROPOSER ACKOWLEDGEMENT a. b. The Proposer Acknowledgement is included with this RFP. All requested information on the Proposer Acknowledgement is to be provided electronically using the City’s eBid System. c. In case of a discrepancy between unit prices and totals, unit prices will prevail. 13. SUB MISSION OF PROPOSALS a. Proposals shall be submitted electronically using the City’s eBid System on or before the due date and time specified herein. b. More than one proposal received for the same work from an individual, firm or partnership, Corporation or Association under the same or different names will not be considered. Reasonable grounds for believing that any Proposer is interested in more than one proposal for the same work will cause the rejection of all such proposals in which the Proposer is interested. If there are reasonable grounds for believing that collusion exists among the Proposers, the proposals of participants in such collusion will not be considered. c. A list of Proposers will be posted in the City’s eBid System. The list of Proposers will not be read over the phone. 14. SUBMISSION/FORMAT REQUIREMENTS Sealed proposals must be submitted electronically through the eBid System on or before the due date and time indicated previously. Proposer shall upload response as one (1) file to the eBid System. The financial statements should be uploaded as a separate file from the proposal to the Response Attachments tab in the eBid System. The file size for uploads is limited to 250 MB. If the file size exceeds 250 MB, the response must be split and uploaded as two (2) separate files. Information to be included in the proposal: In order to maintain comparability and expedite the review process, it is required that proposals be organized in the manner specified below. Page 6 of 71 E-15-22 Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F Title Page: Show the project name and number, the name of the Proposer’s company/firm, address, telephone number, name of contact person and the date. Table of Contents: Include a clear identification of the material by section and by page. Letter of Transmittal: Briefly explain the Proposer’s understanding of the project and express a positive commitment to provide the services described herein. State the name(s) of the person(s) who will be authorized to make decisions for the Proposer, title(s), office and E-mail addresses and telephone numbers. Please limit this section to two pages. Qualifications: Proposer must present evidence that it is fully competent and has the necessary staff, equipment and financial resources to perform required services. Staff members with appropriate expertise must be noted. Financial Information: Provide a copy of the most recent audited financial statements for the proposing firm. If audited financial statements are not available, provide a copy of the most recent compiled financial statements, and a copy of the most recent tax form. You may include additional information that will assist the City in the evaluation of the financial stability of your firm. References: Submit a client reference list, including the name of contact, company/firm and/or governmental entity, address, telephone number and type of service provided to each reference. Litigation: Disclose any litigation within the past five (5) years arising out of your company’s/firm’s performance. Other Information: Any additional information to assist the City in its evaluation of each proposal must also be included. Proposer may submit any unique information that it believes the City should consider when evaluating its proposal. City Forms: The Proposer Information Page Form and any other required forms must be completed and submitted electronically through the City’s eBid System. The City reserves the right to request additional information to ensure the Proposer is financially solvent and has sufficient financial resources to perform the contract and shall provide proof thereof of its financial solvency. The City may at its sole discretion ask for additional proof of financial solvency, including additional documents post proposal opening, and prior to evaluation that demonstrates the Proposer’s ability to perform the resulting contract and provide the required materials and/or services. Page 7 of 71 E-15-22 Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F 15. MODIFICATION AND WITHDRAWAL OF PROPOSALS a. Proposals may be modified or withdrawn at any time prior to the due date and time of the opening of proposals by using the “Retract” feature of the City’s eBid System. b. Proposers that withdraw proposals after the due date and time of the opening of proposals may be banned from doing business with the City for a period of thirty-six (36) months from the proposal opening due date. 16. OPENING OF PROPOSALS A list of Proposers will be read aloud in a public forum. To attend the virtual public meeting, go to https://www.pompanobeachfl.gov/meetings to find the Zoom link. 17. PROPOSALS TO REMAIN SUBJECT TO ACCEPTANCE a. All proposals will remain subject to acceptance for ninety (90) days after the day of the RFP opening, but the City may, in its sole discretion, release any proposal and return the Proposal Security before expiration of the ninety (90) days acceptance period. b. Extensions of time when proposals shall remain open beyond the ninety (90) day period may be made only by mutual agreement between the City, the awarded Proposer, and the surety, if any, for the Awarded Proposer. 18. AWARD OF CONTRACT a. The City reserves the right to reject any and all proposals, to waive any and all informalities not involving price, time and changes in the work and to negotiate contract terms with the Awarded Proposer, and the right to disregard all nonconforming nonresponsive, unbalanced or conditional proposals. Also, the City reserves the right to reject the proposal of any Proposer if the City believes that it would not be in the best interest of the Project to make an award to that Proposer, whether because the proposal is non-responsive and non-responsible or the Proposer is unqualified or of doubtful financial ability or fails to meet any other pertinent standard or criteria established by the City. b. In evaluating proposals, the City will consider the qualifications of the Proposers, whether or not the proposals comply with the prescribed requirements, and such alternates, unit prices and other data, as may be requested in the RFP or prior to the Notice of Award. c. The City may consider the qualifications and experience suppliers, and other persons and organizations must be submitted as provided in the Supplementary Conditions. The City also may consider the operating costs, maintenance requirements, performance data and guarantees of major items of materials and equipment proposed for incorporation in the work when such data is required to be submitted prior to the Notice of Award. Page 8 of 71 E-15-22 Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F d. The City may conduct such investigations as the City deems necessary to assist in the evaluation of any proposal and to establish the responsibility, qualifications and financial ability of Proposers, Proposed 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. e. The City reserves the right to award one, two, or more contracts to the highest ranked Proposers, which in the City’s sole discretion will be in the best interest of the City. f. City reserves the right to postpone the award of the Contract for a period of time, which shall not exceed ninety (90) calendar days from the RFP opening date. City may, at its sole discretion, release any proposal and return the Proposal Security prior to that date. City also reserves the right to ask for additional postponement time, which the Proposer may provide written binding acceptance. An email to the purchasing representative from an authorized agent of the Proposer shall be considered a written binding acceptance of the postponement time. g. The Awarded Proposer will receive an automatically generated notice from the eBid System or an email notification from the City’s Purchasing Division. h. The Awarded Proposer will be required to furnish the necessary additional bond(s) for the faithful performance of the Contract Documents. All Proposal Bonds, Contract Bonds, Insurance Contracts and Certificates of Insurance shall be either executed by or countersigned by a licensed resident agent of the surety or insurance company having his place of business in the State of Florida, and in all ways complying with the insurance laws of the State of Florida. Further, the said surety or insurance company shall be duly licensed and qualified to do business in the State of Florida. Proposal Bonds, Performance and Payment Bonds are required. Performance and Payment Bonds must be recorded with Broward County. Insurance is required for all proposals. 19. CONTRACT SECURITY When the Awarded Proposer delivers the executed Contract to the City, it must be accompanied by the required Performance and Payment Bonds. 20. SIGNING OF CONTRACT When the City gives a Notice of Award to the Awarded Proposer, it will be accompanied by the required number of unsigned counterparts of the Contract with all other written Contract Documents attached. Within ten (10) days thereafter, Contractor shall sign and deliver the required number of counterparts of the Contract and attached documents to the City with the required Bonds. Within fifteen (15) days thereafter, the City shall deliver one fully signed counterpart to Contractor. Each counterpart is to be accompanied by a complete set of the Drawings with appropriate identification. 21. COMPOSITION OF PROJECT TEAM Page 9 of 71 E-15-22 Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F Company(ies)/Firm(s) are required to commit that the principals and personnel named in the proposal will perform the services throughout the agreement/contract term unless otherwise provided for by way of a negotiated agreement/contract/written amendment to same executed by both parties. No diversion or substitution of principals or personnel will be allowed unless a written request that sets forth the qualifications and experience of the proposed replacement(s) is submitted to and approved by the City in writing 22. TAXES The Contractor shall pay all applicable sales, consumer, use and other similar taxes required by law. The Contractor is responsible for reviewing the pertinent state statutes involving the sales tax and complying with all requirements. 23. NOTICE TO CONTRACTOR Pursuant to “Exhibit B - Chapter 8 CFR 274a.2” (found of the Attachments tab of the City’s eBid system), the employment of unauthorized aliens by any Contractor is considered a violation of the Immigration and Nationality Act. If the Contractor knowingly employs unauthorized aliens, such violation shall be cause for unilateral cancellation of the Contract. 24. NON-DISCRIMINATION There shall be no discrimination as to race, color, religion, gender, national origin, ancestry, and physical or mental disability in the operations conducted under the Contract. Included as applicable activities by the Contractor under this section are the RFP for, or purchase of, goods or services, or the subcontracting of work in performance of the Contract. 25. OCCUPATIONAL HEALTH AND SAFETY In compliance with Section 442, Florida Statues, any items included in the latest edition of “Florida Substance List”, which are delivered from a Contract resulting from this RFP, must be accompanied by a Material Safety Data Sheet (MSDS). The MSDS must be maintained by the user agency and must include the following information: a. The chemical name and the common name of the toxic substance. b. The hazards or other risks in the use of toxic substance, including: i. The potential for fire, explosion, corrosiveness, and reactivity; ii. The known acute and chronic health effects of risks from exposure, including the medical conditions which are generally recognized as being aggravated by exposure to the toxic substance; and iii. The primary routes of entry and symptoms of overexposure. Page 10 of 71 E-15-22 Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F c. The proper precautions, handling practices, necessary personal protective equipment, and other safety precautions in the use of or exposure to the toxic substances, including appropriate emergency treatment in case of overexposure. d. The emergency procedure for spills, fire disposal, and first aid. e. A description in lay terms of the known specific potential health risks posed by the toxic substance intended to alert any person reading this information. f. The year and month, if available, that the information was compiled and the name, address, and the emergency telephone number of the manufacturer responsible for preparing the information. Any questions regarding Section 442, Florida Statutes should be directed to: Department of Labor and Employment Security, Division of Safety, 2002 Old St. Augustine Road, Tallahassee, Florida, 32399; telephone: 1-800-367-4378. ALL TOXIC SUBSTANCES MUST BE LABELED FOR IDENTIFICATION, IN ACCORDANCE WITH O.S.H.A. STANDARDS. Notice: Federal I.D. Number must be referenced on your invoice for us to process payment. Please note I.D. Number on Proposal Response page. 26. WASTE REMOVAL SERVICES The City has contracted with Coastal Waste & Recycling, Inc., for residential and commercial solid waste collection and disposal services. The City has granted to Coastal Waste & Recycling, Inc., the sole and exclusive right, franchise, license and privilege to provide non-hazardous solid waste collection, removal and disposal services within the corporate limits of the City, including collection and removal of certain Construction and Demolition Debris. The Awarded Proposer/Contractor shall coordinate with Coastal Waste & Recycling, Inc., the level and type of service to be provided and the manner of collection charges. Any Contractor or Subcontractor performing construction work within the City of Pompano Beach must use the City’s franchised hauler for garbage removal services including removal of Construction and Demolition Debris generated over ten (10) cubic yards, with the exception of Source Separated Recovered Materials as defined in Section 403.703(24), Florida Statutes and Chapter 96 of the City Ordinance. The City’s current franchised hauler is Coastal Waste & Recycling, Inc., which may be contacted directly for dumpsters and/or roll-offs at: Coastal Waste & Recycling, Inc. 1840 NW 33rd Street Pompano Beach, FL 33064 (954) 947-4000 Page 11 of 71 E-15-22 Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F 27. PERMITS AND FEES The Contractor awarded this RFP, shall be required to obtain and pay for the permits and/or fees indicated on the chart below in the amounts set forth or pursuant to the formula for percent or unit method which is indicated. Fees cannot be waived and must be collected by the City from the Contractor. Contact the City department below for additional details regarding the required permit and fee. FEE OR PERMIT CITY DEPARTMENT COST (SET FEE OR PERCENT OF PROJECT AMOUNT) All construction within City right-of-way Engineering Waived All utilities tie-ins to City water, sewers, and drainage Engineering Waived Paving Engineering Waived Fire plan review for new construction, additions and alterations Building Inspection See City Code of Ordinances 95.14 Fire alarm and fire sprinkler plan review (new installations) Fire Plan Review See City Code of Ordinances 95.14 Fire hydrant flow test Fire Plan Review See City Code of Ordinances 95.14 Business Tax Receipt (only if the Contractor has a temporary office in the City of Pompano Beach) Zoning See City Code of Ordinances Site plan review Zoning See City Code of Ordinances Rezoning Zoning See City Code of Ordinances Variance Zoning See City Code of Ordinances Tree Permit application fee Zoning See Zoning Code/City Code of Ordinances Landscape reinspection fee Zoning See Zoning Code/City Code of Ordinances Capital recovery fees Customer Service See City Code of Ordinances 50.13 and 51.11 Tapping fee Customer Service See City Code of Ordinances Deposits (water bill) Customer Service Deposit based upon size of meter (only applies if Contractor responsible for water bills during period between meter installation and City acceptance of project.) Administrative fee Customer Service See City Code of Ordinances Building permit Building Inspection See Bldg Fee Schedule/City Code of Ordinances Building Reinspection fee Building Inspection See Bldg Fee Schedule/City Code of Ordinances Certificate of occupancy Building Inspection See Bldg Fee Schedule/City Code of Ordinances Lien law Building Inspection $5.00 Surcharge Bwd. Cty. Bd. of Rules & Appeals Building Inspection $0.60 per $1,000 valuation Surcharge Fla. Statute 553.721 Building Inspection 1.5% of permit fees, minimum $2.00 Surcharge Fla. Statute 468.631 Building Inspection 1.5% of permit fees, minimum $2.00 Page 12 of 71 E-15-22 Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F D. PROPO S E R’S RESPONSIVENESS AND RESPONSIBILITY Award of RFP shall be to the highest-ranked Proposer(s). In determining responsiveness and responsibility in the Proposer(s), and the purchase(s) or contract(s) that will best serve the interests of the City, the Commission, City Manager, and General Services Director, as appropriate shall consider, but shall not be limited to, in addition to price the following: 1. Responsiveness: Each proposal shall be reviewed in accordance with the conditions provided herein. If a Proposer fails to satisfy these conditions, the proposal may be deemed non-responsive by the City and not considered for further review. a. The proposal must be submitted prior to the deadline provided in the eBid System. Submission will not be accepted outside the eBid System, including but not limited to faxed, emailed, or hand delivered to the City’s Purchasing Division of the General Services Department and/or any other City Department. Any uncertainty regarding the time a proposal is received will be resolved against the Proposer. b. Qualification of Proposer’s form must be completed and uploaded to the Response Attachments tab of the City’s eBid System. 2. Responsibility Documentation: To demonstrate the Proposer’s responsibility, the Proposer must submit to the City the information provided herein. Submittals requested pursuant to this paragraph are in addition to those required elsewhere. a. Bonding: Each proposal requires a cashier’s check or Proposal Bond executed on the prescribed form, payable to the City of Pompano Beach, P.O. Box 1300, Pompano Beach, Florida, 33061, in an amount not less than five percent (5%) of the proposal amount. Proposer shall upload a copy of its Proposal Bond or a copy of the cashier’s check to the Response Attachments tab in the eBid System. The Awarded Proposer will be required to submit the original executed Proposal Bond or cashier’s check prior to the execution of the Contract and before the commencement of any work. The Proposal Security of the Awarded Proposer will be retained until such Proposer has executed the Contract and furnished (if required) contract security, (if provided as a cashier’s check or certified check), whereupon the Proposal Security will be returned. If the Awarded Proposer fails to execute and deliver the Contract and furnish the required contract security within ten (10) days after the Notice of Award, The City may annul the Notice of Award and the Proposal Security of that Proposer will be forfeited. The Proposal Security of other Proposers whom City believes to have reasonable chance of receiving the award may be retained by the City until a completed contract has been executed, whereupon Proposal Security furnished by such Proposers will be returned. The executed Proposal Bond, if provided, shall be issued by an entity having a registered agent in the State of Florida. This check or bond shall be retained by the City as liquidated damages should Page 13 of 71 E-15-22 Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F the Proposer refuse or fail to enter into a contract with the City for the execution of the work embraced in the proposal, in the event the proposal of the Proposer is accepted. b. Prior Project Experience and References: Proposer must provide the following verifiable information with the proposal at the time it is submitted: i. Evidence that Proposer was the Prime Contractor on five (5) projects completed (final completion) within the last five (5) years. Each project must be within the continental United States and must have been in the amount of two hundred thousand dollars ($200,000.00) each or more, and of similar complexity and scope. Proposer must describe the following: 1) the project and the work actually completed by Proposer, 2) how the referenced project relates to this RFP, and 3) the amount paid to Proposer for the work completed; and ii. At least one verifiable client reference for each project described previously. Proposer must provide the client name, client phone number, and client e-mail address for each project. If the Proposer has done work for the City, the City may at its discretion rely on the City’s past performance records or may contact references. The City will only attempt to contact each reference three times. iii. If the Proposer fails to provide the previously described items, or if the City is unable to reach a reference after three (3) attempts, the City may deem the Proposer non-responsible. iv. The City reserves the right, at its sole discretion, to deem a Proposer’s response non- responsible and reject it if the references submitted do not conform to the above, or the references are deemed unsatisfactory to the City. c. License Requirements - Be able to provide proof of required licensure. (Such licensure must have been obtained prior to the date of Proposal submission.) d. Corporations and Partnerships - The City will review the Proposer’s business to confirm that it is in good standing with the Florida Department of State, Division of Corporations based on the information provided in the Construction Proposal Form. e. Have a satisfactory past and/or current performance record - based on the information gathered by the City regarding Proposer performance on past or current contracts. The City shall rely on the contractor’s periodic performance evaluations and any other reasonable and reliable sources within City’s organization and control from past and present City projects where applicable. f. Be financially solvent and have sufficient financial resources to perform the resulting Contract and shall provide proof thereof of its financial solvency. The City may as at its sole discretion ask for additional proof of financial solvency, including additional documents post RFP opening, and prior to award that demonstrated the Proposer’s ability to perform the resulting contract and provide the required materials and/or services. Page 14 of 71 E-15-22 Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F g. Have the necessary production capacity, construction, and owned equipment, or the ability to obtain them. h. Provide satisfactory evidence that such elements as production control procedures, property control systems, quality assurance procedures, and safety programs applicable to work to be produced or services to be performed by the Proposer, Suppliers and Subcontractors are present. i. Have the necessary management organization, experience, technical skills, accounting and operational controls, plan, manpower, financial resources and be otherwise qualified and eligible to perform the work under applicable laws and regulations. E. PROPOSER ACKNOWLEDGEMENT 1. The Proposer submits and agrees, if this proposal is accepted, to enter into a Contract with the City in the form included in the Contract Documents to perform and furnish all work as specified or indicated in the Contract Documents for the Contract Price and within the Contract Time indicated in this proposal and in accordance with the other terms and conditions of the Contract Documents. 2. Proposer accepts all of the terms and conditions of the RFP and Instructions to Proposers, including without limitation those dealing with the disposition of Proposal Security. This proposal will remain subject to acceptance for ninety (90) calendar days after the RFP Opening. Proposer will sign and submit the Contract with the bonds and other documents required by RFP Documents within ten (10) days after the date of City’s Notice of Award. 3. In submitting this proposal, Proposer represents, as more fully set forth in the Contract, that: a. Proposer has examined copies of all the RFP documents and the addendum/addenda. b. Proposer has familiarized itself with the nature and extent of the Contract Documents, work, site, locality, and all local conditions and laws and regulations that in any manner may affect cost, progress, performance or furnishing of the work. c. Proposer has studied carefully all reports and drawings of physical conditions, which are identified in the RFP. d. Proposer has obtained and carefully studied (or assumes responsibility for obtaining and carefully studying) all such examinations, investigations, explorations, tests and studies [in addition to or to supplement those referred to in (c) above], which pertain to the subsurface or physical conditions at the site or otherwise may affect the cost, progress, performance or furnishing of the work as Proposer considers necessary for the performance or furnishing of the work at the Contract Price within the Contract Time and in accordance with the other terms and conditions of the Contract Documents, and no additional examinations, investigations, explorations, tests, reports or similar information or data are or will be required by Proposer for such purposes. Page 15 of 71 E-15-22 Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F e. Proposer has reviewed and checked all information and data shown or indicated on the Contract Documents with respect to existing site conditions and assumes responsibility for such. No additional examinations, investigations, explorations, tests, reports or similar information or data in respect of said site are or will be required by Proposer in order to perform and furnish the work at work Contract Price, within the Contract Time and in accordance with other terms and conditions of the Contract Documents. f. Proposer has correlated the results of all such observations, examinations, investigations, explorations, tests, reports and studies with the terms and conditions of the Contract Documents. g. Proposer has given City written notice of all conflicts, errors or discrepancies that it has discovered in the Contract Documents and the written resolution thereof by the City is acceptable to Proposer. h. This proposal is genuine and not made in the interest or on behalf of any undisclosed person, firm or corporation and is not submitted in conformity with any agreement or rules of any group, or corporation; Proposer has not directly or indirectly induced or solicited any other Proposer to submit a false or sham proposal; Proposer has not solicited or induced any person, firm or corporation to refrain from proposing; and Proposer has not sought by collusion to obtain for itself any advantage over any other Proposer or over the City. 4. Proposer accepts the provisions of the Contract as per liquidated damages in the event of failure to complete the work on time. 5. Proposer agrees that all Federal, State and Local sales and use taxes are included in the stated Proposal Prices for the work. 6. Proposer further proposes to accept as full payment for the work proposed herein the amounts computed under the provisions of the Contract Documents and based on the unit prices herein (if applicable) represent a true measure of the labor, materials, equipment and any other incidentals required to perform the work, including all allowances for overhead and profit for each type and unit of work called for in these Contract Documents. 8. The Proposal pricing includes all the necessary excavation, backfill, grading, restoration, and removal of materials attendant upon the construction of the work, complete in place, and the disposal of all excess materials, and the final cleaning up of the work. THE REMAINDER OF THIS PAGE IS LEFT BLANK INTENTIONALLY. Page 16 of 71 E-15-22 Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F F. SELECTION/EVALUATION PROCESS A Selection/Evaluation Committee (the “Committee”) will be appointed to recommend the most qualified company(ies)/firm(s). The Committee will present its findings to the City Commission. Proposals will be evaluated using the following criteria: Line Criteria Point Range 1 Prior experience with projects of similar size: Number of similar projects 0-15 Prior experience with the City of Pompano Five (5) references 2 Qualification of personnel: 0-10 Number of staff Experience of staff in this type of environment 3 Availability of personnel: 0-15 4 Proximity of the nearest office to the City of Pompano Beach 0-5 5 Financial Responsibility 0-20 6 Owned Equipment Age of equipment 0-35 Total 0-100 Financial statements or other financial information that are required as submittals to prequalify for a solicitation will be exempt from public disclosure; however, financial statements or other financial information submitted to prequalify for a solicitation, and were not required by the City, may be subject to public disclosure. The Committee has the option to use the above criteria for the initial ranking to short-list Proposers and to use an ordinal ranking system to score short-listed Proposers following presentations (if deemed necessary) with a score of “1” assigned to the short-listed Proposer deemed most qualified by the Committee. Each company/firm should submit documentation that evidences the company’s/firm’s capability to provide the services required for the Committee’s review for short-listing purposes. After an initial review of the Proposals, the City may invite Proposers for an interview to discuss the proposal and meet the company’s/firm’s representatives, particularly key personnel who would be assigned to the project. Should interviews be deemed necessary, it is understood that the City shall incur no costs as a result of this interview, nor bear any obligation in further consideration of the submittal. When more than three responses are received, the Committee shall furnish the City Commission (for its approval) a listing, in ranked order, of no fewer than three companies/firms deemed to be the most highly qualified to perform the service. If three or less companies/firms respond to this RFP, the list will contain the ranking of all responses. Page 17 of 71 E-15-22 Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F The City Commission has the authority to (including, but not limited to); approve the recommendation; reject the recommendation and direct staff to re-advertise the solicitation; or, review the responses itself and/or request oral presentations and determine a ranking order that may be the same or different from what was originally presented to the City Commission. . THE REMAINDER OF THIS PAGE IS LEFT BLANK INTENTIONALLY. Page 18 of 71 E-15-22 Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F QUALIFICATION OF PROPOSERS COMPLETE THE QUALIFICATIONS OF PROPOSERS – CONSTRUCTION FORM IN THE EBID ATTACHMENTS TAB. PROPOSERS ARE TO COMPLETE FORM IN ITS ENTIRETY AND UPLOAD THE COMPLETED FORM TO THE RESPONSE ATTACHMENTS TAB FOR THE PROPOSAL IN THE EBID SYSTEM To demonstrate qualifications to perform the Work, and to be considered for award, each Proposer must submit written evidence, such as previous experience, present commitments and other such data as may be called for below (or in SUPPLEMENTARY CONDITIONS). Each Proposal must contain evidence of Proposer’s qualification to do business in the State where the Project is located or covenant to obtain such qualification prior to executing the Agreement. 1 How many years has your organization been in business as an Underground Utility and Excavation Contractor? 2 State of Florida Contractor’s license # Broward County Certificate of Competency #: Expiration Date: 3 What is the last project of this nature that you have completed? 4 Have you ever failed to complete work awarded to you? If Yes, where and why? 5 List all work performed over the last year. Project Name Owner’s Name Owner’s Address Phone Number Nature of Work Page 19 of 71 E-15-22 Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F Original Contract Completion Time (Days) Original Contract Completion Date Actual Final Contract Completion Date Original Contract Price _ Actual Final Contract Price (Attach additional information as required) 6 List all work of similar type, complexity, and comparable value over the past five (5) years and the nature of work performed. (Attach additional information on separate sheet) Project Name Owner’s Name Owner’s Address Phone Number Nature of Work Original Contract Completion Time (Days) Original Contract Completion Date Actual Final Contract Completion Date Original Contract Price _ Actual Final Contract Price 7 The following are names as three (3) individuals or corporations for which you have performed work of this nature and to which you list as references, excluding the City of Pompano Beach. NAME ADDRESS TELEPHONE CONTACT PERSON Page 20 of 71 E-15-22 Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F 8 Have you personally inspected the proposed work and have you a complete plan for its performance? 9 The following information shall be provided for this project: (a) Estimated total construction manhours (b) Percent manhours to be performed by Contractor’s permanent staff (c) Percent manhours to be performed by direct hire employees Equipment 10 What equipment do you own that is available for the proposed work? 11 What equipment will you purchase for the proposed work, and the estimated delivery period from time order is placed for equipment? Page 21 of 71 E-15-22 Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F CONFLICT OF INTEREST REQUESTED INFORMATION BELOW IS ON THE ATTRIBUTES TAB FOR THE PROPOSAL IN THE EBID SYSTEM. PROVIDE THIS INFORMATION ELECTRONICALLY. Conflict of Interest: For purposes of determining any possible conflict of interest, all proposers must disclose if any City of Pompano Beach employee is also an owner, corporate officer, or employee of their business. Indicate either "Yes" (a City employee is also associated with your business), or "No". If answer is "Yes", you must file a statement with the Supervisor of Elections, pursuant to Section 112.313, Florida Statutes. No_ Yes THE REMAINDER OF THIS PAGE IS LEFT BLANK INTENTIONALLY. Page 22 of 71 E-15-22 Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F VENDOR CERTIFICATION REGARDING SCRUTINIZED COMPANIES LISTS REQUESTED INFORMATION BELOW IS ON THE ATTRIBUTES TAB FOR THE PROPOSAL IN THE EBID SYSTEM. PROVIDE THIS INFORMATION ELECTRONICALLY. Proposer’s Name: Vendor FEIN: Section 215.4725, Florida Statutes, prohibits agencies from contracting (at any dollar amount) with companies on the Scrutinized Companies that Boycott Israel List, or with companies that are engaged in a boycott of Israel. As the person authorized to sign electronically on behalf of the Proposer, I hereby certify by selecting the box below that the company responding to this solicitation is not listed on the Scrutinized Companies that Boycott Israel List. I also certify that the company responding to this solicitation is not participating in a boycott of Israel, and is not engaged in business operations in Syria or Cuba. I understand that pursuant to Sections 287.135 and 215.4725, Florida Statutes, the submission of a false certification may subject company to civil penalties, attorney’s fees, and/or costs. I Certify THE REMAINDER OF THIS PAGE IS LEFT BLANK INTENTIONALLY Page 23 of 71 E-15-22 Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F STATEMENT UNDER SECTION 287.087 FLORIDA STATUTES, ON DRUG-FREE WORKPLACE REQUESTED CERTIFICATION BELOW IS ON THE ATTRIBUTES TAB FOR THE BID IN THE EBID SYSTEM. THIS INFORMATION MUST BE PROVIDED ELECTRONICALLY. Preference must be given to Contractors submitting certification with their bid or proposal, certifying they have a drug-free workplace in accordance with Section 287.087, Florida Statutes. This requirement affects all public entities of the State and becomes effective January 1, 1991. Preference shall be given to businesses with drug-free workplace programs. Whenever two or more proposals which are equal with respect to price, quality and service are received by the State or by any political subdivision for the procurement of commodities or contractual services, a proposal 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 proposals will be followed if none of the tied vendors have a drug-free workplace program. In order to have a drug-free workplace program, a business shall: (1) Publish a statement notifying employees that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the workplace and specifying the actions that will be taken against employees for violations of such prohibition. (2) Inform employees about the dangers of drug abuse in the workplace, the business’s policy of maintaining a drug-free workplace, any available drug counseling, rehabilitation and employee assistance programs, and the penalties that may be imposed upon employees for drug abuse violations. (3) Give each employee engaged in providing the commodities or contractual services that are under proposal, a copy of the statement specified in subsection (1). (4) In the statement specified in subsection (1) notify the employees that as a condition of working on the commodities or contractual services that are under proposal, 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 any state, for a violation occurring in the workplace, no later than five (5) days after such conviction. (5) Impose a sanction on, or require the satisfactory participation in, a drug abuse assistance or rehabilitation program if such is available in the employee’s community, by an employee who is so convicted. (6) Make a good faith effort to continue to maintain a drug-free workplace through implementation of this section. As the person authorized to sign this statement, I certify that his firm complies with the above requirements. CONTRACTOR’S SIGNATURE CONTRACTOR’S PRINTED NAME Date: Page 24 of 71 E-15-22 Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F Contractor Performance Report City of Pompano Beach, Purchasing Division 1190 N.E. 3rd Avenue, Building C Pompano Beach, Florida, 33060 CITY OF POMPANO BEACH CONTRACTOR PERFORMANCE REPORT 1. Report Period: from to 2. Contract Period: from to 3. RFP# & or P.O.#: 4. Contractor Name: 5. City Department: 6. Project Manager: 7. Scope of Work (Service Deliverables): Page 25 of 71 E-15-22 Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F Contractor Performance Report CATEGORY RATING COMMENTS 1. Quality Assurance/Quality Control - Product/Services of high quality - Proper oversight - Communication Poor =1 Satisfactory =2 Excellent =3 2. Record Keeping -Accurate record keeping -Proper invoicing -Testing results complete Poor =1 Satisfactory =2 Excellent =3 3. Close-Out Activities - Restoration/Cleanup - Deliverables met - Punch list items addressed Poor =1 Satisfactory =2 Excellent =3 4. Customer Service - City Personnel and Residents - Response time - Communication Poor =1 Satisfactory =2 Excellent =3 5. Cost Control - Monitoring subcontractors - Change-orders - Meeting budget Poor =1 Satisfactory =2 Excellent =3 6. Construction Schedule - Adherence to schedule - Time-extensions - Efficient use of resources Poor =1 Satisfactory =2 Excellent =3 SCORE ADD ABOVE RATINGS/DIVIDE TOTAL BY NUMBER OF CATEGORIES BEING RATED RATINGS Poor Performance (1.0 – 1.59): Marginally responsive, effective and/or efficient; delays require significant adjustments to programs; key employees marginally capable; customers somewhat satisfied. Satisfactory Performance (1.6 – 2.59): Generally responsive, effective and/or efficient; delays are excusable and/or results in minor program adjustments; employees are capable and satisfactorily providing service without intervention; customers indicate satisfaction. Excellent Performance (2.6 – 3.0): Immediately responsive; highly efficient and/or effective; no delays; key employees are experts and require minimal direction; customer’s expectations are exceeded. Page 26 of 71 E-15-22 Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F Would you select/recommend this contractor again? Yes No Please attach any supporting documents to this report to substantiate the ratings that have been provided. Ratings completed by (print name) Ratings completed by signature Date Department Head (print name) Department Head Signature Date Vendor Representative (print name) Contractor Representative Signature Date Comments, corrective actions etc., use additional page if necessary: Page 27 of 71 E-15-22 Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F PROPOSAL BOND STATE OF FLORIDA ) ss ) KNOW ALL MEN BY THESE PRESENTS, that we , as principal, and hereinafter called Surety, are held and firmly bound unto The City of Pompano Beach, Pompano Beach, Florida, a political subdivision of the State of Florida, and represented by its City Commission hereinafter called OWNER, in the sum of Dollars ($ ) lawful money of the United States of America, for the payment of which well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors and assigned, jointly and severally, by these presents. WHEREAS, the Principal contemplates submitting or has submitted a Proposal to the OWNER for the furnishing of all labor, materials, equipment, machinery, tools, apparatus, means of transportation for, and the performance of the work covered in the Proposal and the detailed Drawings and Specifications, entitled: (RFP Name) WHEREAS, it was a condition precedent to the submission of said proposal that a cashier’s check or proposal bond in the amount of 5 percent of the base proposal be submitted with said proposal as a guarantee that the Proposer would, if awarded the Contract, enter into a written Contract with the OWNER for the performance of said Contract, within 10 consecutive calendar days after written notice having been given of the award of the Contract. NOW, THEREFORE, the conditions of this obligation are such that is the Principal within 10 consecutive calendar days after written notice of such award being given to Principal, enters into the contract to such award and gives a Performance and Payment Bond, each in an amount equal to 100 percent of the base proposal, satisfactory to the OWNER, then this obligation shall be void; in the event of the failure of Principal to enter into such contract and bond, the sum herein stated shall be due and payable to the OWNER and the Surety herein agrees to pay the sum immediately upon demand of the OWNER in good and lawful money of the United States of America, as liquidated damages for failure thereof of said Principal; otherwise, it shall remain in full force and effect. Page 28 of 71 E-15-22 Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F IN WITNESS WHEREOF, the said , as Principal herein, has caused these presents to be signed in the name by its and attested by its under its corporate seal, and the said as Surety herein, has caused these presents to be signed in its name by its under its corporate seal, this (year) Signed, sealed and delivered in the presence of: day of Principal - A.D. By: As to Principal Surety By: Attorney-in-Fact (Power-of-Attorney to be attached) By: Resident Agent END OF SECTION Page 29 of 71 E-15-22 Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F SAMPLE AGREEMENT THIS AGREEMENT is dated FLORIDA (hereinafter called OWNER) and called CONTRACTOR). _ by and between CITY OF POMPANO BEACH, (hereinafter OWNER and CONTRACTOR, in consideration of the mutual covenants hereinafter set forth, agree as follows: Article 1. WORK The project consists of the furnishing of all labor, equipment and materials for: Trenchless pipe rehabilitation & related items and services The Project for which the Work under the Contract Documents may be the whole or only a part is generally described as follows: (RFP Name) . Article 2. ENGINEER Not Applicable. Article 3. CONTRACT TIME This Contract shall be for a term of five (5) years or less beginning with the date this Agreement is fully executed by both parties. Contract term may be renewed for an additional five (5) year term, with City Commission approval, and written agreement by OWNER and CONTRACTOR. In addition to the requirements of Article 4 below, CONTRACTOR shall include, to the best of their ability, a substantial and final completion time with their plan to provide work under this Agreement. Specific assigned tasks performed pursuant to this Agreement shall be timely completed as directed by staff depending upon the emergent circumstances and as required to repair and protect the utility facilities and the public. Upon mutual agreement of substantial and final completion times for a project between both parties, failure of the CONTRACTOR to meet the substantial and final completion times for a project shall result in the application of liquidated damages as per Article 5 below. Article 4. PRECONSTRUCTION PHASE REQUIREMENTS Contractor shall be instructed to commence the Work by written instruction in the form of a Purchase Order issued by the OWNER’s General Services Department and two or more Notices to Proceed issued by the Contract Administrator. The first Notice to Proceed and Purchase Order will not be issued until Contractor’s submission to OWNER of all required documents and after execution of this Contract by both Parties. Preliminary work, including submission of a project schedule, schedule of values, submittals, submittal schedule, and other documents required for permitting, and performance of work that does not require permits, shall be commenced within ten (10) calendar days after the date of the first Notice to Proceed. Contractor shall have ten (10) days after receipt of signed and sealed contract drawings from Consultant to apply for construction permits to the applicable permitting authority. Issuance of all permits by the permitting authority shall be a condition precedent to the issuance of a Page 30 of 71 E-15-22 Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F second Notice to Proceed for all other Work. Except for the reimbursement of permit application fees as may be provided in the Contract Documents, Contractor shall not be entitled to compensation of any kind during the permitting process. The Work to be performed pursuant to the second Notice to Proceed shall be commenced within ten (10) calendar days of the Project Initiation Date specified in the second Notice to Proceed. Article 5. LIQUIDATED DAMAGES OWNER and CONTRACTOR recognize that time is of the essence of the Agreement and that OWNER will suffer financial loss if the Work is not completed within the times specified in Article 3, above, plus any extensions thereof allowed in accordance with the EXHIBIT “B” GENERAL CONDITIONS. They also recognize the delays, expense and difficulties involved in the proving in a legal or arbitration proceeding the actual loss suffered by OWNER if the Work is not completed on time. Accordingly, instead of requiring any such proof, OWNER and CONTRACTOR agree that as liquidated damages for delay (but not as a penalty) CONTRACTOR shall pay OWNER two hundred and 00/100 dollars ($200.00) for each day that expires after the time specified in Article 3 for Substantial Completion, plus any monies paid by the OWNER to the ENGINEER for additional engineering and inspection services until the Work is substantially complete. After Substantial Completion if CONTRACTOR shall neglect, refuse or fail to complete the remaining Work within the Contract Time or any proper extension thereof granted by OWNER, CONTRACTOR shall pay the OWNER one hundred and 00/100 ($100.00) for each day that expires after the time specified in Article 3 for completion of Work and readiness for final payment, plus any monies paid by the OWNER to the ENGINEER for additional engineering and inspection services. Article 6. CONTRACT PRICE OWNER shall pay CONTRACTOR for completion of the Work in accordance with the Contract Documents in current funds as follows: See PROPOSAL attached from RFP/contract documents. Article 7. PAYMENT PROCEDURES 7.1 CONTRACTOR shall submit Applications for Payment in accordance with the EXHIBIT “B” GENERAL CONDITIONS. Applications for Payment will be processed by ENGINEER as provided in the EXHIBIT “B” GENERAL CONDITIONS. 7.2 Progress Payments. OWNER shall make progress payments on account of the Contract Price on the basis of CONTRACTOR’S Applications for Payment as recommended by ENGINEER, on or about the 1st day of each month during construction as provided below. All progress payments will be on the basis of the progress of the Work measured by the schedule of values established in the EXHIBIT “B” GENERAL CONDITIONS (and in the case of Unit Price Work based on the number of units completed) or, in the event there is no schedule of values, as provided in the General Requirements. 7.2.1 Prior to Substantial Completion, progress payments will be made in an amount equal to the percentage indicated below, but, in each case, less the aggregate of payments previously made and such Page 31 of 71 E-15-22 Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F amounts as ENGINEER shall determine, or OWNER may withhold, accordance with the EXHIBIT “B” GENERAL CONDITIONS. 10% of Work completed will be withheld by OWNER as retainage. 7.2.2 Upon Substantial Completion, in an amount sufficient to increase total payments to CONTRACTOR to 90% of the Contract Price, less such amounts as ENGINEER shall determine, or OWNER may withhold, in accordance with the EXHIBIT “B” GENERAL CONDITIONS. 7.3 Final Payment. Upon final completion and acceptance of the Work in accordance with the EXHIBIT “B” GENERAL CONDITIONS, OWNER shall pay the remainder of the Contract Price as recommended by ENGINEER as provided in said EXHIBIT “B” GENERAL CONDITIONS. Article 8. CONTRACTOR’S REPRESENTATIONS In order to induce OWNER to enter into this Agreement, CONTRACTOR makes the following representations: 8.1 CONTRACTOR has familiarized itself with the nature and extent of the Contract documents, Work, site, locality, and all local conditions and Laws and Regulations that in any manner may affect cost, progress, performance or furnishing of the Work. 8.2 CONTRACTOR has studied carefully all reports of explorations and tests of subsurface conditions and drawings of physical conditions which are identified in the RFP, and accepts the determination set forth in the RFP of the extent of the technical data contained in such reports and Drawings upon which CONTRACTOR is entitled to reply. 8.3 CONTRACTOR has obtained and carefully studied (or assumes responsibility for obtaining and carefully studying) all such examinations, investigations, explorations, tests, reports and studies in addition to or to supplement physical conditions at or contiguous to the site or otherwise may affect the cost, progress, performance or furnishing of the Work as CONTRACTOR considers necessary for the performance or furnishing of the Work at the Contract Price, within the Contract Time and in accordance with other terms and conditions of the Contract Documents, including specifically the provisions of the EXHIBIT “B” GENERAL CONDITIONS; and no additional examinations, investigations, explorations, tests, reports, studies or similar information or data are or will be required by CONTRACTOR for such purposes. 8.4 CONTRACTOR has reviewed and checked all information and data shown or indicated on the Contract Documents with respect to existing Underground Facilities at or contiguous to the site and assumes responsibility for the accurate location of said Underground Facilities. No additional examinations, or investigations, explorations, tests, reports, studies or similar information or data in respect of said Underground Facilities are or will be required by CONTRACTOR in order to perform and furnish the Work at the Contract Price, within the Contract Time and in accordance with the other terms and conditions of the Contract Documents. Page 32 of 71 E-15-22 Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F 8.5 CONTRACTOR has correlated the results of all such observations, examinations, investigations, explorations, tests, reports and studies with the terms and conditions of the Contract Documents. 8.6 CONTRACTOR has given ENGINEER written notice of all conflicts, errors or discrepancies that he has discovered in the Contract Documents and the written resolution thereof by ENGINEER is acceptable to CONTRACTOR. 8.7 By entering into this Contract, the CONTRACTOR becomes obligated to comply with the provisions of Section 448.095, Fla. Stat., "Employment Eligibility." This includes but is not limited to utilization of the E-Verify System to verify the work authorization status of all newly hired employees, and requiring all subcontractors to provide an affidavit attesting that the subcontractor does not employ, contract with, or subcontract with, an unauthorized alien. Failure to comply will lead to termination of this Contract, or if a subcontractor knowingly violates the statute, the subcontract must be terminated immediately. Any challenge to termination under this provision must be filed in the Circuit Court no later than 20 calendar days after the date of termination. If this contract is terminated for a violation of the statute by the CONTRACTOR, the CONTRACTOR may not be awarded a public contract for a period of 1 year after the date of termination. Article 9. CONTRACT DOCUMENTS The Contract Documents which comprise the entire agreement between OWNER and CONTRACTOR concerning the Work consist of this Agreement and the following Exhibits, attached hereto and by reference incorporated herein and made a part hereof: Exhibit “A” – Request for Proposals (RFP), including, but not limited to, original RFP, general conditions, specifications, drawings, exhibits to the RFP, insurance requirements, any addenda issued and all documentation submitted by the CONTRACTOR; including, but not limited to, CONTRACTOR’s Proposal Pages, CONTRACTOR’s sworn statement on drug-free workplace, CONTRACTOR’S insurance certificate, any documentation submitted by the CONTRACTOR prior and after award in relation to the RFP and this Agreement Exhibit “B” – EXHIBIT “B” GENERAL CONDITIONS Exhibit “C” – Supplementary Conditions This Agreement and the exhibits listed above, including any approved amendments to the Agreement comprise the entirety of the contract documents between the OWNER and CONTRACTOR. This Agreement may only be amended, modified or supplemented as provided in Exhibit “B”, General Conditions. Any inconsistency in this Agreement and its exhibits listed above shall be resolved by giving precedence in the following order: a) This Agreement b) Exhibit “B”, General Conditions c) Exhibit “C”, Supplementary Conditions d) Exhibit “A”, RFP, addenda and documentation Page 33 of 71 E-15-22 Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F Article 10. MISCELLANEOUS 10.1 Terms used in this Agreement which are defined in the EXHIBIT “B” GENERAL CONDITIONS will have the meanings indicated in the EXHIBIT “B” GENERAL CONDITIONS. 10.2 No assignment by a party hereto of any rights under or interests in the Contract Documents will be binding on another party hereto without the written consent of the party sought to be bound; and specifically but without limitation moneys that may become due and moneys that are due may not be assigned without such consent (except to the extent that the effect of this restriction may be limited by law), and unless specifically stated to the Contrary in any written consent to an assignment no assignment will release or discharge the assignor from any duty or responsibility under the Contract Documents. 10.3 OWNER and CONTRACTOR each binds itself, its partners, successors, assigns and legal representatives to the other party hereto, its partners, successors, assigns and legal representatives in respect of all covenants, agreements and obligations contained in the Contract Documents. 10.4 Project Web Requirements: a. This project shall utilize e-Builder Enterprise (Software), a web-based project management software. OWNER shall use the Software to manage all project documents, communications and costs between the CONTRACTOR and OWNER. Training will be provided for the CONTRACTOR and all subcontractors that require access to the software. b. CONTRACTOR shall conduct project controls outlined by the OWNER utilizing the Software. The designated web-based application license(s) shall be provided by the OWNER to the CONTRACTOR and subcontractors. No additional software will be required. c. CONTRACTOR shall have the responsibility for logging in to the project web site on a daily basis, and as necessary to be kept fully apprised of project developments and required action items. These may include but are not limited to: Contracts, Contract Exhibits, Contract Amendments, Drawing Issuances, Addenda, Bulletins, Permits, Insurance & Bonds, Safety Program Procedures, Safety Notices, Accident Reports, Personnel Injury Reports, Schedules, Site Logistics, Progress Reports, Correspondence, Daily Logs, Non-Conformance Notices, Quality Control Notices, Punch Lists, Meeting Minutes, Requests for Information, Submittal Packages, Substitution Requests, Monthly Payment Request Applications, Supplemental Instructions, Owner Change Directives, Potential Change Orders, Change Order Requests, Change Orders and the like. All supporting data including but not limited to shop drawings, product data sheets, manufacturer data sheets and instructions, method statements, safety SDS sheets, Substitution Requests and the like will be submitted in digital format via the Software. Page 34 of 71 E-15-22 Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F IN WITNESS WHEREOF, the parties hereto have caused this Agreement to be executed the day and year hereinabove written. CITY OF POMPANO BEACH By: REX HARDIN, MAYOR By: GREGORY P. HARRISON, CITY MANAGER Attest: ASCELETA HAMMOND, CITY CLERK Dated: (SEAL) APPROVED AS TO FORM: MARK E. BERMAN, CITY ATTORNEY Page 35 of 71 E-15-22 Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F “CONTRACTOR” Witnesses: Company Name By: AUTHORIZED SIGNER, POSITION (Print or Type Name) (Print or Type Name) STATE OF State of Incorporation COUNTY OF The foregoing instrument was acknowledged before me, by means of □ physical presence or □ online notarization this day of , 20 , by AUTHORIZED SIGNER as of Company Name, a State of Incorporation corporation on behalf of the corporation OR a $state_of_incorporation limited liability company OR a foreign corporation authorized to do business in Florida. He/She is personally known to me or who has produced (type of identification) as identification. NOTARY’S SEAL: NOTARY PUBLIC, STATE OF $state_of_incorporation (Name of Acknowledger Typed, Printed or Stamped) Commission Number Page 36 of 71 E-15-22 Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F General Conditions of the Contract ARTICLE 1. DEFINITIONS. 1.01 The Contract Documents: The Contract Documents consist of the Agreement Form, Addenda, Supplementary Conditions, General Conditions, Documents contained in the Project Manual, Drawings, Plans, Specifications, and all modifications issued after execution of the Contract. 1.02 The Owner, the Contractor, and the Project Consultant: are those mentioned as such in the Contract Documents. 1.02.01 Owner: The City of Pompano Beach, Florida, (also referred to as the "City"). 1.02.02 Contractor: The "party of the second part" to the Contract. The person, firm or corporation with whom a contract has been made with the Owner for the performance of the work defined by the Contract Documents. 1.02.03 Project Consultant: The individual, partnership, corporation, association, joint venture, or any combination thereof, of properly registered professional architects, engineers or other design professionals who has entered into a contract with the Owner to provide professional services for development of the design and Contract Documents for the work of this Project and provide Construction Contract Administration as described in the Contract Documents. 1.03 City Engineer: City Engineer of the City of Pompano Beach, Florida. 1.04 Final Completion: Means that date subsequent to the date of Substantial Completion at which time the Contractor has completed all of the work (or designated portion thereof) in accordance with the Contract Documents as certified by the Project Consultant and/or approved by the Owner. In addition, Final Completion shall not be deemed to have occurred until any and all governmental bodies, boards, entities, etc., which regulate or have jurisdiction of the work, have inspected, approved and certified the work. 1.06 Inspector: An employee(s) of The City of Pompano Beach, Florida, referred to hereinafter as the “Inspector,” who(m) is/are assigned by the City Engineer to periodically inspect the Project during the construction process, and who assist(s) the City Engineer in reviewing field performance and its compliance with the Contract Documents. 1.06.01 Resident Inspector: An employee or subconsultant of the Project Consultant employed to perform either periodic or full-time specific inspection duties. 1.07 Other Contractors: Any person, firm or corporation with whom a Contract has been made by the Owner for the performance of any work on the site, which work is not a portion of the work covered by the Contract. 1.08 Owner's Representative: The City Official who has been delegated responsibility by the City Manager to act as the City’s project coordinator. (In most cases, the City Engineer shall be assigned this duty.) 1.09 Phase: A designated subdivision of the work, usually with its own requirements for Substantial and Final Completion, and liquidated damages. A Phase may be designated for completion by the Owner's own forces, or by Other Contractors. 1.10 The Project: The total construction of which the work performed under the Contract Documents may be the whole or a part, and which may include construction by the Owner or by separate Contractors. 1.11 Punch List: A list of items of work required to render complete, satisfactory, and acceptable the construction services provided for in the Contract Documents and created pursuant to Florida Statute 218.735(7)(a). Page 37 of 71 E-15-22 Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F 1.12 Subcontractor: A person or entity other than a materialman or laborer who enters into a Contract with Contractor for the performance of any part of Contractor's work. The term "Subcontractor" is referred to throughout the Contract Documents as if singular in number and means a Subcontractor or an authorized representative of the Subcontractor. The term "Subcontractor" does not include a separate Contractor or Subcontractors of a separate Contractor. 1.13 Sub-Subcontractor: A person or entity other than a materialman or laborer who enters into a contract with a Subcontractor for the performance of any part of such Subcontractor's contract. The term "Sub-Subcontractor" is referred to throughout the Contract Documents as if singular in number and means a Sub-Subcontractor or an authorized representative of the Sub-Subcontractor. The term "Sub-Subcontractor" does not include separate Subcontractors of a separate Contractor. 1.14 Submittals: Are prepared by the Contractor or those working on his behalf (Subcontractors, material suppliers, and others) to show how a particular aspect of the work is to be fabricated and installed. The Contractor's submittals include shop drawings, product data, samples, mock-ups, test results, warranties, maintenance agreements, workmanship bonds, project photographs, record documents, field measurement data, operating and maintenance manuals, reports, certifications, periodic and final “as-builts”, surveys, videos and other types of information described in the specifications. 1.15 Substantial Completion: The term Substantial Completion as used herein, shall mean that point at which, as certified in writing by the Project Consultant, the work, or a designated portion thereof, is at a level of completion in substantial compliance with the Contract Documents such that the Owner or its designee can enjoy use or occupancy and can use or operate it in all respects for its intended purpose. In the event the work includes more than one Phase, the Owner, at its discretion, may set Substantial Completion dates for each Phase and may impose provisions for liquidated damages for each Phase. 1.16 Subconsultant: A person or organization of properly registered professional architects, engineers or other design professionals who has entered an agreement with the Project Consultant to furnish professional services in support of the Project Consultant’s Contract with the Owner. 1.17 Superintendent: The executive representative for the Contractor be present on the work at all times during progress, authorized to receive and fulfill instructions from the Owner and the Project Consultant and capable of superintending the work efficiently. 1.18 Work: The totality of the obligations, including construction and other services, imposed on the Contractor by the Contract Documents, whether completed or partially completed, and including all labor, materials, equipment, and services provided or to be provided by the Contractor to fulfill the Contractor's obligations. The work may constitute the whole or a part of the Project. 1.19 Written Notice: Shall be deemed to have been duly served 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, if delivered at or sent by registered mail or other traceable delivery service to the last business address known to him who gives notice. Electronic, Fax or other telephonic transmission shall not be considered as written notice. ARTICLE 2. THE WORK. 2.01 The Contractor shall perform all of the work required by the Contract Documents and shall provide materials, supplies, tools, equipment, labor and services directly related to the work, and shall perform the work in a good and workmanlike manner with sufficient manpower to perform the work in accordance with the time requirements set forth in the Contract Documents, and shall perform all other acts and supply all other things necessary to complete the work in strict accordance with the Contract Documents. 2.02 When completed the work shall conform to the requirements of the Contract Documents and be completely ready for occupancy and finally completed. 2.03 The Contractor represents and warrants to the Owner that: Page 38 of 71 E-15-22 Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F 2.03.01 It is financially solvent and has sufficient working capital to perform the obligations under this Construction Contract; 2.03.02 It is experienced and skilled in the construction of the type of project described in the Contract Document; 2.03.03 It is able to provide the labor, materials, equipment and machinery necessary to complete the work for the agreed upon price; 2.03.04 It is fully licensed under all applicable laws and authorized to do business in the State of Florida in the name of the entity identified as the "Contractor" in the Construction Contract, and is legally permitted to perform all the work set forth in this Construction Contract. 2.03.05 It has visited the jobsite and examined its nature and location, including without limitation: the surface conditions of the site and any structure or obstruction both natural or man-made; the surface water conditions and water ways of the site and surrounding area; the subsurface conditions of the land as disclosed by soil test borings; and the location of electric and utility lines and water, sanitary, sewer and storm drain lines, as well as site ingress and egress. The Contractor acknowledges receipt and has reviewed the site geotechnical report provided for the Owner. 2.03.06 It will comply with all federal, state and local governmental laws, rules and regulations relating to its responsibilities as set forth in the Contract Documents. ARTICLE 3. COORDINATION AND CORRELATION OF DRAWINGS AND SPECIFICATIONS. 3.01 The Contractor represents that: 3.01.01 The Contractor and Subcontractors have fully examined and compared all Drawings, Specifications and other Contract Documents including but not limited to those relating to the architectural, structural, mechanical, electrical, civil engineering and plumbing elements and have compared and reviewed all general and specific details on the Drawings and the various technical and administrative requirements of the Specifications. 3.01.02 All construction materials, labor, methods, means, techniques, sequences and procedures required to carry out the work, all safety precautions and programs required in connection with carrying out the work, all conflicts, discrepancies, errors and omissions that Contractor is aware of as a result of the examination and comparison of the Contract Documents have been either corrected or clarified to the satisfaction of the Contractor prior to execution of this Construction Contract. 3.01.03 The Contract Sum is reasonable compensation and represents the total lump sum cost for the work and that all systems and work shall be functional and in accordance with the requirements of the Contract Documents. 3.01.04 The Contract Time is adequate for the performance of the work. 3.02 The Contractor is responsible for all means, methods, techniques and sequencing of construction. 3.03 If, after execution of this Construction Contract, the Contractor detects a conflict, discrepancy, error or omission in the Contract Documents then it shall immediately notify Project Consultant and Owner prior to proceeding with the specific portion of the work. ARTICLE 4. INTENT AND INTERPRETATION. 4.01 With the respect to the intent and interpretation of this Contract, the Owner and the Contractor agree as follows: 4.01.01 The Contractor shall have a continuing duty to read, examine, review, compare and contrast each of the documents which make up this Contract and shall immediately give written notice to the Owner and the Project Consultant of any conflict, ambiguity, error or omission which the Contractor may find with respect to these documents before proceeding with the affected work. Page 39 of 71 E-15-22 Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F 4.01.02 The Contract Documents are complementary, and what is called for by one shall be as binding as if called for by all. 4.01.03 The intent of the Contract Documents is to include all labor, materials, equipment services and transportation necessary for the proper execution of the work. The Contractor shall continually refer to drawing, specifications and other Contract Documents in this regard. 4.01.04 In the event of a conflict among the Contract Documents, the most stringent requirement to the Contractor shall control. 4.02 The Project Consultant shall be the initial interpreter of the requirements of the Contract Documents and the judge of the performance thereunder. 4.02.01 The Project Consultant shall render interpretations necessary for the proper execution or progress of the work with reasonable promptness on written request of either the Owner or the Contractor, and shall render written decisions, within a reasonable time, on all claims, disputes, change order requests, substitution requests, requests for interpretation and other matters in question between the Owner and the Contractor relating to the execution or progress of the work or the interpretation of the Contract Documents. 4.02.02 Interpretations and decisions of the Project Consultant shall be consistent with the intent of and reasonably inferable from the Contract Documents. 4.02.03 In the capacity of interpreter the Project Consultant shall endeavor to secure faithful performance by both the Owner and the Contractor, and shall not show partiality to either. ARTICLE 5. CITYSHIP OF THE CONTRACT DOCUMENTS WHICH MAKE UP THE CONTRACT. 5.01 Subject to any rights the Project Consultant may have, the Contract Documents and each of them, as well as any other documents, intellectual property, software, computer-assisted material or disks relating to or regarding the work, shall be and remain the property of the Owner. This shall be the case even if prepared, created or provided by the Project Consultant, Contractor, Subcontractor or others. 5.02 The Contractor shall have the right to keep copies of same upon completion of the work; provided, however, that in no event shall the Contractor use, or permit to be used, any portion or all of same on other projects without the Owner's prior written authorization. 5.03 The Contractor agrees to provide any and all items referred to in this Paragraph to Owner upon demand by Owner. In the event Contractor fails to provide same to Owner as demanded, Contractor acknowledges that the Owner will need same and will be irreparably harmed and be subject to an injunction to provide same. ARTICLE 6. TEMPORARY UTILITIES. 6.01 Water for Execution of the work: The Contractor shall provide temporary water lines sufficient to supply all water needed for the construction and other services required by the Contract Documents and shall pay for all service connections and water used by the Contractor or Subcontractors unless the contrary is provided for elsewhere in the Contract Documents. 6.02 Electrical Energy: The Contractor shall provide temporary electrical energy and power lines sufficient to supply all electricity needed for the construction and other services required by the Contract Documents and shall pay for all service connections and electricity used by the Contractor or Subcontractors unless the contrary is provided for elsewhere in the Contract Documents. 6.03 Temporary Sanitary Facilities and Sewers: 6.03.01 The Contractor shall provide and maintain in a neat and sanitary condition such accommodations and facilities for the use of his employees as may be necessary to comply with the regulations of any governmental agencies, departments, etc. which address or govern these issues. Page 40 of 71 E-15-22 Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F 6.03.02 No nuisance will be permitted. 6.03.03 Upon completion of work, such facilities shall be removed and the premises left in a sanitary condition. 6.03.04 Contractor is not permitted to use restrooms or other sanitary facilities within the Owner’s existing building or on- site facilities unless the contrary is provided for elsewhere in the Contract Documents. ARTICLE 7. PROGRESS. 7.01 Contractor shall provide the Owner with full information in advance as to its plans for performing each part of the work. This shall include, but not be limited to, schedules provided to the Owner as Post-Award Information and subsequently updated schedules submitted to the Owner on a monthly basis as required in Article 10 below, as a condition precedent to payment(s). 7.01.01 Such schedule shall be in a form acceptable to the Owner. 7.01.02 The Contractor's schedule shall be updated no less frequently than monthly (unless the parties otherwise agree in writing) and shall be updated to reflect conditions encountered from time to time and shall apply to the total Project. 7.01.03 Each such revision shall be provided to the Owner and the Project Consultant. 7.01.04 Compliance with the requirements of this Subparagraph shall be a condition precedent to payment to the Contractor, and failure by the Contractor to comply with said requirements shall constitute a material breach of this Contract. 7.01.05 By providing these Schedules to Owner, Owner does not in any way acknowledge or consent that the Schedules are acceptable or reasonable, but it is simply reviewing same for its own informational purposes. 7.02 If at any time during the progress of work, the Contractor's actual progress is inadequate to meet the requirements of the Contract Documents, such as the required completion dates, the Owner may so notify Contractor who shall thereupon take such steps as may be necessary to improve its progress so as to complete the work on or before the required Substantial Completion Date. 7.02.01 If within a reasonable period as determined by Owner, the Contractor does not improve performance to meet the requirements of the Contract Documents, such as the required completion dates, then the Owner may require an increase in any or all of the following: Contractor's Subcontractor crews and Contractor's own labor force, the number of shifts, overtime operation, Contractor's supervision and additional days of work per week, all without cost to Owner. 7.02.02 Neither such notice by Owner nor Owner's failure to issue such notice shall relieve Contractor of its obligation to achieve the quality of work and rate of progress required by the Contract Documents. 7.03 Failure of Contractor to comply with the instructions of the Owner may be grounds for determination by Owner that Contractor is not prosecuting its work with such diligence as will assure completion within the time specified. 7.04 Upon such determination, Owner, in addition to any and all other rights set forth in the Contract Documents and remedies afforded Owner under the Contract Documents or at law, may: 7.04.01 Elect to proceed with the work with its own employees, agents, Contractors, Subcontractors, Suppliers and assess all costs, expenses or fees for same against Contractors and/or 7.04.02 Terminate for cause Contractor's right to proceed with the performance pursuant to the Contract Documents, or any separable part thereof, in accordance with the applicable provisions of the Contract Documents. Page 41 of 71 E-15-22 Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F ARTICLE 8. EXPEDITING 8.01 The work, equipment and material provided under this Contract may be subject to expediting by Owner. 8.02 Owner shall be allowed reasonable access to the shops, factories and other places of business of the Contractor and/or Subcontractors for expediting purposes. 8.03 As required by Owner, Contractor shall supply schedules and progress reports for Owner's use in expediting, and Contractor shall cooperate with Owner and require Subcontractors to cooperate with Owner in such expediting. 8.04 Any expediting performance by Owner shall not relieve Contractor of its sole and primary responsibility for timeliness of delivery of the equipment and material to be provided under the Contract Document. ARTICLE 9. COMPLETION. 9.01 When the Contractor considers that the work, or a portion thereof which the Owner agrees to accept separately, is substantially complete, the Contractor shall prepare and submit to the Project Consultant a comprehensive Punch List of items to be completed or corrected prior to final payment. Failure to include an item on the Punch List does not alter the responsibility of the Contractor to complete all work in accordance with the Contract Documents. 9.01.01 For a Project with an estimated cost of less than ten million dollars ($10,000,000), the Punch List shall be completed within thirty (30) calendar days after Substantial Completion of the Project, as same is defined in the Contract Documents. If Substantial Completion is not defined in the Contract Documents, the list shall be completed upon reaching beneficial occupancy or use. 9.01.02 For a Project with an estimated cost of ten million dollars ($10,000,000) or more, the Punch List shall be completed within thirty (30) calendar days, unless otherwise extended elsewhere in the Contract Documents, but not to exceed sixty (60) calendar days, after reaching Substantial Completion, as same is defined in the Contract Documents. If Substantial Completion is not defined in the Contract Documents, the list shall be completed upon reaching beneficial occupancy or use. 9.02 For a Project involving the construction of more than one building or structure, or involving a multi-phased project, a Punch List shall be created for each building, structure, or phase of the Project pursuant to the limitations provided for above in 9.01.01 and 9.01.02, as applicable. 9.03 The failure to include any corrective work or pending items not yet completed on the List does not alter the responsibility of the Contractor to complete all the construction services purchased pursuant to the contract. All items that require correction under the Contract Documents and that are identified after the preparation and delivery of the Punch List remain the obligation of the Contractor as defined by the Contract Documents. 9.04 Upon completion of all of the items on the Punch List, the Contractor may submit a payment request for all remaining retainage withheld by the local governmental entity pursuant to this section. If a good faith dispute exists as to whether one or more items identified on the list have been completed pursuant to the Contract Documents, the Owner may continue to withhold an amount not to exceed one hundred-fifty percent (150%) of the total costs to complete the outstanding item. 9.05 In the event that the Contractor fails, in whole or in part, to comply with the obligations and responsibilities required hereunder in paragraph 9.01, the Owner need not pay or process any payment request for remaining retainage. Page 42 of 71 E-15-22 Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F ARTICLE 10. CONTRACT PAYMENTS. 10.01 Schedule of Values: 10.01.01 The Contractor shall maintain and update the Schedule of Values originally provided to the Owner as Post-Award Information. 10.01.02 The Contractor's Schedule of Values apportions the Contract Price among the different elements of the required work for purposes of periodic and final payments and shall be submitted as detail in support of the Contractor’s monthly Application for Payment. 10.01.03 The Schedule of values shall be presented with such detail, and supported with whatever information the Project Consultant or the Owner reasonably requests. 10.01.04 The Contractor shall not imbalance its Schedule of Values nor artificially inflate or exaggerate any element thereof. Contractor’s failure to comply with this provision shall be grounds for Owner to terminate Contractor, as provided for elsewhere herein. 10.02 The Owner shall pay the Contract Price to the Contractor in accordance with the procedures provided herein. 10.02.01 On or before the 15th day of each month after commencement of performance, but no more frequently than once monthly, the Contractor may submit an Application for Payment to the Owner for the period ending the last day of the previous month or other pay period as mutually defined and agreed to by the Contractor and Owner and as provided for in the Contract Documents. The Contractor shall also deliver a copy of the Application for Payment to the Project Consultant. 10.02.02 Said Application for Payment shall be in the format required elsewhere in the Contract Documents and include whatever supporting information as may be required by the Project Consultant, the Owner, or both. 10.02.03 The Owner shall not be required to pay for stored materials or equipment except as set forth in Article 25 below. 10.02.04 Each Application for Payment shall be signed by the Contractor and shall constitute the Contractor's representation that the quantity of work has reached the level for which payment is requested, that the work has been properly installed or performed in substantial compliance with the requirements of the Contract Documents, and that the Contractor knows of no reason why payment should not be made as requested. 10.02.05 Upon receipt of the Application for Payment, the Project Consultant shall: a. Within ten (10) days, review the Application for Payment and may also review the work at the Project site or elsewhere to determine whether the quantity and quality of the work is as represented in the Application for Payment and is as required by the Contract Documents. b. Approve in writing the amount which, in the opinion of the Project Consultant, is properly owing to the Contractor. 10.02.06 The Owner shall make payment to the Contractor within fifteen (15) days following the Project Consultant's written approval of the Application for Payment but in no event later than twenty-five (25) days after the invoice was received by the Owner. 10.02.07 The Owner may reject the Application for Payment within twenty (20) business days after the date on which the Application for Payment is stamped as received. The rejection shall be in writing and shall specify the deficiency in the payment request or invoice and the action necessary to make the payment request or invoice proper. 10.02.08 If the Owner disputes a portion of an Application for Payment, the undisputed portion must be timely paid. Page 43 of 71 E-15-22 Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F 10.02.09 The Contractor may submit a corrected Application for Payment which corrects the deficiency or deficiencies specified in writing by the Owner. The Owner shall either pay or reject the corrected Application for Payment within ten (10) business days after receipt of same. 10.02.10 If a dispute regarding the Application for Payment cannot be resolved pursuant to the process outlined herein, it must be resolved in accordance with the dispute resolution procedures outlined in Article 45. 10.02.11 The amount of each monthly payment shall be the amount approved for payment by the Project Consultant less such amounts, if any, otherwise owing by the Contractor to the Owner or which the Owner shall have the right to withhold as authorized by the Contract Documents or reasonable business practices. In the event of a dispute with regard to a portion of the Application for Payment, the Owner shall pay the undisputed portion pursuant to the timeline established in this Section. 10.02.12 The Project Consultant's approval of the Contractor's Applications for Payment shall not preclude the Owner from the exercise of any of its rights as set forth in the Contract Documents. 10.02.13 The submission by the Contractor of an Application for Payment also constitutes an affirmative representation and warranty that all work for which the Owner has previously paid is free and clear of any lien, claim, or other encumbrance by any person whatsoever. 10.02.14 As a condition precedent to payment, the Contractor shall, as required elsewhere in the Contract Documents and as required by the Owner, also provide to the Owner documents relating to the Project, including but not limited to, updated schedules and daily logs, properly executed documents that all Subcontractors, materialmen, suppliers or others having rights, acknowledge receipt of all sums due pursuant to all prior Payment Requests and waive and relinquish any rights or other claims of any nature relating to the Project. 10.02.15 Furthermore, the Contractor warrants and represent that, upon payment of the Application for Payment submitted, title to all work included in such payment shall be vested in the Owner. 10.02.16 Dollar Value/Time Graphs: Each of the Contractor’s Application for Payment shall be accompanied by a graph, prepared by the Contractor, that consecutively tracks the percentage of completion of both the Application for Payment’s dollar value attained and the contract time (calendar days) elapsed, all coinciding with the date of the Application for Payment. 10.03 When payment is received from the Owner, the Contractor shall within five (5) days pay all Subcontractors, materialmen, laborers and suppliers the amounts they are due for all work covered by such payment. In the event such payments are not made in a timely manner the Owner may, in its discretion, invoke reasonable procedures in order to protect Owner's interest or Owner's desire to assist in having Subcontractors, laborers, suppliers, materialmen or others paid. 10.04 It is mutually agreed that payments made under this Contract shall not constitute acceptance of defective or improper materials or workmanship nor shall same act as a waiver or release of future performance in accordance with the Contract Documents. ARTICLE 11. WITHHOLDING PAYMENT TO CONTRACTOR. 11.01 The Owner may withhold as retainage five percent (5%) of the payment owed to the Contractor until fifty percent (50%) completion of the Project. After fifty-percent (50%) completion is reached the owner may reduce the retainage withheld from each subsequent progress payment. 11.01.01 Fifty-percent (50%) completion shall be defined in the Contract Documents. If not defined, fifty percent (50%) completion shall be the point at which the Owner has expended fifty percent (50%) of the total cost of the construction services purchased with all costs associated with existing change orders and any other additions or modifications to the construction services provided for in the Contract Documents. 11.01.02 After fifty percent (50%) completion of the Project, the Contractor may present to the Owner an Application for Payment of up to one-half (1/2) of the retainage retained by the Owner prior to the fifty-percent completion date. Page 44 of 71 E-15-22 Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F The Owner shall promptly make such payment unless the Owner has grounds for withholding the payment retainage as provided herein. 11.02 If the City pays the retainage amount upon the Contractor’s request which is attributable to the labor, services, or materials supplied by one or more Contractors or suppliers, the Contractor shall timely remit payment of such retainage to those Subcontractors or suppliers. 11.03 Regardless of the provisions in this Article, in no event shall the Owner be required to pay or release any amounts that are the subject of a good faith dispute, a claim brought pursuant to Fla. Stat. § 255.05, or otherwise the subject of a claim or demand by the Owner. 11.04 In addition to the Retainage, payments, including but not limited to Final Payment, may be withheld or reduced by the Owner in its sole discretion if any of the following exists: 11.04.01 The work is not proceeding in accordance with the Construction Documents Schedule as anticipated by the Project Consultant or the Owner. In that event, the Project Consultant or the Owner will assess the anticipated delay and the Owner will use the amounts specified for Liquidated Damages as the basis for amounts withheld. Said funds shall be held until such time as the Project Consultant or Owner determine that the work is back on schedule. By making said funds available to Contractor, Owner does not waive its right to assess liquidated damages at the completion of the Project; 11.04.02 Liquidated Damages as set forth in this Contract; 11.04.03 Defective work unremedied; 11.04.04 Punch-List items unremedied; 11.04.05 Subject to Owner's written notice to Contractor in accordance with the Contract Documents back charge items for work performed by Owner or another Contractor at the request of Owner, which work is within the scope of the work under this Construction Contract; 11.04.06 Claims filed by Subcontractors, laborers, suppliers, materialmen or others; 11.04.07 Failure to comply with any and all insurance requirements; 11.04.08 Failure of the Contractor to make payment properly to Subcontractors or others; 11.04.09 Damage to the Owner or another Contractor; 11.04.10 Reasonable evidence that the work will not be completed on or before the Substantial Completion or Final Completion Date; 11.04.11 Failure of the Contractor to carry out any of its obligations in accordance with the Contract Documents; 11.04.12 Failure of the Contractor to submit the information or documents required by this Contract or reasonably required by Owner, including but not limited to schedules and daily logs. ARTICLE 12. CONTRACTOR'S RIGHT UPON NONPAYMENT. 12.01 If within thirty (30) days of the date payment to the Contractor is due, the Owner, without cause or basis hereunder, fails to pay the Contractor any amounts then due and payable to the Contractor, the Contractor shall have the right to cease work until receipt of proper payment after first providing ten (10) days written notice of its intent to cease work to the Owner. Page 45 of 71 E-15-22 Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F ARTICLE 13. INFORMATION AND MATERIAL SUPPLIED BY THE CITY. 13.01 The Owner shall furnish to the Contractor, prior to the execution of the Contract, any and all written and tangible material, including but not limited to surveys and other information concerning existing conditions on the Site. 13.02 The Owner shall also furnish, if appropriate, the legal description of the Project site, and any required survey. ARTICLE 14. LICENSES AND PERMITS. 14.01 All licenses and permits necessary to commence and prosecute the work to completion shall be procured and paid for by the Contractor, unless expressly provided for elsewhere in the Contract Documents. 14.03 All easements and rights-of-way will be procured and paid for by the Owner unless otherwise specifically provided within the Contract Documents. ARTICLE 15. CEASE AND DESIST ORDER. 15.01 In the event the Contractor fails or refuses to perform the work as required herein, the Owner may instruct the Contractor to cease and desist from performing the work in whole or in part. Upon receipt of such instruction, the Contractor shall immediately cease and desist as instructed by the Owner and shall not proceed further until the cause for the Owner's instructions has been corrected and the Owner instructs that the work may resume. 15.02 In the event the Owner issues such instruction to cease and desist, and in the further event the Contractor fails and refuses within seven (7) days of receipt of same to provide adequate assurance to the Owner that the cause of such instructions will be eliminated or corrected, then the Owner shall have the right, but not the obligation, to carry out the work with its own forces, or with the forces of another Contractor, and the Contractor shall be fully responsible and liable for the costs of performing such work by the Owner. 15.03 The rights set forth herein are in addition to, and without prejudice to, any other rights or remedies the Owner may have against the Contractor. ARTICLE 16. DUTIES, OBLIGATIONS AND RESPONSIBILITIES OF THE CONTRACTOR. 16.01 The Contractor shall perform the work in accordance with the Contract Documents. 16.02 The Contractor shall supervise the work and bear full responsibility for any and all acts or omissions of those engaged in the work on behalf of the Contractor. 16.03 The Contractor hereby warrants that all labor provided under this Contract shall be competent to perform the tasks undertaken, that the product of such labor shall yield only first-class results, that all material and equipment provided shall be new and of high quality, that the work will be complete, of high quality, without defects, and in compliance with the requirements of the Contract Documents. Any work not complying with the requirements of this Subparagraph shall constitute a breach of the Contractor's warranty. 16.04 Unless expressly provided for elsewhere in the Contract Documents, the Contractor shall obtain and pay for all required permits, fees, and licenses and shall comply with all legal requirements applicable to the work. 16.05 The Contractor shall prepare and submit schedules and supporting documentation as required elsewhere in the Contract Documents. 16.06 Record Keeping on Site: 16.06.01 The Contractor shall keep a daily log, an updated copy of the Contract Documents, approved shop drawings and other submittals, and other documents and materials as required by the Contract Documents at the site. 16.06.02 All of these items shall be available to the Owner and the Project Consultant at all regular business hours. Page 46 of 71 E-15-22 Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F 16.06.03 Upon final completion of the work, all of these items shall be finally updated and provided to the Owner and shall become the property of the Owner. 16.07 Shop Drawings and Other Submittals: 16.07.01 The Contractor shall submit for approval with reasonable promptness and in a timely manner so as to cause no delay in the work, various submittals including shop drawings as required for the work of the various trades. 16.07.02 These shop drawings and other submittals shall be in accordance with the requirements of the Contract Documents and shall be carefully checked in every respect and signed by the Contractor before submitting same to the Project Consultant. 16.07.03 Shop drawings and other submittals from the Contractor are not part of the Contract Documents but are documents prepared and utilized by the Contractor to coordinate the work. 16.07.04 The Contractor shall not do any work requiring shop drawings or other submittals unless such have been approved in writing by the Project Consultant. 16.07.05 All work requiring approved shop drawings or other submittal shall be done in compliance with such approved documents. However, approval by the Project Consultant or the Owner shall not be evidence that work installed pursuant thereto conforms with the requirements of the Contract Documents. 16.07.06 The Owner and the Project Consultant shall have no duty to review partial submittal or incomplete submittal except as may be provided otherwise within the Contract Documents. 16.07.07 The Contractor shall maintain a submittal log which shall include, at a minimum, the date of each submittal, the date of any resubmittal, the date of any approval or rejection, and the reason for any approval or rejection. 16.07.08 The Contractor shall have the duty to carefully review, inspect and examine any and all submittal and resubmittals before submission of same to Owner or the Project Consultant. 16.08 The Contractor shall maintain the Project site in a reasonably clean condition during performance of the work. Upon final completion, the Contractor shall thoroughly clean the Project site of debris, trash and excess materials or equipment. In the event the Project is located at or near occupied facilities, then Owner may establish additional rules and regulations regarding condition at the Project, including but not limited to, keeping the Project and the occupied premises clean, safe and secure. 16.09 At all times, the Contractor shall permit the Owner and the Project Consultant to enter upon the Project site and to review or inspect the work. ARTICLE 17. SUBCONTRACTS. 17.01 The Contract Documents make no attempt to fix the scope of the work of any Subcontractor nor the responsibilities of any such Subcontractor, it being understood that the Contractor shall fix the scope of all work and responsibilities of the Subcontractor. Contractor shall not replace Subcontractor without good cause. 17.02 The Contractor shall continuously update information concerning Subcontractors submitted to the Owner as Post- Award Information by submitting: 17.02.01 The General form of Subcontract Agreement used by the Contractor within thirty (30) days of execution of the Construction Contract. 17.02.02 Updated listings of Subcontractors denoting changes to the list submitted as Post-Award Information within ten (10) days of said change. 17.02.03 Copies of executed Subcontractor Contracts within ten (10) days of their execution. Page 47 of 71 E-15-22 Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F 17.02.04 A complete accounting of all payments made to Subcontractors and the balances owed to the Subcontractors with each Application for Payment submitted by the Contractor. 17.03 All contracts with Subcontractors shall incorporate by reference the terms and conditions of this Construction Contract. 17.04 The Contractor shall cause and require to be included in all Subcontracts a provision for the benefit of the Owner binding the Subcontractors to remain bound by the Subcontracts in the event the Contractor is replaced by another Contractor pursuant to the terms of the Contract Documents. The Contractor shall also include in all Subcontracts a provision requiring the Subcontractor, in the event of the Contractor's termination, to consent to the assignment of their Subcontracts to the Owner. 17.05 The Owner may at any time request from the Subcontractors, or any of them, a sworn statement of account with the Contractor and the Contractor shall cause to be included in all Subcontracts a requirement that the Subcontractors provide said sworn statement upon Owner's request. 17.06 Each Subcontractor and supplier must agree to assign all of its warranties to Owner. In addition, each Subcontractor and supplier must warrant all of its work, equipment, materials and labor to Owner in accordance with the terms and provisions of its contractual obligations to Contractor and any legal or statutory provisions that apply to its work, materials or equipment. 17.07 Owner may at its discretion require Contractor to have major sub-Subcontractors or suppliers comply with the requirements of this Article 16 or other provisions of the Contract Documents. ARTICLE 18. CONTRACTOR’S SUPERINTENDENT. 18.01 Before starting the work, Contractor shall designate an English speaking, competent, authorized representative (hereinafter Superintendent), acceptable to the Owner, to represent and act for the Contractor. The Contractor shall: 18.01.01 Inform Owner, in writing, of the name and address of such representative together with a clear definition of the scope of his authority to represent and act for Contractor and shall specify any and all limitation on such authority. 18.01.02 Keep the Owner informed of any subsequent changes in the foregoing. 18.02 The Superintendent shall be present (or be temporarily represented by a person familiar with the project work activities and schedule) at the site of the work at all times when the work is actually in progress. 18.04 All notices, determinations, instructions and other communications given to the Contractor’s Superintendent shall be binding upon the Contractor. 18.05 The Superintendent shall maintain a daily log/report which shall include at least the following information: weather conditions; trades at site; manpower totals by trade; heavy equipment in use; activities in progress; and inspections at site. Copies of the daily entries shall be provided to the Owner once per month, or as required elsewhere in the Contract Documents. ARTICLE 19. COOPERATION WITH OTHERS. 19.01 The Owner and other Contractors and Subcontractors may be working at the site during the performance of the Construction Contract, and Contractor's work may be interfered with as a result of such concurrent activities. Contractor shall fully cooperate with Owner and other Contractors to avoid any delay or hindrance of the work. Owner may require that certain facilities be used concurrently by Contractor and other parties and Contractor shall comply with such requirements. 19.02 If any part of the Contractor's work depends on proper execution or results from any work performed by the Owner or any separate Contractor, the Contractor shall, prior to proceeding with the work, promptly report to the Owner any apparent discrepancies or defects in such work that render it unsuitable for such proper execution and results. Failure of the Contractor to so report shall constitute an acceptance of the Owner or separate Contractor's work as fit Page 48 of 71 E-15-22 Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F and proper to receive Contractor's work, except as to defects which may subsequently become apparent in such work performed by others. ARTICLE 20. SITE CONDITIONS. 20.01 Contractor shall have the sole responsibility to conduct reasonable inspection of the site and to satisfy itself concerning the nature and location of the work and the general and local conditions, and particularly, but without limitation, with respect to the following: those affecting transportation, access, disposal, handling and storage of material; availability and quality of labor, water and electric power; availability and condition of roads; climatic conditions; location of underground utilities as depicted in the Contract Documents; governmental processes and requirements for obtaining permits other than issuance of the original building permits, certificates of occupancy and other regulatory/utility approvals; physical conditions at the work sites and the Project area as a whole; topography and ground surface conditions; subsurface geology, and nature and quality of surface and subsurface materials to be encountered; equipment and facilities needed preliminary to and during performance of the Construction Contract; and all other matter which can in any way affect performance of the Construction Contract, or the cost associated with such performance. 20.02 The failure of Contractor to acquaint itself with any applicable condition will not relieve it from the responsibility for properly estimating either the duration, difficulties, or the costs of successfully performing the work. 20.03 Contractor may reasonably rely upon site documentation provided by the Owner. In the event that during the course of the work Contractor encounters an underground utility facility that was not shown on the Contract Documents; or subsurface or concealed conditions at the Project site which differ materially from those shown on the Contract Documents and from those ordinarily encountered and Generally recognized as inherent in work of the character called for in the Contract Documents; or unknown physical conditions of the Project site, of an unusual nature, which differ materially from that ordinarily encountered and Generally recognized as inherent in work of the character called for in the Contract Documents, Contractor, without disturbing the conditions and before performing any work affected by such conditions, shall, within forty-eight (48) hours of their discovery, notify Owner and Project Consultant in writing of the existence of the aforesaid conditions. Project Consultant and Owner shall, within two (2) business days after receipt of Contractor’s written notice, investigate the site conditions identified by Contractor. If, in the sole opinion of Project Consultant, the conditions do materially so differ and cause an increase or decrease in Contractor’s cost of, or the time required for, the performance of any part of the work, whether or not changed as a result of the conditions, Project Consultant shall recommend an equitable adjustment to the Contract Price, or the Contract Time, or both. If Owner and Contractor cannot agree on an adjustment in the Contract price or the Contract time, the adjustment shall be referred to Project Consultant for determination. Should Project Consultant determine that the conditions of the Project site are not so materially different to justify a change in the terms of the Contract, Project Consultant shall so notify Owner and Contractor in writing, stating the reasons, and such determination shall be final and binding upon the parties hereto. No request by Contractor for an equitable adjustment to the Contract under this provision shall be allowed unless Contractor has given written notice in strict accordance with the provisions of this Article. No request for an equitable adjustment or changes to the Contract Price or Contract Time for differing site conditions shall be allowed if made after the date certified by Project Consultant as the date of substantial completion. ARTICLE 21. RESPONSIBILITY FOR WORK SECURITY. 21.01 Contractor shall at all times conduct, at its expense, all operations under the Construction Contract in a manner to avoid the risk of loss, theft or damage by vandalism, sabotage or other means to any property. 21.01.01 Contractor shall promptly take such reasonable precautions as are necessary and adequate against any conditions which involve risk of a loss, theft or damage to its property. 21.01.02 Contractor shall continuously inspect all of its work, materials, equipment and facilities to discover and determine any such conditions and shall be solely responsible for discovery, determination and correction of any such condition. 21.02 Contractor shall comply with all applicable laws and regulations. Page 49 of 71 E-15-22 Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F 21.02.01 Contractor shall cooperate with Owner on all security matters as set forth elsewhere in the Contract Documents and shall promptly comply with any project security requirements established by Owner. 21.02.02 These security requirements may be more stringent in the event portions of the facilities or project are occupied or otherwise being used. 21.02.03 Such compliance with these security requirements shall not relieve Contractor of its responsibility for maintaining property security for the above noted items, nor shall it be constructed as limiting in any manner Contractor's obligation to undertake reasonable action as required to establish and maintain secure conditions at the site. 21.03 Contractor shall prepare and maintain accurate reports of incidents of loss, theft or vandalism and shall provide these reports to Owner in a timely manner. ARTICLE 22. PROTECTION OF WORK IN PROGRESS, MATERIALS AND EQUIPMENT. 22.01 Contractor shall be responsible for and shall bear any and all risks of loss or damage to work in progress, all materials delivered to the site, and all materials and equipment involved in the work until completion and final acceptance of the work under this Contract. 22.02 Permanent openings for the introduction of work and materials to the structure and construction site shall be protected so that upon completion, the work will be delivered to the Owner in proper, whole and unblemished condition. ARTICLE 23. ADMINISTRATION OF THE CONTRACT. 23.01 The Project Consultant will provide Administration of the Contract. 23.01.01 For those projects for which the City Engineer serves as the Project Consultant, all references to the Project Consultant shall be considered to be the City Engineer. 23.01.02 In the event the Owner should find it necessary to replace the Project Consultant, the Owner shall retain a replacement and the role of the replacement shall be the same as the role of the original Project Consultant. 23.02 Unless otherwise directed by the Owner in writing, the Project Consultant will perform those duties and discharge those responsibilities allocated to the Project Consultant by the Owner. 23.03 Neither the Project Consultant nor the Owner will be responsible for construction means, methods, techniques, sequences or procedures, safety precautions and programs in connection with the work or for the acts of omission or commission of the Contractor, its Subcontractors or their agents or employees. 23.04 The Project Consultant and Owner will each have the authority to reject work which does not conform to the Contract Documents and to require special inspection or testing with prior approval by the Owner. Neither the Project Consultant's nor the Owner's authority to act under this Paragraph, nor any decision made by them in good faith either to exercise or not to exercise such authority, shall give rise to any duty or responsibility of the Project Consultant or the Owner to the Contractor, any Subcontractor, any of their agents or employees, or any other person performing any of the work. 23.05 The Contractor shall forward all communications to the Project Consultant, with simultaneous copies to the Owner. 23.06 The Project Consultant will review and certify the Contractor’s Application for Payments which the Owner must subsequently approve prior to Payment of the Contractor. 23.07 The Project Consultant shall approve shop drawings for design only, the Contractor being responsible for all dimensions, quantities, etc., necessary to complete the work in compliance with the Drawings and Specifications and other Contract Documents. Page 50 of 71 E-15-22 Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F 23.08 The duties, responsibilities and limitations of authority of the Project Consultant and the Owner will not be modified nor extended without written consent of the Contractor, the Project Consultant, and the Owner. 23.09 Notwithstanding anything to the Contrary in these General Conditions or any other “Contract Document” as that term is defined in the Professional Services Agreement between the City of Pompano Beach, Florida and the Project Consultant, it is not the intention nor shall any of the provisions of those documents act as a release, limitation or discharge of the obligations or responsibilities of the Project Consultant pursuant to its agreement with the Owner. 23.10 The Project Consultant will utilize the Contractor Performance Report to monitor and record the Contractor’s performance for the work specified by the contract. The Contractor Performance Report has been included as an exhibit to the contract. ARTICLE 24. MATERIALS. 24.01 The Contractor shall provide materials and equipment as required in the Contract Documents. No substitution will be permitted except in the instance where a material is no longer available during the progress of the work or is deemed by the Owner to be no longer suitable or appropriate for incorporation into the work or for obvious economic benefits accruable to the Owner. 24.01.01 Any such substitution must be approved by the Project Consultant and Owner prior to incorporation of the proposed substitution into the work. 24.01.02 Proposed substitutions must be submitted for consideration from the Contractor to the Project Consultant and the Owner. Documentation for the proposed substitution must include, but is not limited to substantiation of the Contractor's efforts to obtain the originally specified materials including documentary evidence from the original materials' manufacturer that such materials are not available. 24.01.03 Product delivery lead times shall not serve as a basis for any substitution request except for where approved in advance by the Owner. 24.01.04 All additional costs incurred by the Owner as the result of any substitution will be the direct responsibility of and borne by the Contractor. 24.02 The Contractor shall make written request to the Project Consultant for and obtain his written approval of the use of any materials proposed for use when "approval" materials are specified or a performance type specification is utilized without mentioning any standard by name. 24.03 If, in the opinion of the Project Consultant, a specified product or equipment no longer meets the quality of the products or equipment required for the work, Project Consultant shall request a Change Order Proposal from the Contractor for modifying the Contract to incorporate the respective changes to the work required, the Contract amount, and the Contract Time as beneficial to the Owner. ARTICLE 25. STORED MATERIALS. 25.01 Contractor shall, at its expense, receive, unload, store in a secure place, and deliver from storage to the construction site all materials and equipment required for the performance of the Contract. 25.01.01 Contractor is not entitled to payment for same except for those materials which in Owner's discretion are properly stored and are going to be installed or incorporated into the construction of the Project within thirty (30) days of delivery to the construction site. 25.01.02 The storage facilities and methods of storing shall meet Owner's approval and shall be in accordance with manufacturer's recommendations, or Owner will not be obligated to pay for same. 25.01.03 Materials and equipment subject to degradation by outside exposure shall be stored in a weather tight enclosure provided by Contractor at its expense. Page 51 of 71 E-15-22 Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F 25.01.04 Owner may at its discretion require material to be stored in an air-conditioned location. 25.02 Provided the above conditions are met, the stored materials may be included in a subsequent Application for Payment if the Contractor also complies with the following: 25.02.01 An applicable purchase order is provided listing the materials in detail and identifying the Contract Documents, by name, with verification that the total value of the purchase order amount reconciles with the corresponding application for payment stored materials line item value. 25.02.02 Evidence that proper storage security is provided. 25.02.03 The Owner is provided legal title (free of liens or encumbrances of any kind) to the materia l that is stored or stockpiled. 25.02.04 The Contractor and/or its Subcontractor have provided insurance for the Stored Materials against loss, damage (from whatever source), or disappearance, including loss or theft prior to incorporation into the work. By execution of the Contract, Contractor releases Owner from any responsibility for Stored Materials and assumes all liability for and risk of loss or damage, by whatever means, including Owner's alleged negligence, regardless of whether the Owner has paid for said Stored Materials. 25.03 Once any Stored Material is paid for by Owner, it shall not be removed from the designated storage area except for incorporation into the Project or upon subsequent written approval by Owner. 25.04 No Applications for Payment shall be submitted nor payments made based on the value of materials stored at locations other than the Project, unless otherwise approved in writing by the Owner. 25.05 It is further agreed between the parties that the transfer of title and the Owner's payment for any Stored Material pursuant to the Contract Documents shall in no way relieve the Contractor of the responsibility for providing and installing such material in accordance with the requirements of the Contract Documents. 25.06 The Contractor warrants that title to all of the work or Stored Materials covered by the Application for Payment will pass to the Owner either by incorporation in the Project or upon receipt of payment by the Contractor, whichever occurs first, free and clear of all liens, claims, security, interest or encumbrance; and that none of the work and none of the Stored Materials covered by the Application for Payments will have been acquired by the Contractor, or by any other person performing the work at the site or providing materials and equipment to the Project, subject to an agreement under which an interest therein or encumbrance thereon is retained by the seller or otherwise imposed by the Contractor or such person. 25.07 In the event stored materials which Owner is paying for in advance of their being installed or incorporated into the Project pursuant to this Paragraph are not installed or incorporated into the Project within thirty (30) days of when they are delivered to the site, Contractor shall not be entitled to payment for any future stored materials on this Project and the amounts previously approved for payment for said materials shall be deducted from the Contractor’s next application for payment.. ARTICLE 26. INSPECTION: REJECTION OF MATERIALS AND WORKMANSHIP. 26.01 All material and equipment provided and work performed shall be properly inspected by Contractor, at its expense, and shall at all times be subject to quality surveillance, inspections, observations or quality audit by Owner, Project Consultant and any inspectors conducting an inspection pursuant to code, law, regulations, etc. 26.01.01 Contractor shall provide safe and adequate facilities, and all samples, drawings, lists and documents necessary for such quality surveillance, observation or quality audit. 26.01.02 The Contractor shall permit and facilitate inspection of the work by the Owner, Project Consultant, Inspectors for any governmental agency, authority, or board. Page 52 of 71 E-15-22 Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F 26.01.03 Owner also reserves the right to designate others such as consultants, commissioning authorities, test and balance agents, forensic specialists, etc. to conduct inspections during or subsequent to the work as Owner in its discretion desires. 26.01.04 Owner and Project Consultant shall be afforded full and free access to the shops, factories or places of business of Contractor and its Subcontractors for such quality surveillance, observation or quality audit and to determine the status of the work. 26.01.05 In the event the Project Consultant or Owner requires a factory inspection, the Contractor shall notify the suppliers that the material shall not be produced or fabricated without due notice to the Project Consultant and Owner and an opportunity for such inspection. 26.02 If any work should be covered up without approval or consent of the Project Consultant or Owner, it must, if required by the Project Consultant or Owner, be uncovered for examination at the Contractor's expense. 26.03 If any material, equipment or workmanship is determined by Owner, City Engineer, Project Consultant or Inspector either during performance of the work or on final quality surveillance, or during any applicable warranty period, to be defective or not complying with the requirements of this Construction Contract, Owner, City Engineer, Project Consultant or Inspector will notify Contractor in writing that such material, equipment or portions of the work is rejected and Owner reserves the right to withhold payment on any such item or seek compensation from Contractor for same. Thereupon, Contractor shall, at its own expense, immediately remove, replace or correct such defective material, equipment or portions of the work by making the same comply strictly with all requirements of the Contract Documents. The Contractor shall be responsible for the costs of any additional site observations, special inspections and/or testing, or other activities of either the Project Consultant or the Owner made necessary by the correction of such defective materials, equipment or portions of the work. 26.04 Neither the failure to make such quality surveillance, observation or quality audit, nor to discover defective workmanship, materials, or equipment, shall prejudice the rights of Owner to correct or reject the same as hereinafter provided. ARTICLE 27. WARRANTY. 27.01 Unless otherwise provided elsewhere in the Contract Documents, all material and equipment incorporated into any work covered by the Contract Documents shall be new and, where not specified, of the most suitable grade of their respective kinds for their intended use, and all workmanship shall be in accordance with construction practices acceptable to Owner and Project Consultant. 27.02 Unless otherwise provided in the Contract Documents, Contractor warrants all work, equipment, materials and workmanship to be in accordance with the Contract Documents, any and all applicable codes, proper and workmanlike, first class and free from defects for a period of twelve (12) months (unless longer guarantees or warranties are provided for elsewhere in the Contract Documents in which case the longer periods of time shall prevail) from and after Final Completion of the work under the Contract Documents, regardless of whether the same were provided or performed by Contractor or by any Subcontractor. 27.03 Contractor’s warranty with respect to latent defects shall be in accordance with Chapter 95, Florida Statutes, and other applicable provisions of State law. 27.04 In the event of damage or injury to persons or property or other consequential or resultant damages result from Contractor's breach of any warranties, then the Contractor will be responsible for same. ARTICLE 28. OFFICE SPACE FOR THE CITY’S PERSONNEL. 28.01 The Contractor shall provide, at Contractor’s expense, for the duration of the work, a suitable lockable office for any Owner designated personnel. Page 53 of 71 E-15-22 Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F ARTICLE 29. PROJECT RECORD DOCUMENTS AND SURVEY. 29.01 A marked up record set of the Contract Documents and other project records as required elsewhere within the Contract Documents will be kept up to date by the Contractor on the jobsite at all times. These documents will be given to the Project Consultant at the completion of the work as required by the Contract Documents, and properly labeled as "Project Record Documents." 29.02 In addition to the "Project Record Documents", the Contractor will cause to have prepared by a Surveyor, registered in the State of Florida, a site survey clearly representing all work done under this Contract and updating the original survey as may have been provided by the Owner. 29.03 The Contractor shall submit Project Record Documents and Survey in the manner and format specified elsewhere in the Contract Documents. 29.04 This is a critical item and final payment will be withheld from the Contractor until "Project Record Documents" and survey are provided by the Contractor and approved by the Project Consultant. ARTICLE 30. SALVAGE. 30.01 Any salvage resulting from clearing, grubbing, grading, draining, remodeling or altering any existing facilities on this site shall be the property of the Owner; and this material shall be piled or stacked on the site if the Owner desires this material. 30.02 If this material is not desired by the Owner, it shall be disposed of by the Contractor at his expense. ARTICLE 31. CLAIMS BY THE CONTRACTOR. 31.01 Although Contractor acknowledges the No Damage for Delay clause set forth in Article 6 of the Contract between Owner and Contractor, in the event the Contractor is entitled to assert any other claim against Owner for any reason, claims by the Contractor against the Owner (except for claims asserted under Article 20 which are treated as set forth therein), are subject to the following terms and conditions: 31.01.01 All Contractor claims against the Owner shall be initiated by a written claim submitted to the Owner, c/o the City Engineer, and the Project Consultant. Such claim shall be received by the Owner and the Project Consultant no later than fifteen (15) calendar days after the event, or the first appearance of the circumstanc es causing the claim, and same shall set forth in detail all known facts and circumstances supporting the claim and the actual damages or injuries suffered; 31.01.02 The Contractor shall continue diligently with its performance hereunder regardless of the existence of any claims submitted by the Contractor; 31.01.03 In the event the Contractor seeks to make a claim, as a condition precedent to any such claim the Contractor shall strictly comply with the notice requirements above and such claim shall be made by the Contractor before proceeding to execute any additional or changed work. Failure of the condition precedent to occur, i.e., providing notice as required in Article 31.01.01 above, shall constitute a complete waiver by the Contractor of any claim for additional compensation or extension of time. This written notice requirement may not be waived by verbal representations or the acts of representatives of the Owner or Project Consultant; 31.01.04 In connection with any claim by the Contractor against the Owner for compensation in excess of the Contract Price, any liability of the Owner for the Contractor's cost shall be strictly limited to direct cost of labor and materials incurred by the Contractor at the jobsite and shall in no event include indirect cost, overhead, loss of profit, or consequential damages of the Contractor. The Owner shall not be liable to the Contractor for claims of third parties including, but not limited to, Subcontractors, suppliers, laborers, etc. Page 54 of 71 E-15-22 Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F ARTICLE 32. CHANGE ORDERS. 32.01 One or more changes to the work within the General scope of this Contract may be ordered by the Owner by Change Order, Project Consultant’s Supplementary Instructions, and Construction Change Directives. 32.02 The Contractor shall proceed with any extra work or changes which alter the Contract by adding to, or deducting from the Contract Sum or Contract Time in strict accordance with the following terms and conditions: 32.02.01 Change Order shall mean a written order to the Contractor executed by the Owner and the Project Consultant after execution of this Contract, directing a change in the work and may include a change in the Contract Price or the time for the Contractor's performance, or any combination thereof; 32.02.02 Any change in the Contract Price or time resulting from a Change Order shall be determined as follows: a. By mutual agreement between the Owner and the Contractor as evidenced by (a) the change in the Contract Price or time being set forth in Change Order in accordance with Article 32.02.08 below, and (b) the execution of the Change Order; or, b. If no mutual agreement occurs between the Owner and the Contractor, the change in the Contract Price, if any, shall be derived based upon the Cost-Plus Price basis (as set forth in Article 32.02.08 below) by determining the “total actual costs” (in accordance with Article 32.02.09 below), incurred or savings achieved, resulting from revisions in the work. Such total actual costs or savings shall include a component for direct jobsite overhead and profit but under no circumstances shall it include non-job site overhead expenses or costs or any other indirect costs or components. Any such costs or savings shall be documented in the format, and with such content and detail as the Owner or the Project Consultant requires. If agreement is not reached as to the change in time, Contractor shall be given a reasonable time based upon the scope of work required by the change. 32.02.03 The execution of a Change Order by the Contractor shall constitute conclusive evidence of the Contractor's Contract to the ordered changes in the work and the change in the Contract Price and the time for performance by the Contractor. The Contractor, by executing the Change Order, waives and forever releases any claim against the Owner for additional time or compensation for issues or matters relating to or arising out of or resulting from the work included within or affected by the executed Change Order. 32.02.04 The Contractor shall notify and obtain the consent and approval of the Contractor's surety with reference to all Change Orders if such notice, consent or approval are required by the Owner, the Project Consultant, the Contractor's surety or by law. The Contractor's execution of the Change Order shall constitute the Contractor's warranty to the Owner that the surety has been notified of, and consents to, such Change Order and the surety shall be conclusively deemed to have been notified of such Change Order and to have expressly consented thereto, and that the penal sums of the performance and payment bonds furnished by Contractor and Surety are adjusted coextensively with the amount of the Change Order. 32.02.05 The Owner, without invalidating the Contract, may require the change for any reason whatsoever. All such work shall be executed under the terms of the original Contract. 32.02.06 All change orders and adjustments shall be in writing and executed by the Contractor and Owner; otherwise, no claim for additional compensation or time will be allowed. 32.02.07 The amount of credit to be allowed by the Contractor to the Owner for a deletion or change which results in a net decrease in the Contract Sum shall be the total actual cost (as set forth in Article 32.02.09 below) saved as confirmed by the Project Consultant. The amount shall not include an amount for the overhead and profit of the Contractor which the Owner is not required to pay as a result of the deletion or decrease. When both additions and credits covering related work or substitutions are involved in a change, the overhead and profit shall be calculated on the basis of net increase, if any, with respect to that change. Page 55 of 71 E-15-22 Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F 32.02.08 The value of any change ordered under the Contract for extra work and/or any reductions in work required, shall be determined under one or more of the following procedures before a written Change Order is issued. a. By UNIT PRICES named in the Contract or subsequently agreed upon by the Owner and the Contractor, which prices shall include Contractor's overhead and profit. b. By LUMP SUM PRICE agreed upon actual reasonable costs and direct job site overhead by the Owner and the Contractor, which price shall include Contractor's overhead and profit but under no cir cumstances shall it include non-job site overhead, expenses or costs or any other indirect costs; a breakdown of the estimated costs comprising the lump sum price may be required by the Project Consultant for his review. Percentage for overhead and profit shall be determined in accordance with the method listed for COST PLUS PRICE, subparagraph (c.) below. c. By a COST PLUS PRICE based on total actual costs as defined in Article 32.02.09 below, plus an added percentage, all determined as follows: OVERHEAD AND PROFIT: JOB SITE OVERHEAD, including supervision and the furnishing, use and maintenance of small tools and ordinary equipment incidental to and required for the work of Subcontractors (whether performed by them or others) shall be considered to be just and fully compensated for, by adding an amount equal to five percent (5%) of the sum of material costs (as defined under Article 34.08.09(a) below) and labor costs (as defined under Article 34.08.09(b) below), and rentals (as defined under Article 32.08.09(c) below). There shall be no compensation for any non-job site overhead, expenses or costs. PROFIT, may then be added by the Subcontractor to the above material costs and labor costs, including the JOB SITE OVERHEAD allowance, at the rate of ten percent (10%) of the sum of those costs. JOB SITE OVERHEAD, including General supervision and the furnishing, use and maintenance of small equipment incidental to and required for the work of the General Contractor (including that of his Subcontractors) shall be considered to be just and fully compensated for by adding an amount equal to ten percent (10%) of the sum of material costs (as defined under Article 32.08.09(a) below and labor costs (as defined under Article 32.08.09(b) below) and rentals (as defined under Article 32.08.09(c) below). There shall be no compensation for any non-job site overhead expenses or costs. PROFIT may then be added by the Contractor to the above material costs and labor costs, including the JOB- SITE OVERHEAD allowance, at the rate of five percent (5%) of the sum of those costs. d. BOND ALLOWANCE, for maintaining the Performance Bond at one hundred percent (100%) of the contract amount, a sum of one percent (l%) of the total cost of the change, (including material, labor, overhead and profit, and equipment rentals) shall be allowed on all change orders. 32.02.09 The total actual costs of materials, labor and equipment rentals may include the following only: a. Material costs actually recorded by the Contractor and/or Subcontractors as they are delivered to the site and as evidenced from originally receipted invoices, listing appropriate quantities and unit prices. Records in proper form shall be maintained and available to the Project Consultant at all times. b. Labor costs represented by the actual wages paid to all laborers, apprentices, journeymen, and foremen involved in and necessary to completing the particular construction operations, for each day and every hour such labor teams and foremen are actually employed and on the extra work required, including the net cost of insurance, Social Security and Workmen's Compensation. The furnishing, use and maintenance of small tools and ordinary equipment normal to the work of individual workmen in the trades will be considered part of the labor costs. Records in proper form shall be maintained and available to the Project Consultant at all times. Page 56 of 71 E-15-22 Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F c. Rentals for special equipment or machinery such as power-driven roller, tractors, trucks, shovels, drills, mixers, pumps, hoists, etc., required for the economical performance of the work, at reasonable rental prices agreed upon before work commences, shall be allowed the Contractor and/or his Subcontractors by the Project Consultant for each and every hour such special equipment is in use on the particular work. 32.02.10 The Contractor is obligated to proceed with the work for a Change Order, even though there has not been an agreement reached with the Owner as to an adjustment to the Contract Price or time, and even if there is a dispute as to same. In such instances the Owner, City Engineer or Project Consultant will issue a Construction Change Directive to Contractor providing for the scope of work to be performed and the payment therefore based on 32.02.09 above. A Change Order or proposed Change Order shall not be the ba sis of the Contractor not performing pursuant to the Contract Documents. 32.02.11 The Contractor, Owner and Project Consultant shall administer and document the Change Order process by utilizing the documentation specified elsewhere in the Contract Documents, including a Construction Change Directive. 32.03 The Project Consultant will have authority to order minor changes in the work not involving an adjustment to the Contract Sum or Contract Time and not inconsistent with the intent of the Contract Documents. Such changes shall be effected by written order of the Project Consultant and such changes shall be binding on the Owner and the Contractor. 32.04 The Owner has authorized the following approval thresholds for Change Orders in the Name of The City of Pompano Beach, Florida under its General Services Manual, the rules of which are incorporated below: A. The City Manager is authorized to approve change orders up to the cumulative total of 10 percent (10%) of the original construction contract amount, not to exceed seventy-five thousand dollars ($75,000) in the aggregate. B. When the cumulative total of all change orders on a project has exceeded the ceiling established in 32.04A above, all subsequent change orders will require prior City Commission approval, except in emergency cases as declared by the City Manager, or where the change order in question would be in the form of a credit, thereby reducing the adjusted contract amount. C. Approval of change orders under this policy shall be for the purposes of expediting the work in progress and shall be confirmed by City Commission action at the next regular meeting of the City Commission. ARTICLE 33. DISCOVERING AND CORRECTING DEFECTIVE OR INCOMPLETE WORK. 33.01 In the event that the Contractor covers, conceals or obscures its work in violation of this Contract or in violation of a directive from the Owner or the Project Consultant, such work shall be uncovered and displayed for the Owner's or Project Consultant's inspection upon request, and shall be reworked at no cost in time or money to the Owner. 33.02 If any of the work is covered, concealed or obscured in a manner not covered by Subparagraph (A) above, it shall, if directed by the Owner or the Project Consultant, be uncovered and displayed for the Owner's or Project Consultant's inspection. If the uncovered work conforms substantially with this Contract, the costs incurred by the Contractor to uncover and subsequently replace such work shall be borne by the Owner; otherwise, such costs shall be borne by the Contractor. 33.03 The Contractor shall, at no additional cost in money to the Owner or extension of time correct work rejected by the Owner or by the Project Consultant as defective or failing to conform to this Contract. Additionally, the Contractor shall reimburse the Owner for all testing, inspections and other expenses incurred as a result thereof. 33.04 In addition to its warranty obligations set forth elsewhere herein, the Contractor shall be specifically obligated to correct any and all defective or nonconforming work for a period of twenty-four (24) months following final completion upon written direction from the Owner. Page 57 of 71 E-15-22 Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F 33.05 The Owner may, but shall in no event be required to, choose to accept defective or nonconforming work. 33.05.01 In such event, the Contract Price shall be reduced, at Owner’s option, by the greater of (i) the reasonable costs of removing and correcting the defective or nonconforming work, or (ii) the difference between the fair market value of the Project as constructed and the fair market value of the Project had it not been constructed in such a manner as to include defective or nonconforming work. 33.05.02 If the remaining portion of the unpaid Contract Price, if any, is insufficient to compensate the Owner for the acceptance of defective or nonconforming work, the Contractor shall, upon written demand from the Owner, pay the owner such remaining compensation for accepting defective or nonconforming work. ARTICLE 34. SAFETY, PROTECTION OF WORK AND PROPERTY. 34.01 Contractor shall be fully and solely responsible for conducting all operations under this Construction Contract at all times in such a manner as to avoid the risk of bodily harm to persons and damage to property. Contractor shall continuously and diligently inspect all work, material and equipment to discover any conditions which might involve such risks and shall be solely responsible for discovery and correction of any such conditions. 34.02 Contractor shall instruct its personnel on the requirements of the Contractor's safety program and shall coordinate with other Contractors and Subcontractors on safety matters. 34.03 Contractor shall provide safety equipment and enforce the use of such equipment by its employees. 34.04 Contractor shall maintain accurate accident and injury reports and shall provide to Owner a monthly summary of injuries and man hours lost due to injuries. 34.05 Contractor shall maintain all portions of the work in a neat, clean and sanitary condition at all times. 34.06 Contractor shall assure that all Subcontractors shall, without expense to Owner, comply with the foregoing. 34.07 Contractor shall comply with any and all rules, regulations, laws, etc., which apply to safety requirements, including but not limited to OSHA requirements. 34.08 Safety Precautions and Programs: 34.08.01 The Contractor shall be responsible for initiating, maintaining and supervising all safety precautions and programs in connection with the performance of the Contract. 34.08.02 In the event the Contractor encounters on the site material reasonably believed to be asbestos or polychlorinated biphenyl (PCB) which has not been rendered harmless, the Contractor shall immediately stop work in the area affected and report the condition to the Owner and Project Consultant in writing. The work in the affected area shall not thereafter be resumed except by written notice from the Owner. The work in the affected area shall be resumed in the absence of asbestos or polychlorinated biphenyl (PCB), or when it has been rendered harmless, by written agreement of the Owner, Contractor and Project Consultant. 34.08.03 The Contractor shall not be required to perform without consent any work relating to asbestos or polychlorinated biphenyl (PCB). 34.09 Safety of Persons and Property 34.09.01 The Contractor shall take reasonable precautions for safety of, and shall provide reasonable protection to prevent damage, injury or loss to: a. Employees on the work and other persons who may be affected thereby; Page 58 of 71 E-15-22 Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F b. The work and materials and equipment to be incorporated therein, whether in storage on or off the site, under care, custody or control of the Contractor or the Contractor's Subcontractors or Sub-Subcontractors; and c. Other property at the site or adjacent thereto, such as trees, shrubs, lawns, walks, pavements, roadways, structures and utilities not designated for removal, relocation or replacement in the course of construction. 34.09.02 The Contractor shall give notices and comply with applicable laws, ordinances, rules, regulations and lawful orders of public authorities bearing on safety of person or property or their protection from damage, injury or loss. a. The Contractor and his Subcontractors shall comply with and conform in all respects to the standard set forth in the Occupational Safety and Health Act (OSHA) of 1970. b. The Contractor shall prominently post and maintain on the jobsite: 1) OSHA 200: Log and summary of occupational injuries and illnesses. 2) OSHA 2203: Provisions of the Act poster. 34.09.03 The Contractor shall implement and maintain a continuing safety program applicable to all Contractor employees, Subcontractors, and Sub-Subcontractors, to include: a. Designating a responsible member of the Contractor's organization at the site as the Contractor's "Safety Officer" whose duty shall be the prevention of accidents, safety inspections, and accident documentation. This person shall be the Contractor's superintendent unless otherwise designated by the Contractor in writing to the Owner and the Project Consultant. b. Holding weekly safety meetings with employees and Subcontractors. c. Implementing OSHA Voluntary Protection Programs. d. Ensuring the presence of an American Red Cross (or other organization acceptable to the Owner) certified Cardiopulmonary Resuscitation (CPR) and first-aid trained individual on site at all times. e. Compliance with the Drug Free work Place Act of 1988, the Federal Omnibus Transportation Employee Testing Act of 1991, and the certification of compliance with the same as required by the Owner in Document 00457, Drug-Free Workplace Certification. f. Erecting and maintaining reasonable safeguards for safety and protection, including posting danger signs and other warnings against hazards, promulgating safety regulations and notifying owners and users of adjacent sites and utilities. g. Ensuring that employees are not discriminated against or discharged for filing reasonable safety or health complaints or for otherwise exercising their rights in these regards. 34.09.04 When use of hazardous materials or equipment or unusual methods are necessary for execution of the work, the Contractor shall exercise utmost care and carry on such activities under supervision of properly qualified personnel. 34.09.05 The Contractor shall promptly remedy damage and loss (other than damage or loss insured under property insurance required by the Contract Documents) to properly caused in whole or in part by the Contractor, a Subcontractor or a Sub-Subcontractor, or anyone directly or indirectly employed by any of them, or by anyone for whose acts they may be liable and for which the Contractor is reasonable, except damage or loss attributable to acts or omissions of the Owner or Project Consultant or anyone directly or indirectly employed by either of them, or by anyone for whose acts either of them may be liable, and not attributable to the fault of negligence of the Contractor. 34.09.06 The Contractor shall not load or permit any part of the construction or site to be loaded so as to endanger its safety. Page 59 of 71 E-15-22 Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F 34.09.07 Building materials, Contractor's equipment and other supplies may be stored on the premises, but the placing of same shall be in substantial, watertight storage sheds upon the premises where directed in which he shall store all materials which would be damaged by weather. This shall in no manner relieve the Contractor from full responsibility for such materials. Sheds and other storage structures must be secured and anchored in a manner sufficient to withstand hurricane force winds as defined by applicable codes but not less than a one hundred twenty (120) mile per hour wind uplift force. 34.10 Emergencies: In an emergency affecting safety of persons or property, the Contractor shall act, at the Contractor's discretion, to prevent threatened damage, injury or loss. ARTICLE 35. ROYALTIES AND PATENTS. 35.01 The Contractor shall pay all royalties and license fees. 35.02 The Contractor shall be responsible for all infringement of patent rights and shall assume the defense, including payment of attorney fees and costs, of any suit brought against Contractor and/or Owner for infringement of any United States patent or for wrongful use of proprietary information of any third party. 35.03 Contractor hereby indemnifies and shall defend and hold harmless Owner and its representatives, respectively, from and against all claims, losses, costs, damages, and expenses, including attorney's fees, incurred by Owner and its representatives, respectively, as a result of or in connection with any claims or actions based upon infringement or alleged infringement of any patent, and arising out of the use of the equipment or materials provided under this Construction Contract by Contractor, or out of the process of actions employed by, or on behalf of Contractor in connection with the performances of this Construction Contract. Contractor shall, at its sole expense, promptly defend against any such claim or action unless directed otherwise by Owner or its representatives; provided that Owner or its representatives shall have notified Contractor upon becoming aware of such claims or actions, and provided further, that Contractor's aforementioned obligations shall not apply to equipment, materials, or processes furnished or specified by Owner or its representatives. 35.04 Contractor shall have the right, in order to avoid such claims or actions, to substitute at its expense non-infringing equipment, materials, or processes, or to modify such infringing equipment, materials and processes so they become non-infringing, or obtain the necessary licenses to use the infringing equipment, materials or processes, provided that such substituted and modified equipment, materials and processes shall meet all the requirements and be subject to all the provisions of the Contract Documents. 35.05 The indemnification pursuant to Florida Statute 725.06 and other Florida laws, etc., shall have a separate consideration of one dollar ($1.00), receipt of which is hereby acknowledged and incorporated into the project sum. This is incorporated by reference into the Solicitation Documentats and Specifications if any. ARTICLE 36. TAXES. 36.01 Contractor shall pay all taxes, levies, duties and assessments of every nature which may be applicable to any work under this Contract. 36.02 The Contract Sum and any agreed changes thereto shall include all taxes imposed by law. Contractor shall make any and all payroll deductions as required by law. 36.03 Contractor herein indemnifies and holds the Owner harmless from any liability on account of any and all such taxes, levies, duties, assessments and deductions. ARTICLE 37. INDEMNITY AND HOLD HARMLESS. 37.01 To the fullest extent permitted by law, the Contractor shall defend, indemnify and hold harmless the Owner, its agents and employees and each of them hereinafter collectively referred to as the Owner, from and against any and all judgments, demands, claims, causes of action, liability, expenses, losses, costs, fines, and damages (including reasonable attorney’s fees and expert’s fees) of every kind and character brought against the Owner by any person, party or entity of any kind or nature whatsoever arising out of, incident to, relating or regarding the Contractor’s Page 60 of 71 E-15-22 Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F performance under this Contract, the condition of the premises, and/or the Contractor’s acts of omission or commission. 37.02 Contractor, however, shall not be responsible to Owner for damages resulting out of bodily injury or damages to property which a Court of competent jurisdiction determines as being attributed to the negligence of Owner, its respective agents, servants, employees or officers. 37.03 Said indemnifications by Contractor shall be extended to include all "Subcontractors", deliverers, suppliers, furnishers of material or anyone acting for, on behalf of, or at the request of the Contractor. 37.04 Contractor recognized the broad nature of this indemnifications and hold harmless clause and voluntarily makes this covenant and expressly acknowledge the receipt of ten dollars ($10.00), which payment is incorporated into the Contract Sum, and such other good and valuable consideration provided by Owner in support of this indemnification in accordance with the laws of the State of Florida. 37.05 This clause shall survive termination of this Contract and pursuant to Florida Statute 725.06 be incorporated by reference into any and all Solicitation Documentation or Specifications. ARTICLE 38. TERMINATION BY THE CONTRACTOR. 38.01 If the Owner repeatedly fails to perform its material obligations to the Contractor for a period of 30 days after receiving written notice from the Contractor of its intent to terminate hereunder, the Contractor may terminate performance under this Contract by written notice to the Owner and the Project Consultant. 38.02 In such event, the Contractor shall be entitled to recover from the Owner as though the Owner had terminated the Contractor's performance for convenience pursuant to the terms and conditions of this Contract. ARTICLE 39. CITY’S RIGHT TO SUSPEND CONTRACTOR'S PERFORMANCE. 39.01 The Owner shall have the right at any time to direct the Contractor to suspend its performance, or any designated part thereof, for any reason whatsoever, or without reason. If any such suspension is directed by the Owner, the Contractor shall immediately comply with same; 39.02 In the event the Owner directs a suspension of performance under this Paragraph through no fault of the Contractor, the Owner shall pay the Contractor as full compensation for such suspension the Contractor's reasonable costs, actually incurred and paid, of the following items only: 39.02.01 Demobilization and remobilization, including such costs paid to Subcontractors; 39.02.02 Preserving and protecting work in place; 39.02.03 Storage of materials or equipment purchased for the Project, including insurance thereon; 39.02.04 Performing in a later, or during a longer, time frame than that contemplated by this Contract. ARTICLE 40. TERMINATION BY THE CITY. 40.01 The Owner may, at the Owner’s option, for any reason and at any time terminate for convenience, any work under this Contract, in whole or, from time to time, in part, in accordance with the following terms and conditions: 40.02 The Owner shall give written notice of such termination to Contractor seven (7) days before it becomes effective. 40.02.01 The Contractor shall incur no further obligations in connection with the work and the Contractor shall stop work when such termination becomes effective. 40.02.02 The Contractor shall also terminate outstanding orders and subcontracts. Page 61 of 71 E-15-22 Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F 40.02.03 The Contractor shall settle the liabilities and claims arising out of the termination of subcontracts and orders. 40.02.04 The Owner may direct the Contractor to assign the Contractor's right, title and interest under termination orders or subcontracts to the Owner or its designee. 40.02.05 The Contractor shall transfer title and deliver to the Owner such completed or partially completed work and materials, equipment, parts, fixtures, information and Contract rights as the Contractor has. 40.02.06 When terminated for convenience, the Contractor shall be compensated as follows: a. The Contractor shall submit a termination claim within one year to the Owner and the Project Consultant specifying the amounts due because of the termination for convenience together with costs, pricing or other data required by the Owner or the Project Consultant. If the Contractor fails to file a termination claim with the Owner’s Project Consultant within one (1) year from the effective date of termination, the Owner shall have no further obligation to the Contractor and Contractor waives any and all rights for compensation based upon the termination. b. The Owner and the Contractor may agree to the compensation, if any, due to the Contractor hereunder; c. Absent agreement to the amount due to the Contractor, the Owner shall pay the Contractor the following amounts: 1. Contract prices for labor, materials, equipment and other services accepted under this Contract; 2. Reasonable costs incurred in preparing to perform and in performing the terminated portion of the work, and in terminating the Contractor's performance, plus a fair and reasonable allowance for direct jobsite overhead (and not home office or other overhead) and profit thereon (such profit shall not include anticipated profit or consequential damages); provided, however, that if it appears that the Contractor would have not profited or would have sustained a loss if the entire Contract would have been completed, no profit shall be allowed or included and the amount of compensation shall be reduced to reflect the anticipated rate of loss, if any; 3. Reasonable costs of settling and paying legitimate claims arising out of the termination of Subcontractors or orders pursuant to this Paragraph. These costs shall not include amounts paid in accordance with other provisions hereof. 4. The total sum to be paid the Contractor under this Subparagraph shall not exceed the total Contract Price, as properly adjusted, reduced by the amount of payments otherwise made, and shall in no event include duplication of payment. 40.03 The Owner may terminate this Contract for cause in accordance with the following terms and conditions: 40.03.01 If the Contractor does not perform the work, or any part thereof, in a timely manner, supply adequate labor, supervisory personnel or proper equipment or materials, or if it fails to timely discharge its obligations for labor, equipment and materials or proceeds to disobey applicable law, or otherwise commits a violation of a material provision of this Contract, then the Owner, in addition to any other rights it may have against the Contractor or others, may terminate the performance of the Contractor for cause upon seven (7) days written notice and assume possession of the Project site and of all materials and equipment at the site and may complete the work. 40.03.02 In such case, the Contractor shall not be paid further until the work is complete. 40.03.03 After final completion has been achieved, if any portion of the Contract Price (as it may be modified hereunder) remains after the cost to the Owner of completing the work, including all costs and expenses of every nature incurred, has been deducted by the Owner, such remainder shall be paid to the Contractor. Otherwise, the Contractor shall pay the Owner any and all costs, fees, damages or expenses which the Owner has paid or is obligated to pay in excess of the contract price (as it may be modified hereunder). This obligation for payment shall Page 62 of 71 E-15-22 Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F survive the termination of the Contract. In the event the employment of the Contractor is terminated by the Owner for cause pursuant to this Subparagraph and it is subsequently determined by a Court of competent jurisdiction that such termination was without cause, such termination shall thereupon be deemed a Termination for Convenience and the terms of Article 40.02 shall apply. ARTICLE 41. CONTRACTOR'S INSURANCE. 41.01 The Contractor shall maintain such insurance as will protect the Contractor and Owner from claims under Workmen's Compensation Acts, and from any other claims or damages for personal injury, including death and property damage, which may arise from operations under this Contract, whether such operations be by himself or by any Subcontractor or anyone directly or indirectly employed by either, as more fully set forth below and in the amounts provided herein. Prior to commencement of the work, all Certificates of Insurance executed by authorized representatives of the insurance company shall be filed with the Owner and shall be subject to its approval for accuracy of protection. In addition, the Owner may at any time require that Contractor or its insurer provide any other documentation regarding insurance to Owner including, but not limited to, the policy. The Contractor shall not commence work under this Contract until the provisions of this paragraph have been complied with. Owner may withhold payments due to Contractor in accordance with this Contract or terminate or suspend this Contract with all costs or expenses associated with same to be paid by Contractor in the event Contractor fails to comply with any requirement in the Contract regarding insurance. In the event of cancellation of any policy, Contractor is obligated to immediately notify Owner of same and obtain policy(s) in accordance with the Contract Documents. 41.02 Contractor shall comply with any and all insurance obligation required by law, rules, regulations, etc., including but not limited to those required by State Regulations for Educational Facilities. 41.03 The Contractor will be required to provide a Certificate of Insurance indicating that Workers' Compensation has been provided for all employees in compliance with Chapter 440, Florida Statutes. 41.04 The Contractor shall procure and carry Comprehensive General Liability insurance including contractual and indemnification liability covering this Contract and Products/Completed Operations Liability Insurance covering personal injury and bodily injury in limits of not less than one million dollars ($1,000,000) for injury or death to any one person and not less than two million dollars ($2,000,000) each occurrence; and shall carry insurance against property damage in limits of not less than one million dollars ($1,000,000) per claimant and two million dollars ($2,000,000) per occurrence as a minimum coverage. The Contractor shall also procure and carry Owner's and Contractor's protective liability insurance. In the event that work to be performed hereunder by Contractor involves the removal and disposal of asbestos-related materials, Contractor shall, in addition to the foregoing coverages, also provide and carry Asbestos Liability-Occurrence form only, with one million dollars ($1,000,000) per occurrence, two million dollars ($2,000,000) aggregate. All insurance shall name the Owner as an additional insured, and shall remain in full force and effect for two (2) years following Contractor’s completion of the work. 41.05 The Contractor shall carry at no additional expense to the Owner, Builders' Risk Insurance for the perils of fire, vandalism, malicious mischief and those included in extended coverage in the amount of one hundred percent (100%) of the values at risk. Such policies shall be written to protect the Contractor and the Owner as their interest may appear. 41.06 All Contractors shall maintain automobile liability insurance against bodily injury and property damage in at least the amounts of one million dollars ($1,000,000) per claimant, one million dollars ($1,000,000) per occurrence. 41.07 The insurance coverage amounts provided for in this Section are the minimum required insurance amounts. The Owner may require additional insurance or coverage on a case-by-case basis. Any insurance or coverage amounts in addition to those provided for herein shall be specified in the Contract Documents. 41.07 The Owner is not maintaining any insurance on behalf of Contractor covering against loss or damage to the work or to any other property of Contractor. In the event Contractor maintains insurance against physical loss Page 63 of 71 E-15-22 Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F or damage to Contractor's construction equipment and tools, such insurance shall include an insurer's waiver or rights of subrogation in favor of Owner. 41.08 The requirements contained herein as to types and limits, as well as Owner's approval of insurance coverage to be maintained by Contractor, are not intended to and shall not in any manner limit or qualify the liabilities and obligations assumed by Contractor under the Contract. 41.09 The policies of such insurance in force, shall be issued by companies qualified to do business in the State of Florida and be acceptable to the Owner and shall provide that the Owner be given thirty (30) days advance written notice of the cancellation, expiration or any material change in the coverage afforded thereunder. The companies must be rated at least A-VI by AM Best or Aa3 by Moody's Investor Service. All policies must remain in effect during performance of the work and for a period of one year after final completion. 41.10 Uninsured Claims. If any action by any person, firm or corporation is brought or threatened against the Owner or against the Contractor and the Owner for any alleged loss, damage or injury arising out of or in the consequence of the performance or nonperformance of the Contract which, in the reasonable opinion of the Owner, may not be covered by the contingent liability, public liability or property damage insurance policy, or, which together with other such actions or claims seeks a recovery in excess of the amount payable under such policies, the amount of such recovery sought or so much thereof as the Owner reasonably deems necessary, may be withheld by the Owner from any money due the Contractor. The Owner in its sole discretion may permit the Contractor to substitute other satisfactory security in lieu of the monies so withheld. If the liability of the Owner is determined by judgment or award of a court or other tribunal of competent jur isdiction, or if such recovery sought shall have been admitted by the Contractor to be valid, the Owner may pay such judgment, award of admitted recovery out of the monies retained by the Owner under the provisions of this subparagraph and return the remaining balance, if any, to the Contractor. 41.11 Adequate funds shall be retained for the insurance costs listed in the Schedule of Values attached to the Contractor’s respective Applications for Payment to account for insurance coverage renewals on multi-year projects coupled with invoices to substantiate the annual costs. ARTICLE 42. PERFORMANCE BOND AND PAYMENT BOND. 42.01 For a Project with an estimated cost of two million dollars ($2,000,000) or more, the Contractor shall furnish bonds covering faithful performance of the Contract and payment of obligations arising thereunder as specifically required in the Contract Documents on the date of execution of the Contract. ARTICLE 43. RIGHT TO AUDIT PROVISIONS. 43.01 Contractor's records which shall include but not be limited to accounting records, written policies and procedures, computer records, disks and software, videos, photographs, subcontract files (including proposals of awarded and non-awarded Proposers), originals estimates, estimating worksheets, correspondence, change order files (including documentation covering negotiated settlements), and any other supporting evidence necessary to substantiate charges related to this contract (all the foregoing hereinafter referred to as "records") shall be open to inspection and subject to audit and/or reproduction, during normal working hours, by Owner's agent or its authorized representative to the extent necessary to adequately permit evaluation and verification of any invoices, payments or claims submitted by the Contractor or any of his payees pursuant to the execution of the contract. Such records subject to examination shall also include, but not be limited to, those records necessary to evaluate and verify direct and indirect costs (including overhead allocations) as they may apply to costs associated with this contract. 43.02 For the purpose of such audits, inspections, examinations and evaluations, the Owner's agent or authorized representative shall have access to said records from the effective date of this contract, for the duration of the work, and until five (5) years after the date of final payment by Owner to Consultant pursuant to this contract. 43.03 Owner's agent or its authorized representative shall have access to the Contractor's facilities, shall have access to all necessary records, and shall be provided adequate and appropriate work space, in order to conduct audits in Page 64 of 71 E-15-22 Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F compliance with this article. Owner's agent or its authorized representative shall give auditees reasonable advance notice of intended audits. 43.04 Contractor shall require all Subcontractors, insurance agents, and material suppliers (payees) to comply with the provisions of this article by insertion of the requirements hereof in any written contract agreement. Failure to obtain such written contracts which include such provisions shall be reason to exclude some or all of the related payees' costs from amounts payable to the Contractor pursuant to this contract. 43.05 If an audit inspection or examination in accordance with this article, discloses overcharges (of any nature) by the Contractor to the Owner in excess of ten percent 10% of the total contract billings, the actual cost of the Owner's audit shall be paid by the Contractor. ARTICLE 44. LAWS AND REGULATIONS. 44.01 Contractor and its employees and representative shall at all times, comply with all applicable laws, ordinances, statutes, rules and regulations in effect at the time work is performed pursuant to the Contract Documents. 44.02 If, during the term of this Construction Contract, there are any changed or new laws, ordinances or regulations not in existence at the time of signing this Construction Contract which become effective and which affect the cost or time of performance of the Construction Contract, Contractor shall within fifteen (15) days of the discovery of said law, ordinance or regulation, notify Owner in writing and submit detailed documentation of such effect in terms of both time and cost of performing the Construction Contract. Upon concurrence by Owner as to the effect of such changes, an adjustment in the compensation and/or time of performance may be made at Owner's discretion. 44.03 If any discrepancy or inconsistency should be discovered between the Contract Documents and any law, ordinance, regulation, order or decree, Contractor shall within fifteen (15) days of discovery of same report the same in writing to Owner who will issue such instructions as may be necessary. ARTICLE 45. DISPUTE RESOLUTION. 45.01 The Owner and Contractor agree that, in the event of a dispute, the parties will attempt to resolve such dispute without litigation and that resolution through mediation procedures will be encouraged. 45.02 The existence of a dispute between the parties shall not be the basis of the Contractor unilaterally electing not to continue performance pursuant to the terms of the Contract Documents. ARTICLE 46. GOVERNING LAW AND ATTORNEYS FEES. 46.01 The Construction Contract shall be governed by the laws of the State of Florida. 46.02 In the event either party institutes litigation regarding or relating to this Contract or for breach of any of its terms all litigation and appeals shall have venue in Broward County, Florida or in the U.S. District Court for the Southern District of Florida. 46.03 To the fullest extent permitted by law, Owner, Contractor, and Contractor’s Surety do hereby each waive the right to trial by jury in any action or proceeding, including any counterclaims/crossclaims/third (or more remote) party complaints which may be brought by Owner, Contractor, or Surety, jointly and/or severally, arising out of or in any way related to this Construction Contract and/or attendant suretyship including, without limiting the Generality thereof, any claim for damages resulting from any act or omission of Owner, Contractor, or Surety, jointly or severally, in any way connected with this Construction Contract. Page 65 of 71 E-15-22 Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F ARTICLE 47. RIGHTS AND REMEDIES. 47.01 The duties and obligations imposed by the Contract Documents and the rights and remedies available thereunder shall be in addition to and not a limitation of any duties, obligations, rights and remedies otherwise imposed or available by law. ARTICLE 48. SUCCESSORS, ASSIGNS AND ASSIGNMENT. 48.01 The Owner and the Contractor each binds itself, its partners, successors, assigns and legal representatives to the other party in respect to all covenants, agreements and obligations contained in the Construction Contract. It is agreed that the Contractor shall not assign, transfer, convey or otherwise dispose of the contract or its right, title and interest in and to the same or any part thereof, without previous consent of the Owner and concurred to by the Sureties. 48.02 If requested by Owner the Contractor agrees to assign all Subcontracts required for performance of this Contract to the Owner upon the Owner or Project Consultant's determination that Contractor has defaulted under the Contract Documents. The Contractor shall include in all Subcontracts, equipment leases and pur chase orders a provision requiring the Subcontractor, equipment lessor or supplier, in the event of Contractor's default under this Contract, to consent to the assignment of their subcontracts to the Owner. ARTICLE 49. PUBLIC RECORDS. 49.01 A. The City of Pompano Beach is a public agency subject to Section 119, Florida Statutes. The Contractor shall comply with Florida’s Public Records Law, as amended. Specifically, the Contractor shall: a. Keep and maintain public records required by the City in order to perform the service; b. Upon request from the City’s custodian of public records, provide the City with a copy of 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 in Chapter 119, Florida Statutes or as otherwise provided by law; c. Ensure that public records that are exempt or that are confidential and exempt from public record requirements are not disclosed except as authorized by law; d. 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 City; and e. Upon completion of the contract, transfer, at no cost to the City, all public records in possession of the Contractor, or keep and maintain public records required by the City to perform the service. If the Contractor transfers all public records to the City 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 City, upon request from the City’s custodian of public records in a format that is compatible with the information technology systems of the City. 49.02 The failure of Contractor to comply with the provisions set forth in this Article shall constitute a Default and Breach of this Contract and the City shall enforce the Default in accordance with the provisions set forth in Article 40. Page 66 of 71 E-15-22 Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F PUBLIC RECORDS CUSTODIAN IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR’S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT: CITY CLERK 100 W. Atlantic Blvd., Suite 253 Pompano Beach, Florida 33060 (954) 786-4611 RecordsCustodian@copbfl.com Page 67 of 71 E-15-22 Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F PROJECT RECORD DOCUMENTS PART 1 GENERAL 1.01 THE REQUIREMENT A. The Contractor shall at all times maintain at the site of the project a record copy of the following: 1. Drawings 2. Specifications 3. Addenda 4. Change Orders and other modifications to the Contract. 5. Approved Shop Drawings, Product Data and Samples. 6. Field Test Records. 1.02 RELATED WORK SPECIFIED ELSEWHERE A. All applicable sections of the Specifications. B. General Conditions. 1.03 MAINTENANCE OF DOCUMENTS AND SAMPLES A. Store documents and samples in Contractor's field office apart from documents used for construction. 1. Provide files and racks for storage of documents. 2. Provide locked cabinet or secure storage space for storage of samples. B. File documents and samples in accordance with Construction Specifications Institute (CSI) format. C. Maintain documents in a clean, dry, legible condition and in good order. Do not use record documents for construction purposes. D. Make documents and samples available at all times for inspection by the City's Representatives. 1.04 MARKING DEVICES A. Provide felt tip marking pens for recording information in the color code designated by Project Manager. Page 68 of 71 E-15-22 Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F 1.05 RECORDING Definition: The Project Record is the updated and revised plans and specifications, including a running account of all known revisions and changes made to the original plans and specifications, complete with copies of any field sketches and clarifications, issued over the course of construction. The Project Record is the responsibility of the Contractor. A. The Contractor shall label each document, "Project Record" in neat large printed letters, or by rubber stamp. B. Record information concurrently with construction progress. Do not conceal any work until required information is recorded. C. Drawings: Legibly mark to record actual construction: 1. Horizontal and vertical locations of underground utilities and appurtenances, referenced to permanent surface improvements. 2. Location of internal utilities and appurtenances concealed in the construction, referenced to visible and accessible features of the structure. 3. Field changes of dimension and detail. 4. Changes made by Field Order or by Change Order. 5. Details not on original Contract Drawings. 6. The Record Drawing set shall show benchmark positions and their vertical values. Benchmarks are optional for Plan Views, but required for Profile Views. D. Specifications and Addenda; Legibly mark each Section to record: 1. Manufacturer, trade name, catalog number, and supplier of each produce and item of equipment actually installed. 2. Changes made by field order or by Change Order. 1.06 RECORD DRAWINGS Definition: The Record Drawings are a revised set of drawings submitted by a Contractor upon completion of a project. They reflect all changes made in the specifications and working drawings during the construction process, and show the exact dimensions, geometry, and location of all elements of the work completed under the Contract. A. The Contractor shall maintain full size (24"X 36") project record to reflect the "record" items of work as the work progresses. Upon completion of the work, the Contractor shall prepare a set of record drawings on full-size, reproducible material and an electronic file in (DWG format, AutoCAD, Version 2011 or more recent version OR GIS). The record drawings will, in the greatest possible detail, reproduce the exact final conditions of the entire project. Including, but not limited to, final Page 69 of 71 E-15-22 Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F survey, utilities, architecture, structural, civil conditions, electrical, mechanical, paving, landscaping, irrigation, updating all details and all notes, parking, and any other plans related to a specific project. For the purpose of producing the final record drawings, based on the project record, the Consultant will furnish one set of full-size design drawings on reproducible material and an electronic file (DWG format, AutoCAD, Version 2011 or more recent version OR GIS) to the Contractor on compact disk or any other electronic means. Definition: Design drawings or construction drawings are subject to clarifications, but are complete with enough information (plan, sections, dimensions, details, and notes, etc.) to enable the depicted item's construction or replication without additional information. B. At a minimum the project record shall be reviewed on the 20th working day of every third month, or more often, as deemed necessary by Project Manager, after the month in which the final Notice-to Proceed is given as well as on completion of work. Failure to maintain the project record up-to-date shall be grounds for withholding monthly progress payments until such time as the record drawings are brought up-to date. C. The project record shall be accessible to the City at all times during construction period. D. The cost of maintaining record changes, and preparation of the record drawings shall be included in the unit prices proposed for the affected items. Upon completion of the work, the Contractor shall furnish the Project Manager the set of record drawings on full-size, reproducible material and an electronic file in (DWG format, AutoCAD, Version 2011 or more recent version OR GIS) Pay request quantities must match this same set of record drawings. The completed Record drawings shall be delivered to the Program Manager at least forty-eight (48) hours prior to final inspection of the work. The Final Inspection will not be conducted unless the Record Drawings are in the possession of the Project Manager. E. The completed (or final) record drawings shall be certified by a Professional Land Surveyor, a registered and licensed Architect, a registered and licensed Engineer, a registered and licensed Landscape Architect, registered in the State of Florida. This certification shall consist of the professional discipline official's embossed seal bearing the professional discipline official's registration number, signature and date on each sheet of the drawing set. In addition, the key sheet, cover sheet or first sheet of the plans set shall list the business address and telephone number for all of the professional discipline officials. F. Representative items of work that should be shown on the record drawings as verified, changed or added are shown below: 1. All deviations from condition shown in the Construction Documents including Change Orders, Field Orders and other varying conditions. Page 70 of 71 E-15-22 Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F 2. Every utility (gas, telephone, power, water, force main, etc.) encountered and/or crossing drainage, water or sanitary sewer facilities (whether it is a conflict or has sufficient clearances) shall be located, both horizontally and vertically. The clearance between the facilities horizontal and vertical shall be noted. For instance, if a two inch (2”) gas main crosses over the top of a six inch (6”) potable water main, the bottom elevation of the gas main shall be noted and the top of the water main shall be noted. The difference between the two facilities will be the clearance between the two facilities. Parallel mains shall note the clearance between the outside of the mains. It shall be the Contractor's responsibility to note these crossings on a daily basis and ensure that this information is reflected on the Record Drawing plan set. Crossings will not require state plane coordinates. 3. Pipelines that are "dead" or have been abandoned shall be located during construction and shall be annotated Record Drawing Plans. 4. As-built survey drawings shall meet applicable minimum technical standards for land surveys as outlined in Section 61G17 (https://www.flrules.org/gateway/Division.asp?DivID=269) of the Florida Administrative Code. NOTE: For technical information on AutoCAD and GIS, please refer to the "Electronic As-Built Requirements" located on the City Engineering Website: https://cdn.pompanobeachfl.gov/city/pages/engineering/downloadslinks/06_Digital%20Record%20Dra wing%20Standards%20and%20Requirements%20(2019).pdf END OF SECTION Page 71 of 71 E-15-22 DocuSign Envelope 10: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F Exhibit A- Solicitation and Contractor's Response Title 29-LABC R Subtitle A-Office of the Secretary of Labor PAR'J' 3-CONTRACTORS AND SUBCONTitACTORS ON PUBLIC BUILDING OR PUBLIC WORK FINANCE:D IN WHOLE. OR IN PART BY LOANS OR GRANTS FROM THE UNITED STATES Sec. 3.1 Purpose and scope. 3.2 Definitions. 3.3 Weekly statement with respect to payment of wages. 3.4 Submission of weekly statements and the preservation and inspection of weekly payroll records. 3.5 Payroll deductions permissible without application to or approval of the Secretary of Labor. 3.6 Payroll ded110tions pennissible with the approval of the Secretary of Labor. 3.7 Applications for the approval of the Secretary of Labor. 3.8 Action by the Secretary of Labor upon applications. 3.9 Prohibited payroll deductions. 3.10 Methods of payment of wages. 3.11 Regulations part of contract. AuTHORITY: The provisions of this Part 3 issued under R.S. 161, sec. 2, 48 Stat. 848; Reorg. Plan No. 14 of 1950, 64 Stat. 1267; 5 U.S.C. 22, 138z-15 note; 40 U.S.C. 276c. SouRcE: The provisions of this Part 3 appear at 29 F.R. 97, Jan. 4, 1964, unless other- wise noted. • • DocuSign Envelope 10: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F --:---;;:::- - ------ Exhibit A- Solicitation and Contractor's Response Title 29-Labor Subtitle A-Office of the Secretary of Labor PART 3-CONTRACTORS AND SUBCON- TRACTORS ON PUBLIC BUILDING OR PUBLIC WORK FINANCED IN WHOLE OR IN. PART BY LOANS OR GRANTS FROM THE UNITED STATES Section 3.1 Purpose and scope. This ,part prescribes "anti-kickback" regula- tions under section 2 of the Act of June 13, 1934, as amended (40 U.S.C. 276c), po,pnlarly known as the Co,peland Act. This part applies to any contract which is subject to Federal wage stand- .ards and which is for the construction, .prosecu- tion, completion, or repair of ,public buildings, public works or buildings or "·orks financed in whole or in part by loans or grants from the United States. The :part is intended to aid in the enforcement of the minimum wage ;provisions of the Davis-Bacon Act and the various statutes deal- ing with Federally-assisted construction that con- tain similar minimum wage provisions, including those ,provisions which are not subject to Reorga- nization Plan No. 14 (e.g., t1he College Housing Act of 1950, the Federal ·water Pollution Con- trol Act, and the Housing Act of 1959), and in the enforcement of the overtime ,provisions of the Contract Work Hours Standards Act whenever they are ap,plicable to construction work. The part details the obligation of contractors and subcon- tractors relative to the weekly submission of statements .regarding the wages paid on work covered thereby; sets forth the circumstances and procedures governing the making of payroll deductions from tJhe wages of those employed on such work; and delineates the methods of pay- ment .permissible on such work. Section ,3.2 Definitions. As used in the regulations in this part: (a) The te1.1ms "building" or "work" generally include construction activity as distinguished from manufacturing, furnishing of materials, or servicing and maintenance work. The terms in- clude, without limitation, buildings, structures, and improvements of all types, such as bridges, dams, plants, highways, ;parkways, streets, sub- ways, tunnels, sewers, mains, .powerlines, pump- ing stations, railways, ·airports, terminals, docks, piers, wharves, ways, lighthouses, buoys, jetties, breakwaters, levees,·and C'anals; dredging, shoring, scaffolding, drilling, blasting, excavating, clear- ing, and landscaping. Unless conducted in connec- tion with and at the site of such a building or work as is described in the for oing sentence, the manufacture or furnishing of materials, articles, su, plies, or equipment (whether or not a Federal or State agency a.cquires title to such materials, articles, supplies, or equ pment during the course of the manufacture or furnishing, or owns the materials from which they are manufactured or furnished) is not •a ''building" or "work" wi-thin the meaning of the regul-ations in this part. (b) The terms "construction," ",prosecution," "completion," or "repair" mean all types of work clone on a -particular building or work at the site thereof, including, without limitation, ·altering, re- modeling, painting and decorating, the transport- ing of materials and supplies to or from the build- ing or work by the employees of the contruction contr.actor or construction subcontractor, and the manufacturing or furnishing of materials, arti- cles, supplies, or equipment on the site of the build- ing or work, by 1persons employed at the site by the contractor or subcontractor. (c) The ter:ms ",public building" or "puJblic work" include building or work for whose con- struction, prosecut.ion, completion, or repair, as defined above, a Federal agency is a contracting :party, regardless of whether title thereof is in a Federal agency. (d) The -term "building or work financed in whole or in ;part by loans or grants from the United States" includes :building or work for whose construction, prosecution, completion, or (3) Exhibit A- Solicitation and Contractor's Response DocuSign Envelope 10: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F 4 re,pair, as defined a;bove, payment or part pay- ment is made directly or indirectly from funds provided by loans or grants by a Federal agency. The term does not include building or work for which Federal assistance is limited solely to loan guarantees or insurance. (e) Every person paid by a contractor or sub- contractor in any manner for his lwbor in .the con- struction, prosecution, completion, or repair of ·a public building or .public work or building or work financed in whole or in part by loans or grants from the United States is "em,ployed" and receiving "w.ages," n gardless of any contractual relationship alleged to exist between him and the real employer. (f) The term "any •affili•ated person" includes a pouse, child, parent, or other close relative of the contractor or subcon1metor; a pavtner or officer of the oontvactor or subcontractor; a corporation closely connected wi•th the contractor or subcon- tractor as parent, •subsidiary or otherwise, and•an officer or agent of sueh corpor3Jtion. (g) The term "Federal ageney" means the United States, the District of Columbia, and all executive d partme;o.ts, independent establish- ments, administratiYe •agencies, ·and instrumen- tali,ties of theUnited States and of the District of Columbia, including corpora;tions, all or substan- tially all of •the stock of which is beneficially owned by the United States:, by the District of Columbia, or any of tJhe foregoing departments, estaJblish- .ments, agencies, and instrurrnentalities. Section 3.3 Weekly statement with respect to payment of wages. (a) As used in this section, the term "em;ployee" shall not apply to ,persons in classifications higher than that of laborer or meehanic and those who are the immediate supervisors of such em,ployees. (b) Each contractor or subcontractor engaged in the construetion, prosecution, completion, or repair of any public building or public work, or building or work finaneed in whole or in part by loans or grants from the United States, shall fur- nish eaeh week a statement with respect to the wages paid each of its employees engaged on work eovered by 29 CFR Parts 3 and 5 during the pre- ceding weekly payroll period. This statement shall he executed by the contractor or subcontractor or by an authorized offi[cer or employee of the con- tmctor or subcontraetor who supervises the pay- ment of wages, and shall be on form WH 348, "Statement of Oompli.ance", or on an identical form on the b3Jck of WH 347, "Payroll (For Con- traotors Optional Use) " or on any form with iden- tical wording. Sample copies of WH 347 and WH 348 may be obtained from the Government eontmcting or sponsoring agency, and copies of these forms may be purchased at the Government Printing Oflice. (c) The requirements of tilis section shall not apply to any contract of $2,000 or less. (d) Upon a written finding by the head of a Federal agency, the Secretary of Labor may pro- vide reasonable limitations, variations, tolerances, and exemptions from the requirements of this sec- tion subject to such conditions as the Secretary of Labor may specify. [29 F.R. 95, Jan. 4, 1964, as amended at 33 F.R. 10186, July 17, 1968] Section 3.4 Submission of weekly statements and th'e preservation and inspection of weekly payroll records. (a) Each weekly statement required under § 3.3 shall be delivered by the contractor or subcontrac- tor, within seven days after the regular payment date of ,the payroll period, to a represent3!tive of a Federal or State agency in charge at the site of the building or work, or, if there is no representative of a Federal or St.ate agency at the site of the building or work, the statement shall be mailed by the contractor or subcontractor, within such time, to a Federal or State agency contracting for or financing the building or work. After such ex- amination and check as may be made, such state- ment, or a copy thereof, shall be kept available, or shall be transmitted together with a report of any violation, in accordance with applicable procedures prescribed by the United States Department of Labor. (b) Each contractor or subcontractor shall preserve his weekly payroll records for a period of three years from date of completion of the con- tract. The payroll records shall set out accurately and completely the name and address of each la- borer and mechanic, his c10rrect classification, rate of pay, daily and weekly number of hours worked, deductions m3Jde, and •actual wages paid. Such payroll records shall be made available at all times • Exhibit A- Solicitation and Contractor's Response DocuSign Envelope 10: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F • 5 £or inspection by the contracting officer or his authorized representative, and by authorized rep- resentatives of the Department of Labor. Section 3.5 Payroll deductions permissible without application to or approval of the Secretary of Labor. Deductions made under the circumstances or in the situations described in ·the paragraphs of this section may be made without application to and approval of the Secretary of Labor: ('a) Any deduction made in compliance with the requirements of Federal, Strute, or local I>aw, su<ili as Federal or State wi·thholding income taxes and Federal social security taxes. (b) Any deduction of sums previously paid to the employee as ·a bona fide prepayment of wages when such prepayment is made without discount or interest. A "bona fide prepayment of wages" is considered to have been made only when cash or its equivalent has been advanced to the person em- ployed in such manner as to give him complete freedom of disposition of the 3Jdvanced :funds. (c) Any deduction of amounts required by court process to be paid to another, unless, the de- duction is in favor of the contractor, subcontractor or any affiliated person, or when collusion or col- la:boration exists. (d) Any deduction constituting a,· contribution on behalf of 1the person employed to funds estab- lished by the employer or representatives of em- ployees, or both, for the purpose of providing either from principal or income, or both, medical or hospital care, pensions or annuities on retire- ment, de3Jth benefits, compensation for injuries, illness, accidents, sickness, or disability, or :for insurance ,to provide any ·of ·the :foregoing, or unemployment benefits, vacation pay, savings ac- counts, or similar payments :for the ·benefit of em- ployees, their families and dependents: Provided, howwoer, That the :following standards are met: (1) Tthe deduction is not otherwise prohibited by law; (2) it is either: (i) Voluntarily consented to by the employee in writing and in advance of the period in which the work .is to be done and such consent is not a condi·tion either :for the obtaining of or :for the contlinurution of employment, or (ii) provided :for in a bona fide collective bargaining agreement between the contractor or subcontrac- tor and representatives of its employees; (3) no profit or other 'benefit is otherwise obtained, di- rootly or indirectly, by the contractor or subcon- tractor or any affilriated person in the form of commission, dividend, or otJherwise; and ( 4) the deductions shall serve the convenience and interest of the employee. (e) Any deduction contributing toward the purchase of United States Defense Stamps and Bonds when voluntarily authorized by the employee. (:f) Any deduction requested by the employee to enable him to repay loans to or to purchase shares in credit unions organized and operated in 'accord- ance with Federal and State credit union statutes. (g) Any deduction voluntarily authorized by the employee for the making of contributions to governmental or quasi-governmental agencies, such as the American Red Cross. (h) Any deduction voluntarily authorized by the employee :for the making of contributions to Community Chests, United Givers Funds, and similiar charitable organiza.tions. (i) Any deductions to pay regular union initia- tion :fees and membership dues, not including fines or special assessments: Provided, however, That a collective bargaining •agreement between the con- tractor or subcontractor and representatives of its employees provides :for such deductions and the deductions are not otherwise prohibited by law. (j) Any deduction not more than for the "rea- sonable cost" of board, lodging, or other facilities meeting the requirements of section 3 ( m) of the Fair Labor Standards Act of 1938, as amended, and Pnrt 531 of this tide. When such a deduction is made the additional records required under § 516.27 (a) of this title shall be kept. Section 3.6 Payroll deductions permissible with the approval of the Secretary of Labor. Any contractor or subcontractor may apply to the Secretary of Labor :for permission to make any deduction not permitted under § 3.5. The Secretary may grant pevmission whenever he finds ·th3Jt: (a) The contractor, subcontractor, or any af- filiated person does not make a profit or benefit directly or indirectly :from the deduction either in the :form of a commission, dividend, or other- wise; (b) The deduction is not otherwise prohibited by law; (c) The deduotion is ei,ther (1) voluntarily con- Exhibit A- Solicitation and Contractor's Response DocuSign Envelope 10: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F sented to by the employee in writing and in ad- vance of the period in which the work is to be done· •and such consent is not a condition either for the obtaining of employment or its continuance, or (2) proVIided for in 'a bona fide collective bargain- ing ·agreement betwe(m the contractor or subcon- tmctor ·and representa,tives of its employees; and (d) The deduction serves the convenience and interest of the employ,oo. Section 3.7 Applications for the approval of the Secretary o1r Labor. Any application for the making of payroll de- ductions under § 3.6 shall comply with the require- ments prescribed in the following paragraphs of this section : (a) The application shall be in writing and shall be addressed tthe Secretary of Labor. (b) The app1ication shall identify the contract or contracts under which the work in question is to be performed. Permission will be given for deduotions only on specific, identified con- tracts, except upon a showing of exceptional circumstances. (c) The application shall state affirmatively that there is compliance with the standards set forth in the provisions of § 3.6. The ·affirmation shall be accompanied by a full statement of the facts in- dicating such compliance. (d) The application shall include a description of the proposed deduction, the purpose to be served thereby, and the classes of laborers or mechanics from whose wages the proposed deduction would be made. 6 (e) The application shall state the name and business of any third person to whom any funds obtained from the proposed deductions are to be transmitted and the affiliation of such person, if any, with the applicant. Section 3.8 Action by the Secretary of Labor upon applicatioi.11S. The Secretary of Labor shall decide whether or not the requested deduction is permissible under provisions of § 3.6; and shall notify the applicant in writing of his decision. Section 3.9 Prohibited payroll deductions. Deductions not elsewhere provided for by this part and which are not found to be permissible under § 3.6 are prohibited. Section 3.10 MethodS of payment of wages. The payment of wages shall be by cash, negoti- able instruments payable on demand, or the addi- tional forms of compensation for which deductions are permissible under this part. No other methods of payment shall be recognized on work subject to the Copeland Act. Section 3.11 Regulations part of contract. All contracts made with respect to the construc- tion, prosecution, completion, or repair of any public building or public work or building or work financed in whole or in part by loans or grants from the United States covered by the regulations in this part shall expressly bind the-contractor or subcontractor to comply with such of the regula- tions in this part as may be applicable. In this regard, see § !i.5 (a) of this subtitle. U.S. GOVERNMENT PRINTING OFFICE: 1968 D-314 11 • Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F Exhibit A § 274a.2 Verification of identity and employment authorization. (a) General. This section establishes requirements and procedures for compliance by persons or entities when hiring, or when recruiting or referring for a fee, or when continuing to employ individuals in the United States. (1) Recruiters and referrers for a fee. For purposes of complying with section 274A(b) of the Act and this section, all references to recruiters and referrers for a fee are limited to a person or entity who is either an agricultural association, agricultural employer, or farm labor contractor (as defined in section 3 of the Migrant and Seasonal Agricultural Worker Protection Act, Pub. L. 97-470 (29 U.S.C. 1802)). (2) Verification form. Form I-9, Employment Eligibility Verification Form, is used in complying with the requirements of this 8 CFR 274a.1- 274a.11. Form I-9 can be in paper or electronic format. A fillable electronic Form I-9 as well as a paper format Form I-9 may be obtained and downloaded from http://www.uscis.gov. Paper forms may also be ordered at https://www.uscis.gov/forms/forms-by-mail or by contacting the USCIS Contact Center at 1-800-375-5283 or 1-800-767-1833 (TTY). Alternatively, Form I-9 can be electronically generated or retained, provided that the resulting form is legible; there is no change to the name, content, or sequence of the data elements and instructions; no additional data elements or language are inserted; and the standards specified under 8 CFR 274a.2(e), (f), (g), (h), and (i), as applicable, are met. When copying or printing the paper Form I-9, the text of the two-sided form may be reproduced by making either double-sided or single-sided copies. (3) Attestation Under Penalty and Perjury. In conjunction with completing the Form I-9, an employer or recruiter or referrer for a fee must examine documents that evidence the identity and employment authorization of the individual. The employer or recruiter or referrer for a fee and the individual must each complete an attestation on the Form I-9 under penalty of perjury. (b) Employment verification requirements - (1) Examination of documents and completion of Form I-9. (i) A person or entity that hires or recruits or refers for a fee an individual for employment must ensure that the individual properly: (A) Completes section 1 - “Employee Information and Verification” - on the Form I-9 at the time of hire and signs the attestation with a handwritten or electronic signature in accordance with paragraph Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F Exhibit A (h) of this section; or if an individual is unable to complete the Form I- 9 or needs it translated, someone may assist him or her. The preparer or translator must read the Form I-9 to the individual, assist him or her in completing Section 1 - “Employee Information and Verification,” and have the individual sign or mark the Form I-9 by a handwritten signature, or an electronic signature in accordance with paragraph (h) of this section, in the appropriate place; and (B) Present to the employer or the recruiter or referrer for a fee documentation as set forth in paragraph (b)(1)(v) of this section establishing his or her identity and employment authorization within the time limits set forth in paragraphs (b)(1)(ii) through (b)(1)(v) of this section. (ii) Except as provided in paragraph (b)(1)(viii) of this section, an employer, his or her agent, or anyone acting directly or indirectly in the interest thereof, must within three business days of the hire: (A) Physically examine the documentation presented by the individual establishing identity and employment authorization as set forth in paragraph (b)(1)(v) of this section and ensure that the documents presented appear to be genuine and to relate to the individual; and (B) Complete section 2 - “Employer Review and Verification” - on the Form I-9 within three business days of the hire and sign the attestation with a handwritten signature or electronic signature in accordance with paragraph (i) of this section. (iii) An employer who hires an individual for employment for a duration of less than three business days must comply with paragraphs (b)(1)(ii)(A) and (b)(1)(ii)(B) of this section at the time of the hire. An employer may not accept a receipt, as described in paragraph (b)(1)(vi) of this section, in lieu of the required document if the employment is for less than three business days. (iv) A recruiter or referrer for a fee for employment must comply with paragraphs (b)(1)(ii)(A) and (b)(1)(ii)(B) of this section within three business days of the date the referred individual is hired by the employer. Recruiters and referrers may designate agents to complete the employment verification procedures on their behalf including but not limited to notaries, national associations, or employers. If a recruiter or referrer designates an employer to complete the employment verification procedures, the employer need only provide the recruiter or referrer with a photocopy or printed electronic image of the Form I-9, electronic Form I-9, or a Form I-9 on microfilm or microfiche. Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F Exhibit A (v) The individual may present either an original document which establishes both employment authorization and identity, or an original document which establishes employment authorization and a separate original document which establishes identity. Only unexpired documents are acceptable. The identification number and expiration date (if any) of all documents must be noted in the appropriate space provided on the Form I-9. (A) The following documents, so long as they appear to relate to the individual presenting the document, are acceptable to evidence both identity and employment authorization: (1) A United States passport; (2) An Alien Registration Receipt Card or Permanent Resident Card (Form I-551); (3) A foreign passport that contains a temporary I-551 stamp, or temporary I-551 printed notation on a machine-readable immigrant visa; (4) An Employment Authorization Document which contains a photograph (Form I-766); (5) In the case of an individual who is employment-authorized incident to status or parole with a specific employer, a foreign passport with an Arrival/Departure Record, Form I-94 (as defined in 8 CFR 1.4) or Form I-94A, bearing the same name as the passport and containing an endorsement by DHS indicating such employment- authorized status or parole, as long as the period of endorsement has not yet expired and the employment is not in conflict with the individual's employment-authorized status or parole; (6) A passport from the Federated States of Micronesia (FSM) or the Republic of the Marshall Islands (RMI) with Form I-94 or Form I-94A indicating nonimmigrant admission under the Compact of Free Association Between the United States and the FSM or RMI; (7) In the case of an individual lawfully enlisted for military service in the Armed Forces under 10 U.S.C. 504, a military identification card issued to such individual may be accepted only by the Armed Forces. (B) The following documents are acceptable to establish identity only: (1) For individuals 16 years of age or older: (i) A driver's license or identification card containing a photograph, issued by a state (as defined in section 101(a)(36) of Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F Exhibit A the Act) or an outlying possession of the United States (as defined by section 101(a)(29) of the Act). If the driver's license or identification card does not contain a photograph, identifying information shall be included such as: name, date of birth, sex, height, color of eyes, and address; (ii) School identification card with a photograph; (iii) Voter's registration card; (vi) U.S. military card or draft record; (v) Identification card issued by federal, state, or local government agencies or entities. If the identification card does not contain a photograph, identifying information shall be included such as: name, date of birth, sex, height, color of eyes, and address; (vi) Military dependent's identification card; (vii) Native American tribal documents; (viii) United States Coast Guard Merchant Mariner Card; (ix) Driver's license issued by a Canadian government authority; (2) For individuals under age 18 who are unable to produce a document listed in paragraph (b)(1)(v)(B)(1) of this section, the following documents are acceptable to establish identity only: (i) School record or report card; (ii) Clinic doctor or hospital record; (iii) Daycare or nursery school record. (3) Minors under the age of 18 who are unable to produce one of the identity documents listed in paragraph (b)(1)(v)(B) (1) or (2) of this section are exempt from producing one of the enumerated identity documents if: (i) The minor's parent or legal guardian completes on the Form I-9 Section 1 - “Employee Information and Verification” and in the space for the minor's signature, the parent or legal guardian writes the words, “minor under age 18.” (ii) The minor's parent or legal guardian completes on the Form I- 9 the “Preparer/Translator certification.” (iii) The employer or the recruiter or referrer for a fee writes in Section 2 - “Employer Review and Verification” under List B in the Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F Exhibit A space after the words “Document Identification #” the words, “minor under age 18.” (4) Individuals with handicaps, who are unable to produce one of the identity documents listed in paragraph (b)(1)(v)(B) (1) or (2) of this section, who are being placed into employment by a nonprofit organization, association or as part of a rehabilitation program, may follow the procedures for establishing identity provided in this section for minors under the age of 18, substituting where appropriate, the term “special placement” for “minor under age 18”, and permitting, in addition to a parent or legal guardian, a representative from the nonprofit organization, association or rehabilitation program placing the individual into a position of employment, to fill out and sign in the appropriate section, the Form I-9. For purposes of this section the term individual with handicaps means any person who (i) Has a physical or mental impairment which substantially limits one or more of such person's major life activities, (ii) Has a record of such impairment, or (iii) Is regarded as having such impairment. (C) The following are acceptable documents to establish employment authorization only: (1) A Social Security account number card other than one that specifies on the face that the issuance of the card does not authorize employment in the United States; (2) Certification or report of birth issued by the Department of State, including Forms FS-545, DS-1350, FS-240; (3) An original or certified copy of a birth certificate issued by a State, county, municipal authority or outlying possession of the United States bearing an official seal; (4) Native American tribal document; (5) United States Citizen Identification Card, Form I-197; (6) Identification card for use of resident citizen in the United States, Form I-179; (7) An employment authorization document issued by the Department of Homeland Security. (D) The following are acceptable documents to establish both identity and employment authorization in the Commonwealth of the Northern Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F Exhibit A Mariana Islands only, for a two-year period starting from the transition program effective date (as defined in 8 CFR 1.1), in addition to those documents listed in paragraph (b)(1)(v)(A) of this section: (1) In the case of an alien with employment authorization in the Commonwealth of the Northern Mariana Islands incident to status for a period of up to two years following the transition program effective date that is unrestricted or otherwise authorizes a change of employer: (i) The unexpired foreign passport and an Alien Entry Permit with red band issued to the alien by the Office of the Attorney General, Division of Immigration of the Commonwealth of the Northern Mariana Islands before the transition program effective date, as long as the period of employment authorization has not yet expired, or (ii) An unexpired foreign passport and temporary work authorization letter issued by the Department of Labor of the Commonwealth of the Northern Mariana Islands before the transition program effective date, and containing the name and photograph of the individual, as long as the period of employment authorization has not yet expired and the proposed employment is not in conflict with any restrictions or limitations identified on the Temporary Work Authorization letter; (iii) An unexpired foreign passport and a permanent resident card issued by the Commonwealth of the Northern Mariana Islands. (2) [Reserved] (vi) Special rules for receipts. Except as provided in paragraph (b)(1)(iii) of this section, unless the individual indicates or the employer or recruiter or referrer for a fee has actual or constructive knowledge that the individual is not authorized to work, an employer or recruiter or referrer for a fee must accept a receipt for the application for a replacement document or a document described in paragraphs (b)(1)(vi)(B)(1) and (b)(1)(vi)(C)(1) of this section in lieu of the required document in order to comply with any requirement to examine documentation imposed by this section, in the following circumstances: (A) Application for a replacement document. The individual: (1) Is unable to provide the required document within the time specified in this section because the document was lost, stolen, or damaged; (2) Presents a receipt for the application for the replacement document within the time specified in this section; and Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F Exhibit A (3) Presents the replacement document within 90 days of the hire or, in the case of reverification, the date employment authorization expires; or (B) Form I-94 or I-94A indicating temporary evidence of permanent resident status. The individual indicates in section 1 of the Form I-9 that he or she is a lawful permanent resident and the individual: (1) Presents the arrival portion of Form I-94 or Form I-94A containing an unexpired “Temporary I-551” stamp and a photograph of the individual, which is designated for purposes of this section as a receipt for Form I-551; and (2) Presents the Form I-551 by the expiration date of the “Temporary I-551” stamp or, if the stamp has no expiration date, within one year from the issuance date of the arrival portion of the Form I-94 or Form I-94A; or (C) Form I-94 or I-94A indicating refugee status. The individual indicates in section 1 of the Form I-9 that he or she is an alien authorized to work and the individual: (1) Presents the departure portion of Form I-94 or I-94A containing an unexpired refugee admission stamp, which is designated for purposes of this section as a receipt for the Form I-766, or a social security account number card that contains no employment restrictions; and (2) Presents, within 90 days of the hire or, in the case of reverification, the date employment authorization expires, either an unexpired Form I-766, or a social security account number card that contains no employment restrictions and a document described under paragraph (b)(1)(v)(B) of this section. (vii) If an individual's employment authorization expires, the employer, recruiter or referrer for a fee must reverify on the Form I-9 to reflect that the individual is still authorized to work in the United States; otherwise, the individual may no longer be employed, recruited, or referred. Reverification on the Form I-9 must occur not later than the date work authorization expires. If an Employment Authorization Document (Form I-766) as described in § 274a.13(d) was presented for completion of the Form I-9 in combination with a Notice of Action (Form I-797C), stating that the original Employment Authorization Document has been automatically extended for up to 180 days, reverification applies upon the expiration of the automatically extended validity period under § 274a.13(d) and not upon the expiration date indicated on the Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F Exhibit A face of the individual's Employment Authorization Document. In order to reverify on the Form I-9, the employee or referred individual must present a document that either shows continuing employment eligibility or is a new grant of work authorization. The employer or the recruiter or referrer for a fee must review this document, and if it appears to be genuine and relate to the individual, reverify by noting the document's identification number and expiration date, if any, on the Form I-9 and signing the attestation by a handwritten signature or electronic signature in accordance with paragraph (i) of this section. (viii) An employer will not be deemed to have hired an individual for employment if the individual is continuing in his or her employment and has a reasonable expectation of employment at all times. (A) An individual is continuing in his or her employment in one of the following situations: (1) An individual takes approved paid or unpaid leave on account of study, illness or disability of a family member, illness or pregnancy, maternity or paternity leave, vacation, union business, or other temporary leave approved by the employer; (2) An individual is promoted, demoted, or gets a pay raise; (3) An individual is temporarily laid off for lack of work; (4) An individual is on strike or in a labor dispute; (5) An individual is reinstated after disciplinary suspension for wrongful termination, found unjustified by any court, arbitrator, or administrative body, or otherwise resolved through reinstatement or settlement; (6) An individual transfers from one distinct unit of an employer to another distinct unit of the same employer; the employer may transfer the individual's Form I-9 to the receiving unit; (7) An individual continues his or her employment with a related, successor, or reorganized employer, provided that the employer obtains and maintains from the previous employer records and Forms I-9 where applicable. For this purpose, a related, successor, or reorganized employer includes: (i) The same employer at another location; (ii) An employer who continues to employ some or all of a previous employer's workforce in cases involving a corporate reorganization, merger, or sale of stock or assets; Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F Exhibit A (iii) An employer who continues to employ any employee of another employer's workforce where both employers belong to the same multi-employer association and the employee continues to work in the same bargaining unit under the same collective bargaining agreement. For purposes of this subsection, any agent designated to complete and maintain the Form I-9 must record the employee's date of hire and/or termination each time the employee is hired and/or terminated by an employer of the multi-employer association; or (8) An individual is engaged in seasonal employment. (B) The employer who is claiming that an individual is continuing in his or her employment must also establish that the individual expected to resume employment at all times and that the individual's expectation is reasonable. Whether an individual's expectation is reasonable will be determined on a case-by-case basis taking into consideration several factors. Factors which would indicate that an individual has a reasonable expectation of employment include, but are not limited to, the following: (1) The individual in question was employed by the employer on a regular and substantial basis. A determination of a regular and substantial basis is established by a comparison of other workers who are similarly employed by the employer; (2) The individual in question complied with the employer's established and published policy regarding his or her absence; (3) The employer's past history of recalling absent employees for employment indicates a likelihood that the individual in question will resume employment with the employer within a reasonable time in the future; (4) The former position held by the individual in question has not been taken permanently by another worker; (5) The individual in question has not sought or obtained benefits during his or her absence from employment with the employer that are inconsistent with an expectation of resuming employment with the employer within a reasonable time in the future. Such benefits include, but are not limited to, severance and retirement benefits; (6) The financial condition of the employer indicates the ability of the employer to permit the individual in question to resume employment within a reasonable time in the future; or Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F Exhibit A (7) The oral and/or written communication between employer, the employer's supervisory employees and the individual in question indicates that it is reasonably likely that the individual in question will resume employment with the employer within a reasonable time in the future. (2) Retention and Inspection of Form I-9. (i) A paper (with original handwritten signatures), electronic (with acceptable electronic signatures that meet the requirements of paragraphs (h) and (i) of this section or original paper scanned into an electronic format, or a combination of paper and electronic formats that meet the requirements of paragraphs (e), (f), and (g) of this section), or microfilm or microfiche copy of the original signed version of Form I-9 must be retained by an employer or a recruiter or referrer for a fee for the following time periods: (A) In the case of an employer, three years after the date of the hire or one year after the date the individual's employment is terminated, whichever is later; or (B) In the case of a recruiter or referrer for a fee, three years after the date of the hire. (ii) Any person or entity required to retain Forms I-9 in accordance with this section shall be provided with at least three business days notice prior to an inspection of Forms I-9 by officers of an authorized agency of the United States. At the time of inspection, Forms I-9 must be made available in their original paper, electronic form, a paper copy of the electronic form, or on microfilm or microfiche at the location where the request for production was made. If Forms I-9 are kept at another location, the person or entity must inform the officer of the authorized agency of the United States of the location where the forms are kept and make arrangements for the inspection. Inspections may be per formed at an office of an authorized agency of the United States. A recruiter or referrer for a fee who has designated an employer to complete the employment verification procedures may present a photocopy or printed electronic image of the Form I-9 in lieu of presenting the Form I-9 in its original paper or electronic form or on microfilm or microfiche, as set forth in paragraph (b)(1)(iv) of this section. Any refusal or delay in presentation of the Forms I-9 for inspection is a violation of the retention requirements as set forth in section 274A(b)(3) of the Act. No Subpoena or warrant shall be required for such inspection, but the use of such enforcement tools is not precluded. In addition, if the person or entity has not complied with a request to present the Forms I-9, any officer listed in 8 CFR 287.4 may Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F Exhibit A compel production of the Forms I-9 and any other relevant documents by issuing a subpoena. Nothing in this section is intended to limit the subpoena power under section 235(d)(4) of the Act. (iii) The following standards shall apply to Forms I-9 presented on microfilm or microfiche submitted to an officer of the Service, the Special Counsel for Immigration-Related Unfair Employment Practices, or the Department of Labor: Microfilm, when displayed on a microfilm reader (viewer) or reproduced on paper must exhibit a high degree of legibility and readability. For this purpose, legibility is defined as the quality of a letter or numeral which enables the observer to positively and quickly identify it to the exclusion of all other letters or numerals. Readability is defined as the quality of a group of letters or numerals being recognizable as words or whole numbers. A detailed index of all microfilmed data shall be maintained and arranged in such a manner as to permit the immediate location of any particular record. It is the responsibility of the employer, recruiter or referrer for a fee: (A) To provide for the processing, storage and maintenance of all microfilm, and (B) To be able to make the contents thereof available as required by law. The person or entity presenting the microfilm will make available a reader-printer at the examination site for the ready reading, location and reproduction of any record or records being maintained on microfilm. Reader-printers made available to an officer of the Service, the Special Counsel for Immigration-Related Unfair Employment Practices, or the Department of Labor shall provide safety features and be in clean condition, properly maintained and in good working order. The reader-printers must have the capacity to display and print a complete page of information. A person or entity who is determined to have failed to comply with the criteria established by this regulation for the presentation of microfilm or microfiche to the Service, the Special Counsel for Immigration-Related Unfair Employment Practices, or the Department of Labor, and at the time of the inspection does not present a properly completed Form I-9 for the employee, is in violation of section 274A(a)(1)(B) of the Act and § 274a.2(b)(2). (iv) Paragraphs (e), (f), (g), (h), and (i) of this section specify the standards for electronic Forms I-9. (3) Copying of documentation. An employer, or a recruiter or referrer for a fee may, but is not required to, copy or make an electronic image of a document presented by an individual solely for the purpose of complying with the verification requirements of this section. If such a copy or Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F Exhibit A electronic image is made, it must either be retained with the Form I-9 or stored with the employee's records and be retrievable consistent with paragraphs (e), (f), (g), (h), and (i) of this section. The copying or electronic imaging of any such document and retention of the copy or electronic image does not relieve the employer from the requirement to fully complete section 2 of the Form I-9. An employer, recruiter or referrer for a fee should not, however, copy or electronically image only the documents of individuals of certain national origins or citizenship statuses. To do so may violate section 274B of the Act. (4) Limitation on use of Form I-9. Any information contained in or appended to the Form I-9, including copies or electronic images of documents listed in paragraph (c) of this section used to verify an individual's identity or employment eligibility, may be used only for enforcement of the Act and sections 1001, 1028, 1546, or 1621 of title 18, United States Code. (c) Employment verification requirements in the case of hiring an individual who was previously employed. (1) When an employer hires an individual whom that person or entity has previously employed, if the employer has previously completed the Form I-9 and complied with the verification requirements set forth in paragraph (b) of this section with regard to the individual, the employer may (in lieu of completing a new Form I-9) inspect the previously completed Form I-9 and: (i) If upon inspection of the Form I-9, the employer determines that the Form I-9 relates to the individual and that the individual is still eligible to work, that previously executed Form I-9 is sufficient for purposes of section 274A(b) of the Act if the individual is hired within three years of the date of the initial execution of the Form I-9 and the employer updates the Form I-9 to reflect the date of rehire; or (ii) If upon inspection of the Form I-9, the employer determines that the individual's employment authorization has expired, the employer must reverify on the Form I-9 in accordance with paragraph (b)(1)(vii); otherwise the individual may no longer be employed. (2) For purposes of retention of the Form I-9 by an employer for a previously employed individual hired pursuant to paragraph (c)(1) of this section, the employer shall retain the Form I-9 for a period of three years commencing from the date of the initial execution of the Form I-9 or one year after the individual's employment is terminated, whichever is later. Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F Exhibit A (d) Employment verification requirements in the case of recruiting or referring for a fee an individual who was previously recruited or referred. (1) When a recruiter or referrer for a fee refers an individual for whom that recruiter or referrer for a fee has previously completed a Form I-9 and complied with the verification requirements set forth in paragraph (b) of this section with regard to the individual, the recruiter or referrer may (in lieu of completing a new Form I-9) inspect the previously completed Form I-9 and: (i) If upon inspection of the Form I-9, the recruiter or referrer for a fee determines that the Form I-9 relates to the individual and that the individual is still eligible to work, that previously executed Form I-9 is sufficient for purposes of section 274A(b) of the Act if the individual is referred within three years of the date of the initial execution of the Form I-9 and the recruiter or referrer for a fee updates the Form I-9 to reflect the date of rehire; or (ii) If upon inspection of the Form I-9, the recruiter or referrer determines that the individual's employment authorization has expired, the recruiter or referrer for a fee must reverify on the Form I-9 in accordance with paragraph (b)(1)(vii) of this section; otherwise the individual may no longer be recruited or referred. (2) For purposes of retention of the Form I-9 by a recruiter or referrer for a previously recruited or referred individual pursuant to paragraph (d)(1) of this section, the recruiter or referrer shall retain the Form I-9 for a period of three years from the date of the rehire. (e) Standards for electronic retention of Form I-9. (1) Any person or entity who is required by this section to complete and retain Forms I-9 may complete or retain electronically only those pages of the Form I-9 on which employers and employees enter data in an electronic generation or storage system that includes: (i) Reasonable controls to ensure the integrity, accuracy and reliability of the electronic generation or storage system; (ii) Reasonable controls designed to prevent and detect the unauthorized or accidental creation of, addition to, alteration of, deletion of, or deterioration of an electronically completed or stored Form I-9, including the electronic signature if used; (iii) An inspection and quality assurance program evidenced by regular evaluations of the electronic generation or storage system, including Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F Exhibit A periodic checks of the electronically stored Form I-9, including the electronic signature if used; (iv) In the case of electronically retained Forms I-9, a retrieval system that includes an indexing system that permits searches consistent with the requirements of paragraph (e)(6) of this section; and (v) The ability to reproduce legible and readable hardcopies. (2) All documents reproduced by the electronic retention system must exhibit a high degree of legibility and readability when displayed on a video display terminal or when printed on paper, microfilm, or microfiche. The term “legibility” means the observer must be able to identify all letters and numerals positively and quickly, to the exclusion of all other letters or numerals. The term “readability” means that the observer must be able to recognize any group of letters or numerals that form words or numbers as those words or complete numbers. The employer, or recruiter or referrer for a fee, must ensure that the reproduction process maintains the legibility and readability of the electronically stored document. (3) An electronic generation or storage system must not be subject, in whole or in part, to any agreement (such as a contract or license) that would limit or restrict access to and use of the electronic generation or storage system by an agency of the United States, on the premises of the employer, recruiter or referrer for a fee (or at any other place where the electronic generation or storage system is maintained), including personnel, hardware, software, files, indexes, and software documentation. (4) A person or entity who chooses to complete or retain Forms I-9 electronically may use one or more electronic generation or storage systems. Each electronic generation or storage system must meet the requirements of this paragraph, and remain available as long as required by the Act and these regulations. Employers may implement new electronic storage systems provided: (i) All systems meet the requirements of paragraphs (e), (f), (g), (h) and (i) of this section; and (ii) Existing Forms I-9 are retained in a system that remains fully accessible. (5) For each electronic generation or storage system used, the person or entity retaining the Form I-9 must maintain, and make available upon request, complete descriptions of: (i) The electronic generation and storage system, including all procedures relating to its use; and Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F Exhibit A (ii) The indexing system. (6) An “indexing system” for the purposes of paragraphs (e)(1)(iv) and (e)(5) of this section is a system that permits the identification and retrieval for viewing or reproducing of relevant documents and records maintained in an electronic storage system. For example, an indexing system might consist of assigning each electronically stored document a unique identification number and maintaining a separate database that contains descriptions of all electronically stored books and records along with their identification numbers. In addition, any system used to maintain, organize, or coordinate multiple electronic storage systems is treated as an indexing system. The requirement to maintain an indexing system will be satisfied if the indexing system is functionally comparable to a reasonable hardcopy filing system. The requirement to maintain an indexing system does not require that a separate electronically stored documents and records description database be maintained if comparable results can be achieved without a separate description database. (7) Any person or entity choosing to retain completed Forms I-9 electronically may use reasonable data compression or formatting technologies as part of the electronic storage system as long as the requirements of 8 CFR 274a.2 are satisfied. (8) At the time of an inspection, the person or entity required to retain completed Forms I-9 must: (i) Retrieve and reproduce (including printing copies on paper, if requested) only the Forms I-9 electronically retained in the electronic storage system and supporting documentation specifically requested by an agency of the United States, along with associated audit trails. Generally, an audit trail is a record showing who has accessed a computer system and the actions performed within or on the computer system during a given period of time; (ii) Provide a requesting agency of the United States with the resources (e.g., appropriate hardware and software, personnel and documentation) necessary to locate, retrieve, read, and reproduce (including paper copies) any electronically stored Forms I-9, any supporting documents, and their associated audit trails, reports, and other data used to maintain the authenticity, integrity, and reliability of the records; and (iii) Provide, if requested, any reasonably available or obtainable electronic summary file(s), such as a spreadsheet, containing all of the information fields on all of the electronically stored Forms I-9 requested by a requesting agency of the United States. (f) Documentation. Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F Exhibit A (1) A person or entity who chooses to complete and/or retain Forms I-9 electronically must maintain and make available to an agency of the United States upon request documentation of the business processes that: (i) Create the retained Forms I-9; (ii) Modify and maintain the retained Forms I-9; and (iii) Establish the authenticity and integrity of the Forms I-9, such as audit trails. (2) Insufficient or incomplete documentation is a violation of section 274A(a)(1)(B) of the Act. (3) Any officer listed in 8 CFR 287.4 may issue a subpoena to compel production of any documentation required by 8 CFR 274a.2. Nothing in this section is intended to limit the subpoena power of an agency of the United States under section 235(d)(4) of the Act. (g) Security. (1) Any person or entity who elects to complete or retain Forms I-9 electronically must implement an effective records security program that: (i) Ensures that only authorized personnel have access to electronic records; (ii) Provides for backup and recovery of records to protect against information loss, such as power interruptions; (iii) Ensures that employees are trained to minimize the risk of unauthorized or accidental alteration or erasure of electronic records; and (iv) Ensure that whenever the electronic record is created, completed, updated, modified, altered, or corrected, a secure and permanent record is created that establishes the date of access, the identity of the individual who accessed the electronic record, and the particular action taken. (2) An action or inaction resulting in the unauthorized alteration, loss, or erasure of electronic records, if it is known, or reasonably should be known, to be likely to have that effect, is a violation of section 274A(b)(3) of the Act. (h) Electronic signatures for employee. (1) If a Form I-9 is completed electronically, the attestations in Form I-9 must be completed using a system for capturing an electronic signature that meets the standards set forth in this paragraph. The system used to Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F Exhibit A capture the electronic signature must include a method to acknowledge that the attestation to be signed has been read by the signatory. The electronic signature must be attached to, or logically associated with, an electronically completed Form I-9. In addition, the system must: (i) Affix the electronic signature at the time of the transaction; (ii) Create and preserve a record verifying the identity of the person producing the signature; and (iii) Upon request of the employee, provide a printed confirmation of the transaction to the person providing the signature. (2) Any person or entity who is required to ensure proper completion of a Form I-9 and who chooses electronic signature for a required attestation, but who has failed to comply with the standards set forth in this paragraph, is deemed to have not properly completed the Form I-9, in violation of section 274A(a)(1)(B) of the Act and 8 CFR 274a.2(b)(2). (i) Electronic signatures for employer, recruiter or referrer, or representative. If a Form I-9 is completed electronically, the employer, the recruiter or referrer for a fee, or the representative of the employer or the recruiter or referrer, must attest to the required information in Form I-9. The system used to capture the electronic signature should include a method to acknowledge that the attestation to be signed has been read by the signatory. Any person or entity who has failed to comply with the criteria established by this regulation for electronic signatures, if used, and at the time of inspection does not present a properly completed Form I-9 for the employee, is in violation of section 274A(a)(1)(B) of the Act and 8 CFR 274a.2(b)(2). [52 FR 16221, May 1, 1987, as amended at 53 FR 8612, Mar. 16, 1988; 55 FR 25932, June 25, 1990; 56 FR 41784, Aug. 23, 1991; 58 FR 48780, Sept. 20, 1993; 61 FR 46537, Sept. 4, 1996; 61 FR 52236, Oct. 7, 1996; 62 FR 51005, Sept. 30, 1997; 64 FR 6189, Feb. 9, 1999; 64 FR 11533, Mar. 9, 1999; 71 FR 34514, June 15, 2006; 73 FR 76511, Dec. 17, 2008; 74 FR 2838, Jan. 16, 2009; 74 FR 7995, Feb. 23, 2009; 74 FR 10455, Mar. 11, 2009; 74 FR 55739, Oct. 28, 2009; 74 FR 62207, Nov. 27, 2009; 75 FR 42578, July 22, 2010; 78 FR 18472, Mar. 27, 2013; 81 FR 82491, Nov. 18, 2016; 82 FR 5289, Jan. 17, 2017; 85 FR 29317, May 14, 2020] Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F SECTION TECHNICAL SPECIFICATIONS PAGES DIVISION 1 - GENERAL REQUIREMENTS 01005 . .................... Technical Provisions ................ .... ......... ......... .............. 01005-1 - 01005-7 01010 . .................... Summary of Work .................... .... ......... ......... .............. 01010-1 - 01010-10 01045 . .................... Cutting and Patching ............... .... ......... ......... .............. 01045-1 - 01045-2 01060 . .................... Regulatory Requirements & Permits ...... ......... .............. 01060-1 01070 . .................... Abbreviations of Institutions..... .... ......... ......... .............. 01070-1 - 01070-4 01090 . .................... Reference Standards............... .... ......... ......... .............. 01090-1 - 01090-2 01200 . .................... Project Meetings ...................... .... ......... ......... .............. 01200-1 - 01200-3 01300 . .................... Submittals……………………. .. .... ......... ......... . ............. 01200-1 - 01200-11 01340 . .................... Shop Drawings, Product Data and Samples .... .............. 01340-1 - 01340-4 01380 . .................... Construction Photographs ....... .... ......... ......... . ............. 01380-1 - 01380-2 01400 . .................... Quality Control ........................ .... ......... ......... . ............. 01400-1 - 01400-2 01505 . .................... Mobilization ..... ........................ .... ......... ......... .............. 01505-1 01510 . .................... Temporary Utilities ................... .... ......... ......... .............. 01510-1 - 01510-3 01520 . .................... Construction Aids..................... .... ......... ......... .............. 01520-1 - 01520-2 01530 . .................... Protection of Existing Facilities .... ......... ......... . ............. 01530-1 - 01530-5 01550 . .................... Site Access and Storage ......... .... ......... ......... .............. 01550-1 - 01550-3 01560 . .................... Temporary Controls ................. .... ......... ......... .............. 01560-1 - 01560-3 01570 . .................... Traffic Regulations ................... .... ......... ......... .............. 01570-1 - 01570-2 01600 . .................... Material and Equipment........... .... ......... ......... .............. 01600-1 - 01600-5 01700 . .................... Contract Closeout .................... .... ......... ......... .............. 01700-1 - 01700-3 01710 . .................... Cleaning ......... ........................ .... ......... ......... .............. 01710-1 - 01710-2 DIVISION 2 - SITEWORK 02010 . ..................... Sub-Surface Investigation ....... .... ......... ......... .............. 02010-1 02050 . ..................... Demolition ....... ........................ .... ......... ......... .............. 02050-1 - 02050-5 02110 . ..................... Clearing. ......... ........................ .... ......... ......... .............. 02110-1 - 02110-2 02140 . ..................... Dewatering...... ........................ .... ......... ......... .............. 02140-1 - 02140-3 02200 . ..................... Earthwork ........ ........................ .... ......... ......... .............. 02200-1 - 02200-17 02212 ....................... Milling of Existing Asphalt Pavement ............................. 02212-1 - 02212-3 02221 ....................... Excavation and Backfilling for Utilities ........... …………. 02221-1 - 02221-3 02410 ....................... Installation of Pipe by Directional Drill Technique ........... 02410-1 - 02410-9 02510 ....................... Concrete Sidewalk ................ ... .................... …….……. 02510-1 - 02510-2 02513 . ..................... Asphaltic Concrete Paving - General ..... ......... .............. 02513-1 - 02513-13 02601 ....................... Subterranean Structures....... ... .................... ................. 02601-1 - 02601-4 02603 ....................... Pump Station and Forcemain……………...... ................. 02603-1 - 02603-10 02610 ....................... Piping, General ..................... ... .................... ................. 02610-1 - 02610-7 02641 ....................... Valves, General .................... ... .................... ................. 02641-1 - 02641-10 02722........................ Sanitary Sewerage System .. ... .................... ................. 02722-1 - 02722-4 02900. ...................... Landscape Work ................... ... .................... ................. 02900-1 - 02900-9 Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F DIVISION 3 - CONCRETE 03010. ...................... Concrete ............................... ... .................... ................. 03010-1 - 03010-4 03100 ....................... Concrete Form work ............. ... .................... ................. 03100-1 - 03100-3 03300 ....................... Cast-In-Place Concrete ........ ... .................... ................. 03300-1 - 03300-8 03370 ....................... Concrete Curing.................... ... .................... ................. 03370-1 - 03370-2 DIVISION 4 - ELECTRICAL 16010 ....................... Basic Electrical Requirements .. .................... ................. 16010-1 - 16010-5 16015 ....................... Electrical System Analyses .. ... .................... . ................ 16015-1 - 16015-6 16050 ....................... Electrical General Provisions . .. . ................... . ................ 16050-1 - 16050-4 16110 ....................... Raceways ............................. ... .................... . ................ 16110-1 - 16110-2 16120 ....................... Wires and Cables ................. ... .................... ................. 16120-1 - 16120-2 16405 ....................... Electric Motors. ..................... . .. . ................... . ................ 16405-1 - 16405-13 16452 ....................... Grounding. ............................ . .. . ................... . ................ 16452-1 16485 ....................... Variable Frequency Drives ... ... .................... ................. 16485-1 - 16485-7 16810 ....................... Control Panels. ..................... . .. . ................... . ................ 16810-1 - 16810-5 16950 ....................... Miscellaneous Equipment..... ... .................... ................. 16950-1 Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F SECTION 01005 TECHNICAL PROVISIONS PART 1 GENERAL 1.1 SCOPE A. Work under this contract includes furnishing materials, labor, tools, equipment, supervision, and incidentals necessary to construct infrastructure improvements. 1.2 GENERAL A. TECHNICAL SPECIFICATIONS consists of this section, Section 01005, described as TECHNICAL PROVISIONS, pages 01005-1 to 01005-7 and the applicable sections of the City of Fort Lauderdale Design and Construction Standards, the Florida Building Code, Florida Department of Environmental Protection, Broward County Environmental Protection and Growth Management Department and the Florida Department of Transportation (FDOT) latest revision. B. In case of a conflict between the City of Fort Lauderdale Design and Construction Standards, the project drawings and these TECHNICAL PROVISIONS, the City of Fort Lauderdale Standards will govern. C. CITY, OWNER and CONTRACT ADMINISTRATOR are described as one in the same and used interchangeably throughout this document. D. DBF refers to Design Build Firm. 1.3 ITEMS SPECIFIED ON DRAWINGS A. Items of material, equipment, machinery, and the like may be specified on the Drawings and not in the Technical Specifications. The DBF shall provide such items in accordance with the General Notes on the Drawings. 1.4 FIELD LAYOUT OF THE WORK AND RECORD DRAWINGS A. After completion of construction, the DBF shall provide two sets of As-Built Drawings with all the As-Built information; all locations, coordinates, dimensions, and elevations of the constructed facilities, certified, signed and sealed thereon by a Professional Surveyor and Mapper per Florida Statute 472.001-472.037. All elevations shall refer to N.A.V.D. 88 (North American Vertical Datum of 1988) and all state plane coordinates shall be NAD 83 (with 1990 adjustment). The cost of such field layout and recording work shall be the responsibility of the DBF. The As-Built utility information shall meet the requirements of the City of Fort Lauderdale. 1.5 SALVAGE A. Any existing equipment or material, including but not limited to valves, pipes, fittings, couplings, etc., which is removed as a result of construction under this project may be designated as salvage by the CITY, and if so, shall be delivered clean to the CITY at a location directed by the CONTRACT ADMINISTRATOR. Any equipment or material not worthy of salvaging shall be disposed of by the DBF at a suitable location in accordance with all applicable regulations, ordinances and laws at no additional cost to the CITY. 1.6 POWER A. The DBF shall furnish and pay for all electrical power required for the construction, . Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F testing and trial operation, prior to final acceptance by the CITY. 1.7 WATER SUPPLY A. All water required for testing, flushing, and construction shall be furnished by the CITY and paid for by the DBF. The purchase price shall be the prevailing rate as published by the CITY. The quantity of water used shall be determined by reading the meter at the start and at the finish of construction. The DBF shall make all arrangements and incur all expense involved in having the CITY furnish and install the necessary water meters. Each water service line shall be provided with a vacuum relief or backflow preventer which shall meet the requirements of ASA A40.6, latest revision, and the local administrative authority. 1.8 MAINTENANCE A. The DBF shall fully cooperate at all times with the CITY in order to maintain the operation of the existing water and/or sewer system with the least amount of interference and interruption possible. The schedule, plans, and work of the DBF shall at all times be subject to alteration and revision if necessary for public health and safety considerations. The creation of a public nuisance will not be permitted. B. It may be necessary to interrupt the operation of the existing water and/or sewer system. In all cases where the DBF must cause an interruption, DBF shall prepare and submit to the CITY four (4) working days prior to commencing the work, a complete description of the proposed procedure and a time schedule, which DBF will be required to guarantee. At least forty-eight (48) hours prior to the time proposed for starting the work, the CITY will notify the DBF whether or not the work will be permitted as proposed. 1. The CITY reserves the right to require the DBF to work 24 hours per day in all cases where, in CITY’S opinion, interference with operation of the system may result in dangerous health hazards or offensive conditions. 2. In no case will the DBF be permitted to interfere with the existing system until all materials, supplies, equipment, tools, and incidentals necessary to complete the work are on the site. Backup equipment on key equipment items shall be required on work necessitating interference with the existing system. 1.9 SITE RESTORATION A. The DBF shall remove all excess material and shall clean up and restore the site to its original condition or better. All damage, as a result of work under this Contract, done to existing structures, pavement, driveways, paved areas, curbs and gutters, sidewalks, shrubbery, grass, trees, utility poles, utility pipelines, conduits, drains, catch basins, flagstones, rocked, graveled, or stabilized areas of driveways, and including all obstructions not specifically named herein, shall be repaired, or replaced, as determined by the CITY. Site restoration shall be done in a timely manner as the work progresses. Site restoration work shall be completed on private property within 30 days after being disturbed. 1.10 SANITARY FACILITIES A. The DBF shall provide temporary facilities at the site as directed by the CITY. Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F SECTION 01005 TECHNICAL PROVISIONS 1.11 STANDARDS A. Wherever in these TECHNICAL SPECIFICATIONS or in the drawings name and/or number refer to certain standards or regulations, the applicable publication shall be the latest revision thereof. Reference by abbreviation is made in accordance with the Section 01070, "Abbreviations of Institutions." 1.12 QUALITY OF ITEMS A. All material furnished for this project shall be new and unused. Any material, which has become excessively weathered or damaged since manufacture, shall not be considered as new. CITY shall be the sole judge as to what constitutes excessive weathering or damage. 1.13 TESTING A. The City of Fort Lauderdale may require that materials and equipment supplied meet given standards, and testing may be required to demonstrate conformance to the standards. The cost of these tests shall be the obligation of the DBF, and no extra charge shall be made to the CITY on account of such testing. B. The CITY can select a recognized, independent testing laboratory to perform tests on concrete, reinforcing steel, soils, and other materials for the construction phase, to determine conformity with the TECHNICAL SPECIFICATIONS. The DBF shall supply the necessary samples for this testing without cost to the CITY. The costs for actual testing shall be paid by the CITY except for tests which fail to meet the minimum specified tolerances set forth in the drawings and the TECHNICAL SPECIFICATIONS. The cost of the tests that fail will be charged to the DBF by deducting the cost from the Contract price or will be paid directly to the testing laboratory by the DBF. C. Construction in areas where installation and restoration must satisfy the additional requirements of a local, state, or federal authority may require testing to demonstrate conformance. The DBF shall ascertain the extent of testing required by regulatory agencies within these areas. The DBF is responsible for performing such tests, including but not limited to, tests of compaction, and all costs for these tests shall be the obligation of the DBF and no extra charge shall be made to the CITY on account of such testing. 1.14 UTILITY CROSSINGS A. It is intended that wherever existing utilities must be crossed that the pipe may be deflected up to 75% of the manufacturer's recommended limits but shall not exceed the allowable limits of the CITY. Adequate cover shall be used to adequately clear the obstruction. However, when in the opinion of the CITY, this procedure is not feasible CITY may direct the use of fittings to clear a utility crossing as detailed on the Drawings. The cost of such crossing including joint restraints shall be on the basis of the schedule of pay items applied. B. Deflections and adjustments of the proposed water and/or sewer mains to avoid all other existing utilities shall be verified/determined in the field during construction. . Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F 1.15 BASIS OF MEASUREMENT A. Where mains are to be paid for on a unit price per linear foot basis, the number of linear feet will be determined by measurement along the centerline of the pipe in place, including fittings. Square yardage will be determined by the actual number of square yards installed. 1.16 ADJUSTMENT AND RELOCATION OF EXISTING LINES A. See Paragraph 1.14 of this Section. This does not apply to connections to existing system, which is described in Paragraph 1.17, this Section. 1.17 CONNECTION TO EXISTING SYSTEM A. The DBF shall perform all work necessary to locate, excavate and prepare for connection to the existing mains as shown on the Drawings. The cost of this work and for the actual connection to the existing main shall be based upon the unit prices for installing the pipe and appurtenances and shall not result in any additional cost to the CITY The cost of ductile iron sleeves shall be included in the fittings unit price. B. Additional valves used for the DBF's convenience shall not be considered as an extra cost payable by the CITY for the tie-in to the existing system. C. During all phases of the work, (i.e., installation, testing and restoration), the DBF shall ensure at all times the safe operation of the existing water and/or sewage systems. Service to the customers shall be maintained with the least amount of interference and interruption as possible. 1.18 RELOCATIONS A. The DBF shall be responsible for the coordination and/or performance of relocated structures that are shown on the drawings, including, but not limited to, light poles, signs, fences, piping, conduits and drains that interfere with the proposed positioning of the water/sewer mains. The cost of all such relocations shall be included in the prices bid for the appropriate items. 1.19 UTILITIES A. Existing utilities are shown on the Drawings insofar as information is reasonably available; however, it will be the responsibility of the DBF to preserve all existing utilities whether shown on the Drawings or not. DBF is directed to pothole ahead of utility installation to avoid conflict and/or damage to existing facilities. If utility conflicts are encountered by the DBF during construction, DBF shall give sufficient notice to their owners so that they may make the necessary adjustments. Damage to any utility, which in the opinion of the CITY is caused by carelessness on the part of the DBF shall be repaired at the expense of the DBF. 1.20 GUARANTEE A. The DBF shall guarantee the equipment, material and labor performed under the Contract against any and all failures in proper use and operation for a period of one (1) year from date of written acceptance by the CITY. Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F SECTION 01005 TECHNICAL PROVISIONS B. The DBF shall also obtain warranties from manufacturers for each piece of equipment furnished so that the manufacturer's warranty fully covers the equipment for a period of one (1) year from the date of written acceptance by the CITY. 1.21 PERFORMANCE OF WORK A. The DBF shall provide all personnel and equipment required to complete all work specified herein and on the Drawings. B. DBF shall provide forty-eight (48) hours advance written notice to the CITY for approval of DBF’S intention to work overtime on weekdays or to work on the weekends. 1.22 BARRICADING (SAFETY) A. The DBF shall be responsible for the furnishing and maintaining of all required barricades, either the lighted or the reflector type, to ensure the public's safety during open trench work or for any other potentially unsafe or hazardous construction activities. Barricades shall be located and displayed in conformance with the most stringent regulations required by the governing agencies. All costs for barricading, including any permits, shall be the responsibility of the DBF. B. All work in public rights-of-way and on private property shall be done in strict compliance with these specifications. Failure to comply will result in cessation of operations and the removal of project related obstructions from the right-of-way until compliance is achieved. 1.23 EMERGENCY ACCESS AND SECURITY A. In order to provide protection to the workers and residents, the DBF shall maintain emergency access to all adjacent properties at all times during construction. If a road is required to be closed to vehicular traffic and the distance of the closure exceeds 150 feet between stabilized surfaces or prevents access to properties for a distance that exceeds 150 feet, the DBF shall provide a 10-foot-wide stabilized access way on one side of the trench capable of supporting a Fire Truck. The DBF shall also provide stabilized access ways across the trench or unstabilized area a minimum of 6 feet in width at a spacing not to exceed 100 feet capable of supporting foot traffic. These access ways shall be protected and delineated with lighted barricades, or other such devices as approved by the regulatory agency. Both ends of the emergency access way shall be blocked in accordance with the MOT permit approved by the CITY with signage indicating that this access way is to be used by emergency vehicles only. B. No trenches or holes shall be left open after working hours. In the event a trench must be left open after hours, it shall be done so only with the express written permission from the CITY, and it shall be the DBF’S responsibility to provide proper protection of the open trench or hole as required by the regulatory agency. In addition, the DBF shall provide a security guard at the site whenever the DBF’S personnel are not present, 24 hours per day/ 7 days per week. It shall be the Security Guard’s responsibility to protect the open trench or hole from trespassers and to direct emergency personnel on site. . Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F The Security Guard shall not have any other responsibilities such as operating pumps or equipment but shall be dedicated to protecting the trench or open hole. The Security Guard shall be equipped with a wireless telephone capable of calling 911 to report an emergency and shall keep that telephone on their person at all times. In addition to this provision the DBF shall maintain trench safety and comply with current OSHA regulations and the Trench Safety Act. The DBF shall maintain and keep all safety barricades, signage, flashers, and detours, in operating condition. A copy of the approved MOT plans, and details, shall be on site at all times. C. Measurement and payment for security guard services shall be included in the utility pipe installation unit price. D. All roads are to be maintained during the described construction as to always allow Emergency Access. This item will be paid for under the bid item for Mobilization as named in the Bid Schedule. 1.24 DEWATERING A. The DBF shall be aware that there may be contaminated sites, per Broward County Environmental Protection and Growth Management Department (EPD) Pollution Prevention and Remediation Division, located within a one-quarter (1/4) mile radius of the proposed work. Please see Section 02140 Dewatering and dewatering permit requirements. The DBF will be responsible for all costs associated with the means and methods of dewatering which are set forth by EPD dewatering permit including costs for cleaning existing drainage facilities if used for discharge, installation of injection or monitoring wells and groundwater monitoring testing costs. The CITY has paid for dewatering permit fees as required. 1.25 VIBRATORY COMPACTION A. The use of vibratory compaction equipment shall be limited to a total gross weight of three (3) tons. The use of vibratory equipment shall be limited to compacting backfill of utility trenches and subgrade of roadways only. If approved in writing by the CITY, larger vibratory compaction equipment may be allowed if operated in a static mode only. 1.26 REPORTING OF DAMAGE CLAIMS A. The DBF shall keep the CITY informed of any damage claims made against the DBF during the construction period. All claims for automobile damage, property damage/bodily injury will be reported within 24 hours of receipt of notice. DBF will conduct a timely investigation of the claim and determine if they will honor the claim and/or report to their insurance carrier. DBF will advise the CITY in writing of their decision/referral to carrier. The project is a sewer force main replacement project. As such, the DBF will have close contact with the community. The DBF shall notify the CITY of any and all community concerns or claims arising from the DBF’s operations. The claims referenced herein are exclusive of damages or property claims as outlined. Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F SECTION 01005 TECHNICAL PROVISIONS D DDRD[]]IJ DRD DDDDD[]][]D DITTIDDDITTID DDDOD D DDRD[]]IJ DXDDDDITTI 0[]][] D DITTIDDDITTIDDDDOD D DDDITTIDITTIDDDITTID[]]IJDDDD Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F SECTION 01010 SUMMARY OF WORK PART 1 GENERAL 1.1 SCOPE A. The WORK to be performed under this Contract shall consist of furnishing and installing all tools, equipment, materials, supplies, and manufactured articles and furnishing all labor, transportation, and services, including fuel, power, water, and essential communications, and performing all work, or other operations required for the fulfillment of the Contract in strict accordance with the Contract Documents. The WORK shall be complete, and all work, materials, and services not expressly indicated or called for in the Contract Documents which may be necessary for the complete and proper construction of the WORK in good faith shall be provided by the DBF as though originally so indicated, at no increase in cost to the OWNER. 1.2 WORK COVERED BY CONTRACT DOCUMENTS A. The work of this Contract comprises the construction of the infrastructure site work. The work will include but not be limited to site preparation, earthwork, sanitary sewer system installation, water systems installation, roadway and walkway restoration and construction, landscape restoration, restoring existing irrigation systems, pavement marking restoration and site furnishings. B. The general location of the Pumping Station A-24 in Flagler Village project is bounded North, to the north right of way lines of NE 6th Street; East, to the center of the line of NE 4th Avenue; South, to the southernly boundaries of the park; and West, along the 3rd Avenue right of way, and from the north right of way of NE 5th street to the northern right of way line of NE 6th Street. The project includes the design, permitting, construction, start up, and testing of a new pump station, sanitary sewer gravity line, forcemain, and related work. It includes a new 16-inch internal diameter forcemain connecting from the proposed A-24 pump station to the existing forcemain on NE 5th Street and NE 3rd Avenue. A new 18-inch gravity sewer and manhole on NE 6th Avenue north of Peter Feldman Park. A new triplex pump station with a capacity of no less than 90 hp per pump, running two pumps at the same time, to handle the flow entering the lift station in the range of 720 to 2520 gpm and a pressure at the connection point to the existing forcemain from 15 to 45 psi. For more detail information about the project, refer to the conceptual layout in Exhibit C. 1.3 NOTICE OF BIDDERS A. The successful bidder, in order to be considered responsive, must possess the appropriate License as described in Volume 1 of this document. B. DBF shall have past experience with large scale utility projects in the right of way of existing residential communities. 1.4 STANDARD SPECIFICATION A. All materials and labor shall meet the requirements of the "The Minimum Standards Applicable to Public Rights-of-Way under City of Fort Lauderdale Jurisdiction", (to be referred to as "Minimum Standards") and the Florida Department of Transportation "Roadway and Traffic Design Standards" latest revision, and Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F SECTION 01010 SUMMARY OF WORK "Structures Standard Drawings," latest revisions: 1. These Special Provisions are supplemental to the above Specifications and Standards. 1.5 SITE INVESTIGATION A. The DBF, by virtue of signing the Contract, acknowledges that DBF and all subcontractors have satisfied themselves to the nature and location of the work, the general and local conditions including, but not restricted to: those bearing upon transportation; demolition, disposal, handling and storage of materials; access roads to the site; the conformation and conditions of the work area; and the character of equipment and facilities needed preliminary to and during the performance of the work. Failure on the part of the DBF to completely or properly evaluate the site conditions shall not be grounds for additional compensation. B. Only the soil boring information included in these contract documents will be provided to the DBF for reference. The DBF, by virtue of signing the Contract, acknowledges that DBF and subcontractors are responsible for investigating and satisfying themselves as to the nature and extent of soil and (underground) water conditions on the project site. No additional payment will be made to the DBF because of differences between actual conditions and those shown by the boring logs. Boring logs are attached as Exhibit G. 1.6 WORKS BY OTHERS A. Concurrent Work by Other CONTRACTORS. The DBF'S attention is directed to the fact that other CONTRACTORS may conduct work at the site during the performance of the WORK under this Contract. The DBF shall conduct its operations so as to cause little or no delay to WORK of such other CONTRACTORS and shall cooperate fully with such CONTRACTORS to provide continued safe access to their respective portions of the site, as required to perform work under their respective contracts. B. Interference with Work On Utilities. The DBF shall cooperate fully with all utility forces of the OWNER or forces of other public or private agencies engaged in the relocation, altering, or otherwise rearranging of any facilities which interfere with the progress of the WORK, and shall schedule the WORK so as to minimize interference with said relocation, altering, or other rearranging of facilities. 1.7 WORK SEQUENCE A. The DBF shall schedule and perform the work in such a manner as to result in the least possible disruption to the public's use of roadways, driveways, and utilities. Utilities shall include but not be limited to water, sewerage, drainage structures and pipe, ditches and canals, gas, electric, television and telephone. Prior to commencing with the WORK, DBF shall perform a location investigation of existing underground utilities and facilities in accordance with Section 01530 entitled "Protection of Existing Facilities" and shall have obtained all required permits and permissions, DBF shall also deliver written notice to the CITY and property occupants (private and public) of all planned disruption to roadway, driveways, . Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F SECTION 01010 SUMMARY OF WORK temporary displacement of fences, mailboxes, street signs and traffic signs, and utilities 72 hours in advance of disruption. B. Because other projects will be connected to portions of work constructed as part of this project, it will be necessary to sequence portions of this project. The DBF shall be responsible to coordinate construction activities with DBF of adjacent phases and sections. 1.8 WORK SCHEDULE A. Time is of the essence in completing this project. Because time is of the essence the DBF shall commit the necessary resources to this project to complete it in a timely manner. Those resources may include multiple working crews, working overtime, etc. Because time is of the essence, the DBF'S construction progress will be monitored closely on a weekly basis. The Construction progress will be measured with the construction schedule submitted by the DBF. If the CITY determines that the DBF does not meet the construction schedule, the DBF will be required to commit those resources necessary to ensure the completion of the project in a timely manner including working overtime, adding other work crews, etc. All costs incurred to implement measure to complete the work in timely manner will be borne by the DBF at no additional cost to the OWNER. B. SCHEDULE 1. DBF shall submit scheduling information for the work as required by the city. 2. No separate payment shall be made for preparation and/or revision of the schedule. 1.9 COMPUTATION OF CONTRACT TIME A. It is the DBF'S responsibility to provide clear and convincing documentation to the CITY as to the effect additional work will have with respect to additional contract time extension that may be justified. If additional quantities of work can be carried out concurrent with other existing construction activities without disrupting the critical path of the project, then no contract time extension will be granted. The DBF is obligated to provide documentation to the CITY if additional elements of work affect the critical path of the project. If work set forth in the original scope of the project is deleted, the contract time may be reduced. This contract is a calendar day contract. While the DBF may be granted time to suspend work operations for vacations or holidays, contract time will not be suspended. During suspensions, the DBF shall be responsible for all maintenance of traffic and liability without additional compensation from the CITY. 1.10 DBF USE OF PREMISES A. The DBF's use of the project site shall be limited to its construction operations. The DBF will arrange for storage of materials. A copy of an agreement for use of other property shall be furnished to the CITY prior to its use. 1.11 PRE-CONSTRUCTION CONFERENCE Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F SECTION 01010 SUMMARY OF WORK A. After the award of Contract, a Pre-construction Work Conference will be held between the DBF, the CITY, other interested Agencies, representatives of Utility Companies and others affected by the work. The CITY will set the time and place of this conference. The DBF shall bring to the conference a copy of the proposed work schedule for the approval by the CITY of the proposed methods and manner of executing the work including sequences of operation and time schedule. The work shall be performed in accordance with such schedule or approved amendments thereto. 1.12 UTILITY LOCATIONS A. As far as possible, all existing utility lines in the project area have been shown on the plans. However, the City of Fort Lauderdale does not guarantee that all lines are shown, or that said lines are in their true location and the depicted size. It shall be the DBF'S responsibility to identify and locate all underground or overhead utility lines or equipment affected by the project. No additional payment will be made to the DBF because of discrepancies in actual and plan location of utilities and damages suffered as a result thereof. B. The DBF shall notify each utility company involved at least thirty (30) days prior to the start of construction to arrange for positive underground location, relocation or support of its utility where that utility may be in conflict with or endangered by the proposed construction. The DBF shall pay for relocation of water mains or other utilities for the convenience of the DBF. The DBF shall pay for all charges by utility companies for temporary support of its utilities. All costs of permanent utility relocations to avoid conflict shall be the responsibility of the DBF and the utility company involved. C. The DBF shall schedule and coordinate their work in such a manner that they are not delayed by the utility companies relocating or supporting their utilities. No compensation will be paid to the DBF for any loss of time or delay. D. All overhead, surface, and underground structures and/or utilities encountered are to be carefully protected from damage or displacement. All damage to said structures and/or utilities is to be completely repaired within a reasonable time; needless delay will not be tolerated. The CITY reserves the right to remedy any damage by ordering outside parties to make repairs at the expense of the DBF. All repairs made by the DBF are to be made to the satisfaction of the utility owner and shall be inspected by a representative of the utility owner and the CITY. E. The DBF should be aware of the Sunshine State One Call Center, which has a free locating service for CONTRACTORS and excavators. Within forty-eight hours before excavating, dial toll free 1-800-432-4770, and a locator will be dispatched to the work location. DBF shall reasonably notify other utility companies not notified by Sunshine State One Call Center. F. The DBF is responsible for compliance with any and all permit conditions. Permit conditions are attached as Exhibit H of this document, further information regarding permit conditions can be obtained from the CITYS office. G. The DBF shall obtain construction permit and applicable building and other permits from each City jurisdictions within the project area, if required. . Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F SECTION 01010 SUMMARY OF WORK 1.13 LINE AND GRADE A. DBF shall develop and make all detailed surveys needed for construction and shall establish all working points, lines, and elevations necessary to perform the work. A Professional Surveyor and Mapper per Florida Statute 472.001-472.037 shall supervise this surveying work. 1.14 PROTECTION AND RESTORATION OF SURVEY MONUMENTS A. The DBF shall carefully protect from disturbance all survey monuments, stakes and benchmarks, whether or not established by DBF, and shall not remove or destroy any surveying point until it has been properly witnessed by the CITY. All major survey monuments that have been damaged by the DBF such as section corners, 1/4 section corners, property corners or block control points shall be replaced at the DBF'S expense with markers of a size and type approved by the CITY. The replacement shall be under the supervision of a Professional Surveyor and Mapper per Florida Statute 472.001-472.037, where directed by the CITY. 1.15 EQUIPMENT A. All equipment necessary and required for the proper construction of all facilities shall be on the construction site, in first-class working condition. 1.16 STORAGE SITES A. The DBF shall furnish, at DBF’s expense, properly zoned areas suitable for field office, material storage and equipment service and storage. No material may be stored in the public right of way without prior authorization by the agency having jurisdiction. The DBF shall keep these areas in a clean and orderly condition so as not to cause a nuisance or sight obstruction to motorists or pedestrians. 1.17 OWNERSHIP OF EXISTING MATERIAL A. All materials removed or excavated from the job site shall remain the property of the City of Fort Lauderdale until released by the CITY, at which time it shall become the property of the DBF, who shall dispose of it in a manner satisfactory to the CITY. 1.18 EXCESS MATERIAL A. Upon direction of the CITY, all vegetation, debris, concrete or other unsuitable materials shall be disposed of in areas provided by the DBF and approved by the CITY. Any excess material desired to be retained by the CITY shall be delivered by the DBF to a designated area within a 5-mile radius of the project, at no extra cost to the CITY. 1.19 ADJUSTING EXISTING VALVES, METERS, CATCH BASINS, AND MAS A. It shall be the DBF'S responsibility to coordinate and have all adjustments made to existing water meters, valves, and structures encountered during construction, in order to meet all final grades, unless otherwise instructed by the CITY or the Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F SECTION 01010 SUMMARY OF WORK respective utility owner. All valves and MAS shall be accessible during all phases of the work for emergency access. Omission of such structures from the Contract Plans does not relieve the DBF from making such adjustments as may be deemed necessary. The DBF shall take this provision into account when personally investigating the site. No additional payment shall be made for these adjustments. 1.20 CONFLICT STRUCTURES A. The DBF shall abide by the following criteria concerning conflicts between new drainage, water, or sewer construction and existing utilities. 1. The DBF shall verify the location of all utilities suspected of being potential conflicts prior to ordering drainage or sewer structures for these locations and inform the CITY as to DBF’S findings. 2. The CITY shall have full authority to direct the placement of conflict structures, the relocation of structures shown in the plans, and the addition, deletion, or relocation of any pipe or structure shown in the plans in order to facilitate construction, expedite completion and avoid conflicts with existing utilities. 3. Where an existing utility is to pass through a conflict structure, the DBF shall protect the utility from damage by whatever means the utility owner and the CITY deem necessary. 4. In no case shall there be less than six (6) inches between any two (2)-pipe lines within the structure or between pipelines and the structure. 1.21 ENVIRONMENTAL PROTECTION A. The DBF shall furnish all labor and equipment and perform all work required for the prevention of environmental pollution during and as a result of the work under this contract. For the purpose of this contract, environmental pollution is defined as the presence of chemical, physical, or biological elements or agents which adversely affect human health or welfare; unfavorably alter ecological balances of importance to human life, affect other species of importance to humankind, or degrade the utility of the environment for aesthetic and recreational purposes. The control of environmental pollution requires consideration of air, water, land and involves noise, solid waste management and management of radiant energy and radioactive materials, as well as other pollutants. Environmental pollution prevention shall be in accordance with NPDES requirements with no additional cost to the CITY. B. The DBF shall take all steps necessary to protect water quality in the connected waters around the project and shall utilize such additional measures as directed by the CITY. Silt screens adjacent to outfall construction shall not be removed until the turbidity of the affected waters is equal to or lower than the ambient turbidity of undisturbed segments of the surface water body. Any discharge into existing drainage facilities shall require the approval of the owner of the system. This may require the DBF to obtain an engineered plan to be furnished at no additional cost to the CITY. 1.22 MAINTENANCE AND PROTECTION OF TRAFFIC . Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F SECTION 01010 SUMMARY OF WORK A. The DBF shall provide all necessary traffic control devices in order to redirect, protect, warn or maintain existing vehicular and pedestrian traffic during the course of construction. 1. CONSTRUCTION PHASING REQUIREMENTS Following are general requirements for construction phasing to minimize resident disruption yet maximize cost effectiveness of the construction scheduling. a. No two adjacent roadways may be under construction at the same time (i.e., construction shall be on alternating roadways, and every other roadway shall remain open for access). In no case shall more than 35% of all roadways in a section be under construction at one time. At least 35% of all roadways shall have an asphalt surface, either original or new asphalt, at all times. The DBF shall make every effort to provide access to driveways at the end of the working day. If a driveway is not accessible, the homeowner should have access to a neighboring swale area for temporary parking. When vehicular access to homes is not possible for parking of vehicles, an area for parking shall be provided within one block of the furthest home effected. This condition is to be avoided whenever possible and shall last no longer than five (5) working days. The DBF, with the CITY’s approval, shall coordinate the parking area location. The DBF shall lease the property from the landowner, and will provide a compacted, graded parking surface acceptable to the CITY. 1) The DBF shall not begin construction on subsequent roadways until the initial roadways under construction are substantially complete. A roadway shall be considered substantially complete when all work is complete except for the last lift of asphalt. All work on private property and landscaping must also be complete before a road is considered substantially complete. 2) Site restoration work shall be complete on private property within 30 days after being disturbed. b. Construction within the right of way of affected roads shall be scheduled so that all improvements are completed at once, and the residents are only disrupted for one time period. c. All affected residents and property owners shall be notified by the DBF in writing a minimum of two (2) weeks, or earlier if required by the CITY, prior to any disruption to or construction in road right of way adjacent to their homes. The notification shall also indicate any special parking or traffic conditions that will affect residents. d. All affected residents shall be notified by the DBF a minimum of forty-eight (48) hours, or earlier if required by the CITY, prior to a shut off of water supply. Any water supply interruptions shall be rescheduled to be as short as possible and not exceed twelve (12) hours. e. All affected residents shall be notified by the DBF a minimum of forty-eight (48) hours, or earlier if required by the CITY, prior to work on the sanitary Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F SECTION 01010 SUMMARY OF WORK sewer main. Any sewer supply interruptions shall be rescheduled to be as short as possible and not exceed twelve (12) hours. f. At any time, the entire length of two north-south streets and one east- west street shall remain unobstructed and open to through-traffic for the area around each project. Access for emergency vehicles shall be maintained at all times to all homes and businesses. Excavation must be backfilled or barricaded at the end of each workday to prevent hazardous conditions. If a trench, excavation or structure is to be left open, it must be covered with a steel plate and barricaded at the end of each workday or when work will be suspended for more than eight (8) hours. g. Transportation provisions for handicapped or disabled residents shall be made by the DBF if construction prevents access to homes. h. The DBF shall also make provisions with local bus, school bus, garbage collection, mail delivery and other agencies for continuation of service. A traffic maintenance plan indicating proposed street closings, schedules, and alternate routes, approved by the CITY, shall be submitted to all affected agencies for coordination and routing purposes. i. Materials and equipment shall be stored in a fenced or otherwise enclosed area during non-working hours. Pipe and material shall not be strung out along installation routes for longer than two (2) weeks prior to installation. B. TRAFFIC CONTROL 1. The DBF is required to submit a conceptual Traffic Control Plan at the Pre- Construction Conference. This preliminary plan should identify the phases of construction that the DBF plans to proceed with and identify traffic flows during each phase. The CITY will have ten (10) days to notify the DBF of any comments. Once the conceptual plan for maintaining traffic has been approved, the DBF will be required to submit a detailed plan showing each phase's Maintenance and Protection Plan prior to starting construction of any phase. 2. The "Maintenance of Traffic" plan shall include pedestrian traffic as well as vehicular traffic. 3. A safe walk route for all schools within the vicinity of the construction zone shall be maintained during the arrival and dismissal of school. DBF shall not block bus access to schools during school hours. 4. In the case that a designated crossing of any portion of the designated walk route cannot be maintained, then the DBF shall notify the City of Fort Lauderdale and the "School Safety Coordinator" at Broward County Traffic Engineering Division, (954) 484- 9600 a minimum of ten (10) working days prior to ceasing that route so that an alternate route can be established with the school and the enforcing agency. 5. It shall be the responsibility of the DBF for any necessary Construction, Pavement Marking and Signage or any Pedestrian Signalization and/or . Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F SECTION 01010 SUMMARY OF WORK Signal Modification to accommodate an alternate safe walk route. 6. Thirty (30) days prior to the beginning of construction the DBF shall notify the City of Fort Lauderdale and the "School Safety Coordinator" at Broward County Traffic Engineering Division (954) 484-9600, to set up a pre-work meeting. 7. The DBF, at all times, shall conduct the work in such a manner as to insure the least obstruction to traffic as is practical. Convenience of the general public and of the residents adjacent to the work shall be provided for in a satisfactory manner, as determined by the CITY. 8. Sidewalks, gutters, drains, fire hydrants and private drives shall, insofar as practical, be kept in condition for their intended uses. Fire hydrants on or adjacent to the work shall be kept accessible to fire apparatus at all times, and no material or obstruction shall be placed within twenty (20) feet of any such hydrant. 9. Construction materials stored upon the public street shall be placed so as to cause as little obstruction to the general public as is reasonably possible. Stored materials shall not impede pedestrian or vehicular traffic at any time. 10. Streets may be closed only as permitted by the approved Maintenance of Traffic Plan, and as directed by the CITY and, whenever the street is not closed, the work must be conducted with the provision for a safe passageway for traffic at all times. The DBF shall make all necessary arrangements with the CITY concerning maintenance of traffic and selection of detours required. 11. All existing stop and street name signs will be maintained as long as deemed necessary by the CITY. 12. When permission has been granted to close an existing roadway, the DBF shall furnish and erect signs, barricades, lights, flags and other protective devices, which shall conform to the requirements, and be subject to the approval of the CITY. The DBF shall furnish and maintain proper protective devices at such location for the entire time of closure as the CITY may direct. Signage shall be affected one week before closure. 13. The DBF shall furnish a sufficient number of protective devices to protect and divert the vehicular and pedestrian traffic from working areas closed to traffic, or to protect any new work. Failure to comply with this requirement will result in the CITY shutting down the work until the DBF provides the necessary protection. 14. Any time traffic is diverted for a period of time that will exceed one-work day temporary pavement markings will be required. Existing pavement markings that conflict with the new work zone traffic pattern must be obliterated. Painting over existing pavement markings (black out) is not permitted. 15. The DBF may be required to reposition existing traffic signal heads in order to maintain traffic flows at diverted intersections. If this should be necessary, the DBF must submit a plan for approval showing the course of work and the planned repositioning. The Broward County Traffic Engineering Division must approve the plan prior to implementation. No separate payment for repositioning the existing traffic signal heads will be made. The cost of this work shall be included in the bid item for Maintenance of Traffic. Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F SECTION 01010 SUMMARY OF WORK 16. If there are schools within the project area: The DBF will be required to shut down all equipment during the school zone commute time periods (approximately 15 minutes prior to and after school is in session). 1.23 MAINTENANCE AND PROTECTION OF EXISTING DRAINAGE SYSTEM A. It shall be the responsibility of the DBF to maintain positive drainage on the surface and to ensure that the existing underground drainage system continues to function as intended during the construction of the new drainage system. The DBF shall submit a plan to maintain the existing drainage patterns and underground system for the approval of the CITY prior to beginning any work on the existing or new drainage systems. The cost of maintaining positive drainage and preparing the maintenance plan shall be included under maintenance of traffic and existing drainage system, of the Schedule of Prices Bid. 1.24 APPLICATION FOR PAYMENT FOR STORED MATERIALS A. Application for payment for stored materials may not be made by DBF. 1.25 SPECIAL CONDITIONS FOR CONSTRUCTION BY OTHER AGENCIES A. It will be the DBF’s responsibility to coordinate construction schedules with other contractors so as to minimize disruptions, and inconveniences. The project site shall be safe at all times for construction workers and residents. PART 2 PRODUCTS (NOT APPLICABLE) PART 3 EXECUTION (NOT APPLICABLE) END OF SECTION 01010 . Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F SECTION 01045 CUTTING AND PATCHING PART 1 GENERAL 1.1 REQUIREMENTS INCLUDED A. DBF shall be responsible for all cutting, fitting and patching, including attendant excavation and backfill, required to complete the work or to: 1. Make its several parts fit together properly. 2. Uncover portions of the work to provide for installation of ill-times work. 3. Remove and replace defective work. 4. Remove and replace work not conforming to requirements of Contract Documents. 5. Remove samples of installed work as specified for testing. 6. Provide routine penetrations of nonstructural surfaces for installation of piping and electrical conduit. 1.2 RELATED REQUIREMENTS A. All applicable sections of the Specifications. B. Conditions of the Contract. 1.3 SUBMITTALS A. Submit a written request to CITY well in advance of executing any cutting or alteration, which affects: 1. Work of the OWNER or any separate DBF. 2. Structural value of integrity of any element of the project. 3. Integrity of effectiveness of weather-exposed or moisture-resistant elements or systems. 4. Efficiency, operational life, maintenance or safety of operational elements. 5. Visual qualities of sight-exposed elements. B. Request shall include: 1. Identification of the project. 2. Description of the affected work. 3. The necessity for cutting, alteration or excavation. 4. Effect on work of Owner or any separate DBF, or on structural or weatherproof integrity of project. 5. Description of proposed work: a. Scope of cutting, patching, alteration or excavation. b. Trades who will execute the work. c. Products proposed to be used. d. Extent of refinishing to be done. 6. Alternatives to cutting and patching. 7. Cost proposal, when applicable. 8. Written permission of any separate DBF whose work will be affected. C. Should conditions of work or the schedule indicate a change of products from original installation, DBF shall submit request for substitution as specified in Section 01600, Paragraph 1.08. D. Submit written notice to CITY designating the date and time the work will be uncovered. Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F SECTION 01045 CUTTING AND PATCHING PART 2 PRODUCTS 2.1 MATERIALS A. Comply with specifications and standards for each specific product involved. PART 3 EXECUTION 3.1 INSPECTION A. Inspect existing conditions of project, including elements subject to damage or to movement during cutting and patching. B. After uncovering the work, inspect conditions affecting installation of products, or performance of work. C. Report unsatisfactory or questionable conditions affecting installation of products, or performance of work. 3.2 PREPARATION A. Provide adequate temporary support as necessary to assure structural value or integrity of affected portion of work. B. Provide devices and methods to protect other portions of project from damage. C. Provide protection from elements for that portion of the project, which may be exposed by cutting and patching, work, and maintain excavations free from water. 3.3 PERFORMANCE A. Execute cutting and demolition by methods, which will prevent damage to other work, and will provide proper surfaces to receive installation of repairs. B. Execute excavating and backfilling by methods, which will prevent settlement or damage to other work. C. Employ installer or fabricator to perform cutting and patching for: 1. Weather-exposed or moisture-resistant elements. 2. Sight-exposed finished surfaces. D. Execute fitting and adjustment of products to provide a finished installation to comply with specified product, functions, tolerances and finishes. E. Restore work which has been cut or removed; install new products to provide completed work in accordance with requirements of Contract Documents. F. Fit work airtight to pipes, sleeves, ducts, conduit and other penetrations through surfaces. G. Refinish entire surfaces as necessary to provide an even finish to match adjacent finishes: 1. For continuous surfaces, refinish to nearest intersection. 2. For an assembly, refinish entire unit. END OF SECTION 01045 . Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F SECTION 01070 REGULATORY REQUIREMENTS & PERMITS PART 1 GENERAL 1.1 REQUIREMENTS INCLUDED A. DBF shall comply with all building codes and regulations appropriate to the project, including those but not limited to: 1. City of Fort Lauderdale a. Florida Building Code (Latest Revision) b. Broward County Traffic Engineering Division c. Broward County Environmental Protection and Growth Management Department d. Broward County Highway Construction and Engineering Department e. Florida Department of Environmental Protection f. South Florida Water Management District g. Florida Department of Environmental Protection h. OSHA B. DBF shall comply with these codes, laws, regulations, rules, directives of all agencies, boards, districts, and governmental bodies having jurisdiction. The most recent guidelines of the regulatory agencies shall be utilized for the design and construction of the project. C. DBF shall obtain and pay the cost of all building permits, fees, tie-in, or connection charges associated with the project. D. DBF is responsible for compliance with all agencies and shall obtain all the necessary permits to complete the project. In the event that the CITY must obtain permits in addition to those listed below, the DBF shall not have any claim for damages arising from any delay caused by the CITY’S obtaining said additional permits. 1.2 RELATED REQUIREMENTS A. All applicable sections of the Specifications. B. Conditions of the Contract. PART 2 PRODUCTS (NOT APPLICABLE) PART 3 EXECUTION (NOT APPLICABLE) END OF SECTION 01060 Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F SECTION 01070 ABBREVIATIONS OF INSTITUTIONS PART 1 GENERAL 1.1 GENERAL Wherever in these Specifications references are made to the standards, specifications, or other published data of the various international, national, regional, or local organizations, such organizations may be referred to by their acronym or abbreviation only. As a guide to the user of these Specifications, the following acronyms or abbreviations, which may appear in these Specifications, shall have the meanings indicated herein. 1.2 ABBREVIATIONS AAMA Architectural Aluminum Manufacturer's Association AAR Association of American Railroads AASHTO American Association of State Highway and Transportation Officials AATCC American Association of Textile and Colorists ACI American Concrete Institute AFBMA Anti-Friction Bearing Manufacturer's Association, Inc. AGA American Gas Association AGMA American Gear Manufacturers Association AHAM Association of Home Appliance Manufacturers AI The Asphalt Institute AIA American Institute of Architects AISC American Institute of Steel Construction AISI American Iron and Steel Institute AITC American Institute of Timber Construction AMCA Air Moving and Conditioning Association ANS American Nuclear Society ANSI American National Standards Institute, Inc. APA American Plywood Association API American Petroleum Institute APWA American Public Works Association ASA American Standards Association ASAE American Society of Agricultural Engineers ASCE American Society of Civil Engineers ASHRAE American Society of Heating, Refrigerating, and Air Conditioning Engineers ASLE American Society of Lubricating Engineers ASME American Society of Mechanical Engineers ASQC American Society for Quality Control ASSE American Society of Sanitary Engineers ASTM American Society for Testing and Materials AWPA American Wood Preservers Association AWPI American Wood Preservers Institute AWS American Welding Society AWWA American Water Works Association BBC Basic Building Code, Building Officials and Code Administrators International . Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F SECTION 01070 ABBREVIATIONS OF INSTITUTIONS BCEPD Broward County Environmental Protection Department (now known as Broward County Environmental Protection and Growth Management Department) BCHCED Broward County Highway Construction & Engineering Division BCHD Florida Department of Health of Broward County BCPHU Broward County Public Health Unit BCTED Broward County Traffic Engineering Division BCWRMD Broward County Water Resource Management Division BCWWS Broward County Water & Wastewater Services Division BHMA Builders Hardware Manufacturer's Association CBM Certified Ballast Manufacturers CEMA Conveyors Equipment Manufacturer's Association CGA Compressed Gas Association CLFMI Chain Link Fence Manufacturer's Institute CMA Concrete Masonry Association CRSI Concrete Reinforcing Steel Institute CSI Construction Specification Institute DIPRA Ductile Iron Pipe Research Association EIA Electronic Industries Association ETL Electrical Test Laboratories EPA Environmental Protection Agency FAC Florida Administrative Code FBC Florida Building Code FDEP Florida Department of Environmental Protection FDOT Florida Department of Transportation FM Factory Mutual System FPL Florida Power & Light FS Federal Specifications HI Hydraulics Institute IAPMO International Association of Plumbing and Mechanical Officials ICBO International Conference of Building Officials IEEE Institute of Electrical and Electronics Engineers IES Illuminating Engineering Society IME Institute of Makers of Explosives IP Institute of Petroleum (London) IPC Institute of Printed Circuits IPCEA Insulated Power Cable Engineers Association ISA Instrument Society of America ISO International Organization for Standardization ITE Institute of Traffic Engineers MBMA Metal Building Manufacturer's Association MPTA Mechanical Power Transmission Association MSS Manufacturers Standardization Society MTI Marine Testing Institute NAAMM National Association of Architectural Metal Manufacturer's NACE National Association of Corrosion Engineers Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F SECTION 01070 ABBREVIATIONS OF INSTITUTIONS NBS National Bureau of Standards NCCLS National Committee for Clinical Laboratory Standards NEC National Electrical Code NEMA National Electrical Manufacturer's Association NFPA National Fire Protection Association NFPA National Forest Products Association N.I.C. Not In Contract NLGI National Lubricating Grease Institute NMA National Microfilm Association NSF National Sanitation Foundation NWMA National Woodwork Manufacturers Association NPDES National Pollutant Discharge Elimination System OSHA Occupational Safety and Health Administration PCA Portland Cement Association PPI Plastics Pipe Institute RCRA Resource Conservation and Recovery Act RIS Redwood Inspection Service RVIA Recreational Vehicle Industry Association RWMA Resistance Welder Manufacturer's Association SAE Society of Automotive Engineers SAMA Scientific Apparatus Makers Association SB Southern Bell SFWMD South Florida Water Management District SMA Screen Manufacturers Association SMACCNA Sheet Metal and Air Conditioning Contractors National Association SPI Society of the Plastics Industry, Inc. SPIB Southern Pine Inspection Bureau SPR Simplified Practice Recommendation SSA Swedish Standards Association SSBC Southern Standard Building Code, Southern Building Code Congress SSPC Steel Structures Painting Council SSPWC Standard Specifications for Public Works Construction TAPPI Technical Association of the Pulp and Paper Industry TFI The Fertilizer Institute UL Underwriters Laboratories, Inc. WCLIB West Coast Lumber Inspection Bureau WCRSI Western Concrete Reinforcing Steel Institute WEF Water Environment Federation WIC Woodwork Institute of California WRI Wire Reinforcement Institute, Inc. WWED Broward County Water and Wastewater Engineering Division WWPA Western Wood Products Association PART 2 PRODUCTS (NOT APPLICABLE) PART 3 EXECUTION (NOT APPLICABLE) . Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F SECTION 01070 ABBREVIATIONS OF INSTITUTIONS DDD D DDD DrnTIITID Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F SECTION 01090 REFERENCE STANDARDS PART 1 GENERAL 1.1 GENERAL A. Titles of Sections and Paragraphs: Captions accompanying specification sections and paragraphs are for convenience of reference only, and do not form a part of the Specifications. B. Applicable Publications: Whenever in these Specifications references are made to published specifications, codes, standards, or other requirements, it shall be understood that wherever no date is specified, only the latest specifications, standards, or requirements of the respective issuing agencies which have been published as of the date that the WORK is advertised for bids, shall apply; except to the extent that said standards or requirements may be in conflict with applicable laws, ordinances, or governing codes. No requirements set forth herein or shown on the Drawings shall be waived because of any provision of, or omission from, said standards or requirements. 1.2 REFERENCE SPECIFICATIONS, CODES, AND STANDARDS A. Without limiting the generality of other requirements of the Specifications, all work specified herein shall conform to or exceed the requirements of applicable codes and the applicable requirements of the following documents. B. References herein to "Building Code" shall mean "Florida Building Code". References to "Mechanical Code" or "Uniform Mechanical Code," "Plumbing Code" or "Uniform Plumbing Code," "Fire Code" or "Uniform Fire Code," shall mean Uniform Mechanical Code, Uniform Plumbing Code and Uniform Fire Code of the International Conference of the Building Officials (ICBO). "Electric Code" or "National Electric Code (NEC)" shall mean the National Electric Code of the National Fire Protection Association (NFPA). The latest edition of the codes as approved by the Municipal Code and used by the local agency as of the date that the WORK is advertised for bids, as adopted by the agency having jurisdiction, shall apply to the WORK herein, including all addenda, modifications, amendments, or other lawful changes thereto. C. In case of conflict between codes, reference standards, drawings and the other Contract Documents, the most stringent requirements shall govern. All conflicts shall be brought to the attention of the CITY for clarification and directions prior to ordering or providing any materials or furnishing labor. The DBF shall bid for the most stringent requirements. D. The DBF shall construct the WORK specified herein in accordance with the requirements of the Contract Documents and the referenced portions of those referenced codes, standards, and specifications listed herein. E. References herein to "OSHA Regulations for Construction" shall mean Title 29, Part 1926, Construction Safety and Health Regulations, Code of Federal Regulations (OSHA), including all changes and amendments thereto. F. References herein to "OSHA Standards" shall mean Title 29, Part 1910, Occupational Safety and Health Standards, Code of Federal Regulations (OSHA), including all changes and amendments thereto. G. References to "Minimum Standards" shall mean the City of Fort Lauderdale Minimum Standards. . Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F SECTION 01090 REFERENCE STANDARDS 1.3 REGULATIONS RELATED TO HAZARDOUS MATERIALS A. The DBF is responsible that all work included in the Contract Documents, regardless if shown or not, shall comply with all EPA, OSHA, RCRA, NFPA, and any other Federal, State, and Local Regulations governing the storage and conveyance of hazardous materials, including petroleum products. B. Where no specific regulations exist, all chemical, hazardous, and petroleum product piping and storage in underground locations must be installed with double containment piping and tanks, or in separate concrete trenches and vaults, or with an approved lining which cannot be penetrated by the chemicals, unless waived in writing by the OWNER. 1. The DBF may be required to reposition existing traffic signal heads in order to maintain traffic flows at diverted intersections. If this should be necessary, the DBF must submit a plan for approval showing the course of work and the planned repositioning. The Broward County Traffic Engineering Division must approve the plan prior to implementation. No separate payment for repositioning the existing traffic signal heads will be made. The cost of this work shall be included in the bid item for Maintenance of Traffic. 2. If there are schools within the project area: The DBF will be required to shut down all equipment during the school zone commute time periods (approximately 15 minutes prior to and after school is in session). PART 2 PRODUCTS (NOT APPLICABLE) PART 3 EXECUTION (NOT APPLICABLE) END OF SECTION 01090 Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F SECTION 01200 PROJECT MEETINGS PART 1 GENERAL 1.1 REQUIREMENTS INCLUDED A. DBF shall schedule and administer a preconstruction meeting, progress meetings at a minimum of once a month on a day established by the OWNER's Representative and specially called meetings throughout progress of the work. 1. Prepare agenda meetings. 2. Distribute written notice of each meeting five (5) days in advance of meeting date. 3. Preside at meetings. 4. Record the minutes; include significant proceedings and decisions. 5. Reproduce and distribute copes of minutes within three (3) days after each meeting. a. To participants in the meeting. b. To parties affected by decisions made at the meeting. c. Furnish digital copies of minutes to OWNER. B. DBF is to secure a meeting location for progress meetings that is in accordance with the requirements of the Contract Documents. C. Representative of DBF, subcontractor and suppliers attending meetings shall be qualified and authorized to act on behalf of the entity each represents. 1.2 RELATED REQUIREMENTS A. All applicable sections of the Specifications. B. Conditions of the Contract. 1.3 PRE-CONSTRUCTION MEETING A. Schedule after date of Notice to Proceed. B. Location: A central site, convenient for all parties, designated by OWNER’s Representative. C. Attendance: 1. The DBF and its superintendent. 2. ENGINEER 3. Resident Project Representative. 4. Representative of the OWNER. 5. Major subcontractors. 6. Major Suppliers. 7. Governmental representatives as appropriate. 8. Others as requested by DBF, OWNDER, or Engineer. D. Suggested Agenda: 1. Distribution and discussion of: a. List of major subcontractors and suppliers. b. Projected Construction Schedules. c. Shop Drawings and other submittals. d. Traffic maintenance plan. e. Community Public Relations. 2. Critical work sequencing. . Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F SECTION 01200 PROJECT MEETINGS 3. Procurement of major equipment and materials requiring a long lead time. 4. Project Coordination. a. Designation of responsible personnel. 5. Procedures and processing of: a. Field decisions. b. Proposal requests. c. Submittals. d. Change orders. e. Applications for Payment. 6. Adequacy of distribution of Contract Documents. 7. Procedures of maintaining Record Documents. 8. Use of premises: a. Office, work, and storage areas. b. OWNER requirements. 9. Construction facilities, controls, and construction aids. 10. Temporary utilities. 11. Safety procedures 12. Security procedures. 13. Housekeeping procedures. 1.4 PROGRESS MEETINGS A. Schedule regular monthly meetings on a day established by the OWNER's Representative as required. B. Hold called meetings as required by progress of the work. C. Location of meetings: Project field office or as designated by OWNER. D. Attendance 1. OWNER’s Representative and OWNER’s professional consultants as needed. 2. ENGINEER 3. Subcontractors as active on the site. 4. Suppliers as appropriate to the agenda. 5. Governmental representatives as appropriate. 6. Others, as requested by DBF, OWNER, or ENGINEER. E. Suggested Agenda: 1. Review, approval of minutes of previous meeting. 2. Review of work progress since previous meeting. 3. Field observations, problems, and conflicts. 4. Problems, which impeded Construction Schedule. 5. Review of off-site, delivery schedules. 6. Corrective measures and procedures to regain projected schedule. 7. Revisions to Construction Schedules. 8. Progress, schedule, during succeeding work period. 9. Coordination of schedules. 10. Community Public Relations. 11. Review submittal schedules; expedite as required. Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F SECTION 01200 PROJECT MEETINGS 12. Maintenance of quality standards. 13. Pending changes and substitutions. 14. Review proposed changed for: a. Effect on Construction Schedule and on completion date. b. Effect on other contracts of the Project. 15. Other business. PART 2 PRODUCTS (NOT APPLICABLE) PART 3 EXECUTION (NOT APPLICABLE) END OF SECTION 01200 . Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F SECTION 01300 SUBMITTALS PART 1 GENERAL 1.1 SCOPE: A. Summary of Work: This SECTION includes definitions, descriptions, transmittal, and review of "Compliance" and "Miscellaneous" Submittals. 1.2 GENERAL INFORMATION: A. Definitions: 1. Compliance Submittals include Shop Drawings, product data, and samples which are prepared by the DBF, Subcontractor, MANUFACTURER, or Supplier and submitted by the DBF to the CITY as a basis for approval of the use of Equipment and Materials proposed for incorporation in the WORK or needed to describe installation, operation, maintenance, or technical properties. a. Shop Drawings include custom-prepared data of all types including drawings, diagrams, performance curves, material schedules, templates, instructions, and similar information not in standard printed form applicable to other projects. b. Product data includes standard printed information on materials, products and systems not custom-prepared for this Project, other than the designation of selections from available choices. c. Samples include both fabricated and unfabricated physical examples of materials, products, and WORK; both as complete units and as smaller portions of units of WORK; either for limited visual inspection or (where indicated) for more detailed testing and analysis. Mock-ups are a special form of samples which are too large to be handled in the specified manner for transmittal of sample Submittals. 2. Miscellaneous Submittals are those technical reports, administrative Submittals, certificates, and warranties not defined as Shop Drawings, product data, or samples. a. Technical reports include laboratory reports, tests, technical procedures, technical records, DBF's design analysis and DBF's survey field notes for construction staking, before cross-sections and after cross-sections, and similar type Submittals. b. Administrative Submittals are those nontechnical Submittals required by the Contract Documents or deemed necessary for administrative records. These Submittals include maintenance agreements, workmanship bonds, Project photographs, physical work records, statements of applicability, copies of industry standards, as-constructed data, security/protection/safety data, and similar type Submittals also listed in SECTION 01700 and elsewhere in the Contract Documents. c. Certificates and warranties are those Submittals on Equipment and Materials where a written certificate or guarantee from the MANUFACTURER or Supplier is called for in the Specifications. d. Reports as required by Contract describing DBF's means and methods for items such as dewatering, earth and water retaining, erosion/turbidity Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F SECTION 01300 SUBMITTALS control, safety plans, and similar type Submittals. 3. Refer to ARTICLE 1.03 and 1.04 of this Part for detailed lists of documents and specific requirements. B. Quality Requirements: 1. Submittals such as Shop Drawings and product data shall be of the quality for legibility and reproduction purposes. Every line, character, and letter shall be clearly legible. Drawings such as reproducible shall be useable for further reproduction to yield legible hard copy. 2. Documents submitted to the CITY that do not conform to these requirements shall be subject to rejection by the CITY, and upon request by CITY, DBF shall resubmit conforming documents. If conforming Submittals cannot be obtained, such documents shall be retraced, redrawn, or photographically restored as may be necessary to meet such requirements. DBF's (or his Subcontractor's) failure to initially satisfy the legibility quality requirements will not relieve DBF (or his Subcontractors) from meeting the required schedule for Submittal of Shop Drawings and product data. C. Language and Dimensions: 1. All words and dimensional units shall be in the English language. 2. Metric dimensional unit equivalents may be stated in addition to the English units. D. Submittal Completeness: 1. Submittals shall be complete with respect to dimensions, design criteria, materials of construction, and other information specified to enable the CITY to review the information effectively. 2. Where standard drawings are furnished which cover variations of the general class of equipment, each such drawing shall be individually annotated to describe exactly which parts of the drawing apply to the equipment being furnished. Use hatch marks to indicate variations that do not apply to the Submittal. The use of "highlighting" is not an acceptable means of annotating Submittals. Such annotation shall also include proper identification of the Submittal permanently attached to the drawing. 3. Reproduction or copies of Drawings or portions thereof will not be accepted as complete fabrication or erection drawings. The DBF may use a reproduction of the CITY-prepared Drawings for erection drawings such as to indicate information on erection or to identify detail drawing references. Where the Drawings are revised to show this additional DBF information, the CITY's title block shall be replaced with a DBF's title block and the CITY's professional seal shall be removed from the Drawing. The DBF shall revise these erection drawings for subsequent CITY revisions to the Drawings. 1.3 COMPLIANCE SUBMITTALS: A. Items shall include, but not be limited to, the following: 1. MANUFACTURER's specifications 2. Catalogs, or parts thereof, of manufactured equipment 3. Shop fabrication and erection drawings . Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F SECTION 01300 SUBMITTALS 4. General outline drawings of equipment showing overall dimensions, location of major components, weights, and location of required building openings and floor plates 5. Detailed equipment installation drawings, showing foundation details, anchor bolt sizes and locations, baseplate sizes, location of CITY's connections, and all clearances required for erection, operation, and disassembly for maintenance 6. Schematic diagrams for electrical items, showing external connections, terminal block numbers, internal wiring diagrams, and one-line diagrams 7. Bills of material and spare parts list 8. Instruction books and operating manuals 9. Material lists or schedules 10. Performance tests on equipment by MANUFACTURERs 11. Concrete mix design information 12. Samples and color charts 13. All drawings, calculations, catalogs or parts thereof, MANUFACTURER’s specifications and data, samples, instructions, and other information specified or necessary: a. For CITY to determine that the Equipment and Materials conform with the design concept and comply with the intent of the Contract Documents. b. For the proper erection, installation, operation and maintenance of the Equipment and Materials which the CITY will review for general content but not for substance. c. For the CITY to determine what supports, anchorages, structural details, connections, and services are required for the Equipment and Materials, and the effects on contiguous or related structures and Equipment and Materials. B. Compliance Submittal Action Stamps or Designation: The CITY's review action stamp or designation, appropriately completed, will appear on all Compliance Submittals of DBF when returned by the CITY. Review status designations listed on CITY's action designation are defined as follows: 1. "ACCEPTED AS SUBMITTED": Signifies Equipment or Material represented by the Submittal conforms with the design concept and complies with the intent of the Contract Documents and is acceptable for incorporation in the WORK. DBF is to proceed with fabrication or procurement of the items and with related WORK. 2. "ACCEPTED AS NOTED”: Signifies Equipment and Material represented by the Submittal conforms with the design concept and complies with the intent of the Contract Documents and is acceptable for incorporation in the WORK subject to the condition that as constructed it shall be in accordance with all notations and/or corrections indicated. DBF is to proceed with fabrication or procurement of the items and with related WORK in accordance with CITY's notations. 3. "RETURNED FOR REVISION": Means that deviations from the requirements Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F SECTION 01300 SUBMITTALS of the Contract Documents exist in the Submittal. DBF is to resubmit revised information responsive to CITY's annotations on the returned Submittal or written in the letter of transmittal. Fabrication or procurement of items represented by the Submittal and related WORK is not to proceed until the Submittal is approved. 4. "NOT ACCEPTABLE (SUBMIT ANEW)": Signifies Equipment and Material represented by the Submittal does not conform with the design concept or comply with the intent of the Contract Documents and is disapproved for use in the WORK. DBF is to resubmit Compliance Submittals responsive to the Contract Documents. 5. "PRELIMINARY SUBMITTAL": Signifies Submittals of such preliminary nature that a determination of conformance with the design concept or compliance with the intent of the Contract Documents must be deferred until additional information is furnished. DBF is to submit such additional information to permit layout and related activities to proceed. 6. "FOR REFERENCE ONLY": Signifies Submittals which are for supplementary information only; pamphlets, general information sheets, catalog cuts, standard sheets, bulletins and similar data, all of which are useful to the CITY in design, operation, or maintenance, but which by their nature do not constitute a basis for determining that items represented thereby conform with the design concept or comply with the intent of the Contract Documents. The CITY reviews such Submittals for general content but not for substance. 7. Resubmit Compliance Submittals the number of times required for CITY's "ACCEPTED AS SUBMITTED" or “FOR REFERENCE ONLY”. However, any need for more resubmittals than the number set forth in the accepted schedule, or any other delay in obtaining acceptance of Submittals, will not be grounds for extension of the Contract Time, provided the CITY completes its reviews within the times stated above. C. Schedule and Log of Compliance Submittals: 1. Prepare for the CITY, a schedule and log for submission of all Compliance Submittals specified or necessary for CITY's review of the use of Equipment and Materials proposed for incorporation in the WORK or needed for proper installation, operation or maintenance. Submit the schedule and log with the procurement schedule and WORK progress schedule. Schedule submission of all Compliance Submittals to permit review, fabrication, and delivery in time to not cause a delay in the WORK of DBF or his Subcontractors or any other contractors as described herein. 2. In establishing schedule for Compliance Submittals, allow 15 working days in CITY's office for reviewing original Submittals that have been deemed complete and ten (10) working days for reviewing resubmittals of previously reviewed submittals. 3. The schedule shall indicate the anticipated dates of original submission and shall be prepared in accordance with SECTION 01310 and submitted in accordance with this SECTION. 4. Schedule all Compliance Submittals required prior to fabrication or manufacture for submission within [90] days of the Notice to Proceed [NTS: . Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F SECTION 01300 SUBMITTALS Engineer should coordinate with the Project/Construction Manager to determine this time period]. Schedule Compliance Submittals pertaining to storage, installation and operation at the Site for CITY's acceptance prior to delivery of the Equipment and Materials. D. Transmittal of Compliance Submittals: 1. All Compliance Submittals of Equipment and Materials furnished by Subcontractors, MANUFACTURERs, and Suppliers shall be submitted to the CITY by DBF in electronic PDF format as indicated below. After checking and verifying all field measurements, transmit all Compliance Submittals to the CITY for acceptance as follows: a. Identify each Compliance Submittal by Submittal Number, Project name and number, Contract title and number, and the Specification SECTION and article number marked thereon or in the letter of transmittal. Unidentifiable Submittals will be returned for proper identification. b. Check and certify Compliance Submittals of Subcontractors, Suppliers, and MANUFACTURERS with DBF's approval prior to transmitting them to the CITY. DBF's certification of approval shall constitute a representation to the CITY that DBF has either determined and verified all quantities, dimensions, field construction criteria, materials, catalog numbers, and similar data, or he assumes full responsibility for doing so, and that he has coordinated each Compliance Submittal with the requirements of the WORK and the Contract Documents. c. At the time of each submission, call to the attention of CITY in the letter of transmittal any deviations from the requirements of the Contract Documents. d. Provide all Submittals in electronic format, compatible with Adobe Professional, Version 8 (or higher), and submitted as a single file, using PDF bookmarks and/or chapters to identify divisions within the Submittal package. e. Make all modifications noted or indicated by CITY and return revised copies, or samples until accepted. Revised Submittals must be complete and conformed, including all pages/sheets with the required revisions and any additional or replacement pages/sheets. Direct specific attention in writing, or on revised Submittals, to changes other than the modifications called for by the CITY on previous Submittals. Subsequent review cycles for returned or revised Submittals shall replicate the process described in items d. through e. above. f. If the CITY’s review action is “ACCEPTED AS NOTED”, the Submittal will be designated such, and electronically transmitted back to the DBF. Upon receipt of this notification from the CITY, The DBF shall resubmit one (1) conformed electronic copy in PDF file format to the CITY for final distribution. If the Submittal is required to be signed and sealed by a Professional Engineer registered in the State of Florida, this version of the submittal shall be signed and sealed. Submittal will not be considered final until all copies have been received by the CITY. Submittal will be designated “DISTRIBUTION COPY (PREVIOUSLY ACCEPTED)” by Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F SECTION 01300 SUBMITTALS the CITY. Accepted Submittals transmitted for final distribution will not be further reviewed and are not to be revised. If errors are discovered during manufacture or fabrication, correct the Submittal and resubmit for review. g. Following completion of the WORK and prior to final payment, furnish those drawings necessary to indicate "AS CONSTRUCTED" conditions, including field modifications. Furnish additional copies for insertion in equipment instruction books as required. All such copies shall be clearly marked "AS BUILT DRAWING." h. WORK requiring a Compliance Submittal shall not be commenced or shipped until the Submittal has been designated "ACCEPTED AS SUBMITTED" or "ACCEPTED AS NOTED" by the CITY. i. Keep a legible copy or sample of each Compliance Submittal at the Site. 2. Copies of the equipment DBF’s erection drawings and other Compliance Submittals required for the installation of equipment furnished by others under separate Contract for installation under this Contract will be transmitted to DBF by the CITY in the final distribution of such Submittals. 3. Information to MANUFACTURER’s District Office: MANUFACTURERs and Suppliers of Equipment and Materials shall furnish copies of all agreements, drawings, specifications, operating instructions, correspondence, and other matters associated with this Contract to the MANUFACTURER’s district office servicing the CITY. Insofar as practicable, all business matters relative to Equipment and Materials included in this Contract shall be conducted through such local district offices. E. CITY's Review: 1. The CITY will review and return Compliance Submittals to DBF with appropriate notations. Instruction books and similar Submittals will be reviewed by the CITY for general content but not for substance. 2. The CITY's acceptance of Compliance Submittals will not relieve DBF from his responsibility as stated in the Section 00700 – General Terms and Conditions. F. Instruction Books / Operation & Maintenance Manuals: 1. Equipment instruction books and manuals shall be prepared by the MANUFACTURER and shall include the following: a. Index and tabs b. Instructions for installation, start-up, operation, inspection, maintenance, parts lists and recommended spare parts, and data sheets showing model numbers c. Applicable drawings d. Name of contact person, phone number, and address of the nearest authorized service facility e. Attached to the above shall be a notice of the exact warranty effective dates, beginning and ending. f. All additional data specified 2. Information listed above shall be submitted electronically in a PDF file format. . Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F SECTION 01300 SUBMITTALS a. Instruction Books/Operation & Maintenance Manuals shall contain the following: 1) Equipment name 2) MANUFACTURER’s name 3) Project name 4) Contract number 5) Reference to applicable Drawing No. & Technical Specifications Section b. Format: The overall manual should be constructed around certain types of structures or equipment in the Project, and not merely assembled by technical specification section, so that all pertinent data needed by personnel to operate or maintain the equipment or structure is in one (1) manual (as far as is practical). The DBF shall coordinate with the CITY as to how the manuals are to be assembled (Bookmarked). G. Samples: Office samples shall be of sufficient size and quantity to clearly illustrate the following: 1. Functional characteristics of the product, with integrally related parts and attachment devices 2. Full range of color, texture, and pattern 1.4 MISCELLANEOUS SUBMITTALS: A. Miscellaneous Submittals are comprised of technical reports, administrative Submittals, and warranties which relate to the WORK, but do not require CITY’s approval prior to proceeding with the WORK. Miscellaneous Submittals may include but are not limited to (at CITY's discretion): 1. Welder qualification tests 2. Welding procedure qualification tests 3. X-ray and radiographic reports 4. Field test reports 5. Concrete cylinder test reports 6. Certification on Materials: a. Steel mill tests b. Paint lab tests c. Cement tests 7. Soil test reports 8. Temperature records 9. Shipping or packing lists 10. Job progress schedules 11. Equipment and Material delivery schedules 12. Progress photographs 13. Warranties 14. Fire protection and hydraulic calculations 15. Surveying field notes, preliminary and final Surveyor’s Reports 16. Pump tests 17. Traffic control plan Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F SECTION 01300 SUBMITTALS 18. Technical Reports 19. Written Certificates and Warranties B. Transmittal of Miscellaneous Submittals: a. All Miscellaneous Submittals furnished by Subcontractors, MANUFACTURERS, and Suppliers shall be submitted to CITY by DBF in an electronic PDF file format, unless otherwise specified. b. Identify each miscellaneous Submittal by Project name and number, Contract title and number, and the specification section and article number marked thereon or in the letter of transmittal. Unidentifiable Submittals will be returned for proper identification. c. Check and certify Miscellaneous Submittals of Subcontractors, Suppliers, and MANUFACTURERS with DBF's approval prior to transmitting them to the CITY. DBF's certification of approval shall constitute a representation to the CITY that DBF has either determined and verified all information, or he assumes full responsibility for doing so, and that he has coordinated Miscellaneous Submittal with the requirements of the WORK and the Contract Documents. d. At the time of each submission, call to the attention of the CITY in the letter of transmittal any deviations from the requirements of the Contract Documents. e. Make all modifications noted or indicated by CITY and return revised copies until accepted. Direct specific attention in writing, or on revised Submittals, to changes other than the modifications called for by the CITY on previous Submittals. After Submittals have been accepted, submit copies thereof for final distribution. 2. Test Reports: a. Responsibilities of DBF and CITY regarding tests and inspections of Equipment and Materials and completed WORK are set forth elsewhere in these Contract Documents. b. The party specified responsible for testing or inspection shall in each case, unless otherwise specified, arrange for the testing laboratory or reporting agency to distribute test reports in an electronic PDF file format to the following parties, unless otherwise specified: 1) CITY 2) Resident Project Representative 3) DBF 4) MANUFACTURER or supplier C. CITY'S Review: 1. CITY will review Miscellaneous Submittals for indications of WORK or material deficiencies within fifteen (15) working days in CITY's office for original Submittals and ten (10) working days for reviewing resubmittals. 2. CITY will respond to DBF on those Miscellaneous Submittals which indicate WORK or material deficiency. 1.5 WEN BASED CONSTRUCTION DOCUMENT MANAGEMENT: . Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F SECTION 01300 SUBMITTALS A. The CITY, and DBF shall use the internet Web Based Project Construction Document Management tool (the Construction Document Management tool), e- Builder® ASP software, and protocols included in that software during this Project for submission of all documents specified in this SECTION and elsewhere in the Contract Documents. The use of Construction Document Management as herein described does not replace or change any contractual responsibilities of the DBF. B. The intent of using the Construction Document Management tool (i.e. e-Builder®) is to improve the Project work efforts by promoting timely initial communications and responses. This will also reduce the number of paper documents while providing improved record keeping by creation of electronic document files. C. The Construction Document Management tool is available through e-Builder® in the form and manner required by the CITY. D. The Construction Document Management tool is on-line and fully functional. User registration, electronic and computer equipment, and Internet connections are the responsibility of CITY, Engineer of Record and DBF. E. DBF’s Responsibility: 1. DBF shall be responsible for the validity of their information placed in Construction Document Management tool and for the abilities of their personnel. 2. Entry of information exchanged and transferred between the DBF and its subcontractors and suppliers on Construction Document Management tool shall be the responsibility of the DBF. 3. Accepted users shall be knowledgeable in the use of computers, including Internet Browsers, email programs, cad drawing applications, and Adobe Portable Document Format (PDF) document distribution program. 4. DBF shall utilize the existing forms in Construction Document Management tool (i.e. e-Builder®) to the maximum extent possible. If a form does not exist in Construction Document Management tool, the DBF must include a form of their own (subject to review and acceptance by CITY) or provided by CITY as an attachment to a submittal. 5. Adobe PDF documents shall be created through electronic conversion to be searchable, rather than optically scanned, whenever possible. DBF is responsible for the training of their personnel in the use of the Construction Document Management tool (outside training that is provided by CITY) and the other programs indicated above as needed. 6. User Access Limitations: a. Provide a list of DBF's key the Construction Document Management tool personnel for the CITY's acceptance. The CITY reserves the right to perform a security check on all potential users. The DBF will be allowed to add additional personnel and subcontractors to Construction Document Management tool. b. The CITY will grant initial access to the Construction Document Management tool by creating user profiles to accepted DBF personnel. F. Authorized Users: The DBF shall: 1. Request the User Application form from the CITY Project Manager. Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F SECTION 01300 SUBMITTALS 2. Submit completed User Application Form to the CITY Construction Document Management tool (i.e. e-Builder®) Administrator. 3. Authorized users will be contacted directly by the web site provider, e- Builder®, who will assign the temporary user password. 4. Authorized users shall be responsible for the proper us of their passwords and access to data as agents of the company in which they are employed. 5. Sharing usernames and passwords are strictly prohibited. G. Training: Group training sessions will be scheduled by the CITY on as needed bases. Users are required to attend the scheduled training sessions they are assigned to. H. Support: e-Builder® will provide on-going support through online help files. The second level of help will be to contact the CITY Construction Document Management tool Administrator with the help of CITY Project Manager. I. Copyrights and Ownership: Nothing in this Specification or the subsequent communications supersedes the DBF’s obligations and rights for copyright or document ownership as established by the Contract Documents. The use of CAD files, processes or design information distributed in this system is intended only for the Project specified herein. J. Communications: The use of fax, email and courier communication for this Project is discouraged in favor of using the Construction Document Management tool to send messages. Communication functions are as follows: 1. Document Integrity and Revisions: a. Documents, comments, drawings and other records posted on the Construction Document Management tool will remain for the Project record. The authorship time and date will be recorded for each document submitted to the system. Submitting a new document or record with a unique ID, authorship, and time stamp will be the method used to make modifications or corrections. b. The Construction Document Management tool will make it easy to identify revised or superseded documents and their predecessors. 2. Document Security: The Construction Document Management tool will provide a method for communication of documents. Do not post private or your company confidential items in the database. 3. Notifications and Distribution: a. Document distribution to Project members shall be accomplished both within the Construction Document Management tool and via email as appropriate. Project document distribution to parties outside of the Construction Document Management tool shall be accomplished by secure email of outgoing documents and attachments, readable by a standard email client. b. Minimum Equipment and Internet Connection: DSL, local cable company’s Internet connection or T1 connection is required. 4. Automated System Notification and Audit Log Tracking: a. Review comments made (or lack thereof) by CITY on DBF submitted documentation shall not relieve DBF from compliance with requirements . Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F SECTION 01300 SUBMITTALS of the Contract Documents. b. DBF is responsible for managing, tracking, and documenting the Work to comply with the requirements of the Contract Documents. CITY's acceptance via the Construction Document Management tool notifications or audit logs extends only to the face value of the submitted documentation and does not constitute validation of the DBF's submitted information. PART 2 PRODUCTS (NOT APPLICABLE) PART 3 EXECUTION 3.1 SUBMITTAL LOG: A. DBF shall maintain an accurate Submittal Log and a Distribution List for the duration of the WORK, showing current status of all Submittals and Distributees at all times in a form acceptable to the CITY. DBF shall make the Submittal Log available to the CITY for its review on request and shall bring a copy of the Submittal Log to all Progress Meetings. END OF SECTION 01300 Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F SECTION 01340 SHOP DRAWINGS, PRODUCT DATA AND SAMPLES PART 1 GENERAL 1.1 REQUIREMENTS INCLUDED A. Submit Shop Drawings, Product Data and Samples required by the Contract Documents. 1.2 RELATED REQUIREMENTS A. All applicable sections of the Specifications. B. Conditions of the Contract. C. Designate in the construction schedule, or in a separate coordinated schedule, the dates for submission and the dates that reviewed Shop Drawings, Product Data and Samples will be needed. 1.3 SHOP DRAWINGS A. Drawings shall be presented in a readable and thorough condition. 1. Drawing size shall be in standard sizes 8 ½ inch X 11 inch through 24 inch X 36 inch as appropriate for detail. 2. Details shall be identified by reference to City of Fort Lauderdale Project Number, sheet, detail, specification section, equipment numbers, I.D. numbers and schedule numbers shown on Contract Drawings. 1.4 PRODUCT DATA A. Preparation 1. Clearly mark each copy to identify pertinent products or models. 2. Show performance characteristics and capacities. 3. Show dimensions and clearances required. 4. Show wiring or piping diagrams and controls. B. Manufacturer’s standard schematic drawings and diagrams: 1. Modify drawings and diagrams to delete information, which is not applicable to the work. 2. Supplement standard information to provide information specifically applicable to the work 1.5 SAMPLES A. Office samples shall be of sufficient size and quantity to clearly illustrate: 1. Functional characteristics of the product with integrally related parts and attachment devices. 2. Full rand of color, texture and pattern. 1.6 DBF RESPONSIBILITIES A. Review Shop Drawings, Product Data and samples prior to submission. B. Determine and verify: 1. Field measurements. 2. Field construction criteria. 3. Catalog numbers and similar data. 4. Conformance with specifications. C. Coordinate each submittal with requirements of the work and of the Contract . Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F SECTION 01340 SHOP DRAWINGS, PRODUCT DATA AND SAMPLES Documents. D. Notify the OWNER’s Representative in writing, at time of submission, of any deviations in the submittals from requirements of the Contract Documents. 1.7 SUBMISSION REQUIREMENTS A. DBF shall furnish the CITY for review, 3 copies of each shop drawing submittal. The term "Shop Drawing" as used herein shall be understood to include detail design calculations, shop drawings, fabrication and installation drawings, erection drawings, lists, graphs, catalog sheets, data sheets, and similar items. B. Normally, a separate transmittal form shall be used for each specific item or class of material or equipment for which a submittal is required. Transmittal of a submittal of various items using a single transmittal form will be permitted only when the items taken together constitute a manufacturer's "package" or are so functionally related that expediency indicates review of the group or package as a whole. A multiple-page submittal shall be collated into sets, and each set shall be stapled or bound, as appropriate, prior to transmittal to the CITY. In any case, every separate item submitted for shop drawing approval will be uniquely numbered and dated, between the submittal and transmittal for proper tracking. C. Except as may otherwise be indicated herein, the CITY will return prints of each submittal to the DBF with its comments noted thereon, within twenty-one (21) calendar days following their receipt by the DBF. It is considered reasonable that the DBF shall make a complete and acceptable submittal to the CITY by the second submission of a submittal item. The CITY's maximum review period for each submittal, including all resubmittals, will be 15 days per submittal. In other words, for a submittal that required two resubmittals before it is complete, the maximum review period for that submittal could be 45 days. D. If 3 copies of a submittal are returned to the DBF marked "NO EXCEPTIONS TAKEN", formal revision and resubmission of said submittal will not be required. E. If 3 copies of a submittal are returned to the DBF marked "MAKE CORRECTIONS NOTED," formal revision and resubmission of said submittal will not be required. F. If a submittal is returned to the DBF marked "REVISE AND RESUBMIT" or "AMEND- RESUBMIT," the DBF shall revise said submittal and shall resubmit the required number of copies of said revised submittal to the CITY. G. If a submittal is returned to the DBF marked "REJECTED-RESUBMIT", the DBF shall revise said submittal and shall resubmit the required number of copies of said revised submittal to the CITY. H. Fabrication of an item shall be commenced only after the CITY has reviewed the pertinent submittals and returned copies to the DBF marked either 'NO EXCEPTIONS TAKEN" or 'MAKE CORRECTIONS NOTED." Corrections indicated on submittals shall be considered as changes necessary to meet the requirements of the Contract Documents and shall not be taken as the basis for changes to the contract requirements. I. All DBF shop drawing submittals shall be carefully reviewed by an authorized representative of the DBF, prior to submission to the CITY. Each submittal shall be dated, signed, and certified by the DBF, as being correct and in strict conformance with the Contract Documents. In the case of shop drawings, each sheet shall be so Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F SECTION 01340 SHOP DRAWINGS, PRODUCT DATA AND SAMPLES dated, signed, and certified. No consideration for review by the CITY of any DBF submittals will be made for any items, which have not been so certified by the DBF. All non-certified submittals will be returned to the DBF without action taken by the CITY, and any delays caused thereby shall be the total responsibility of the DBF. J. The CITY's review of DBF shop drawing submittals shall not relieve the DBF of the entire responsibility for the correctness of details and dimensions. The DBF shall assume all responsibility and risk for any misfits due to any errors in DBF submittals. The DBF shall be responsible for the dimensions and the design of adequate connections and details. K. Submittals shall contain: 1. The date of submission and the dates of any previous submissions. 2. The project title and Project Number. 3. Contract identification. 4. The names of: a. Contactor b. Supplier c. Manufacturer 5. Identification of the product, with specification section number. 6. Field dimensions clearly identified as such. 7. Relation to adjacent or critical features of the work or materials. 8. Applicable standards, such as ASTM or Federal Specification numbers. 9. Identification of deviations from Contract Documents. 10. Identification of revisions on resubmittals. 11. DBF's stamp, initialed or signed, certifying to review of submittal, verification of products, field measurements and field construction criteria, and coordination of the information within the submittal with requirements of the work and of Contract Documents. 1.8 RESUBMISSION REQUIREMENTS A. Make any corrections or changes in the submittals required by OWNER's Representative and resubmit until approved. B. Shop Drawings and Product Data: 1. Revise initial drawings or data and resubmit as specified for the initial submittal. 2. Indicate any changes which have been made other than those requested by the OWNER’s Representative. C. Samples: Submit new samples as required for initial submittal. 1.9 DISTRIBUTION A. Distribute reproduction of Shop Drawings and copies of Product Data, which carry the OWNER's Representative or ENGINEER's stamp of approval to: 1. Job site file. 2. Record Document File. 3. Other affected CONTRACTORs. 4. Subcontractors. . Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F SECTION 01340 SHOP DRAWINGS, PRODUCT DATA AND SAMPLES 5. Supplier or Fabricator. B. Distribute samples which carry the OWNER's Representative or ENGINEER's stamp of approval as directed by the CITY. 1.10 OWNER ’S REP RES ENTAT IV E OR EN GINEE R DUTIES A. Review submittals with reasonable promptness and in accord with schedule. B. Affix stamp and initials or signature, and indicate requirements for submittals, or approval of submittal. C. Return submittals to DBF for distribution PART 2 PRODUCTS (NOT APPLICABLE) PART 3 EXECUTION (NOT APPLICABLE) END OF SECTION 01340 Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F SECTION 01380 CONSTRUCTION PHOTOGRAPHS PART 1 GENERAL 1.1 GENERAL A. Employ competent photographer to take construction record photographs periodically, monthly at a minimum, during course of the work. 1.2 RELATED REQUIREMENTS A. Section 01010: Summary of Work. B. Section 01720: Project Record Documents. 1.3 PHOTOGRAPHY REQUIRED A. Provide photographs taken on cutoff date for each scheduled application for Payment. B. Provide photographs taken at each major stage of construction. C. Provide photographs taken of change order work. D. Provide five prints of each view. E. Digital Images: 1. Remain property of photographer. 2. Require that photographer maintain digital images for a period of two years from Date of Substantial Completion of entire Project. 3. Photographer shall agree to furnish additional prints to OWNER and the ENGINEER at commercial rates applicable at time of purchase. 1.4 COSTS OF PHOTOGRAPHY A. DBF shall pay costs for specified photography and prints. 1. Parties requiring additional photography or prints will pay photographer directly. 1.5 DIGITAL PHOTOGRAPHY A. At OWNER and ENGINEER’s discretion, digital photography may be used for all construction photographs except aerial progress photographs. PART 2 PRODUCTS 2.1 PRINTS A. Color: 1. Paper: Single weight, color print paper. 2. Finish: Smooth surface, glossy. 3. Size: 8-inch x 10-inch. B. Identify each print on back, listing: 1. Name of Project. 2. Specific Location. 3. Date and time of exposure. 4. Name and address of photographer. 5. Photographer's numbered identification of exposure. . Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F SECTION 01380 CONSTRUCTION PHOTOGRAPHS PART 3 EXECUTION 3.1 TECHNIQUE A. Factual presentation. B. Correct exposure and focus. 1. High resolution and sharpness. 2. Maximum depth-of-field. 3. Minimum distortion. 3.2 VIEWS REQUIRED A. Photograph from locations to adequately illustrate condition of construction and state of progress. 3.3 DELIVERY OF PRINTS A. Deliver prints to the ENGINEER to accompany each Application for Payment. B. Distribution of prints as soon as processed, is anticipated to be as follows: 1. OWNER (one set). 2. ENGINEER (two sets). 3. Project Record File (one set to be stored by DBF). 4. DBF (one set). END OF SECTION 01380 Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F SECTION 01400 QUALITY CONTROL PART 1 GENERAL 1.1 DEFINITION A. Specific quality control requirements for the WORK are indicated throughout the Contract Documents. The requirements of this Section are primarily related to performance of the WORK beyond furnishing of manufactured products. The term "Quality Control" includes inspection, sampling and testing, and associated requirements. 1.2 INSPECTION AT PLACE OF MANUFACTURE A. Unless otherwise indicated, all products, materials, and equipment shall be subject to inspection by the CITY at the place of manufacture. B. The presence of the CITY at the place of manufacturer, however, shall not relieve the DBF of the responsibility for furnishing products, materials, and equipment which comply with all requirements of the Contract Documents. Compliance is a duty of the DBF and said duty shall not be avoided by any act or omission on the part of the CITY. 1.3 SAMPLING AND TESTING A. Unless otherwise indicated, all sampling and testing shall be in accordance with the methods prescribed in the current standards of the ASTM, as applicable to the class and nature of the article or materials considered; however, the OWNER reserves the right to use any generally-accepted system of sampling and testing which, in the opinion of the CITY will insure the OWNER that the quality of the work is in full accord with the Contract Documents. B. Any waiver by the OWNER of any specific testing or other quality assurance measures, whether or not such waiver is accompanied by a guarantee of substantial performance as a relief from the specified testing or other quality assurance requirements as originally specified, and whether or not such guarantee is accompanied by a performance bond to assure execution of any necessary corrective or remedial WORK, shall not be construed as a waiver of any requirements of the Contract Documents. C. Notwithstanding the existence of such waiver, the CITY reserves the right to make independent investigations and tests, and failure of any portion of the WORK to meet any of the requirements of the Contract Documents, shall be reasonable cause for the CITY to require the removal or correction and reconstruction of any such work in accordance with the General Conditions. 1.4 INSPECTION AND TESTING LABORATORY SERVICE A. Inspection and testing laboratory service shall comply with the following: 1. DBF will appoint, employ, and pay for services of an independent firm to perform inspection and testing or will perform inspection and testing itself. 2. The DBF or independent firm will perform inspections, testing, and other services specified in individual specification sections and as required by the CITY. 3. Reports will be submitted to the CITY in duplicate, indicating observations . Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F SECTION 01400 QUALITY CONTROL and results of tests and indicating compliance or non-compliance with Contract Documents. 4. The DBF shall cooperate with the independent firm and furnish samples of materials, design mix, equipment, tools, storage and assistance as requested. 5. The DBF shall notify CITY 48 hours prior to the expected time for operations requiring inspection and laboratory testing services. 6. Retesting required because of non-conformance to specified requirements shall be performed by the same independent firm on instructions by the CITY. 7. The DBF shall bear all costs from such retesting at no additional cost to the CITY. 8. For samples and tests required for DBF's use, the DBF shall make arrangements with an independent firm for payment and scheduling of testing. The cost of sampling and testing for the DBF'S use shall be included in the Contract Price. 9. DBF shall bear all costs if materials for testing are not ready for testing at time specified by DBF for the test. PART 2 PRODUCTS (NOT APPLICABLE) PART 3 EXECUTION 1.1 INSTALLATION A. Inspection: The DBF shall inspect materials or equipment upon the arrival on the job site and immediately prior to installation and reject damaged and defective items. B. Measurements: The DBF shall verify measurements and dimensions of the WORK, as an integral step of starting each installation. C. Manufacturer's Instructions: Where installations include manufactured products, the DBF shall comply with manufacturer's applicable instructions and recommendations for installation, to whatever extent these are more explicit or more stringent than applicable requirements indicated in Contract Documents. END OF SECTION 01400 Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F SECTION 01505 MOBILIZATION PART 1 GENERAL 1.1 GENERAL A. Mobilization shall include the obtaining of all permits; moving onto the site of all equipment; temporary buildings, and other construction facilities; and implementing security requirements; all as required for the proper performance and completion of the WORK. Mobilization shall include the following principal items: 1. Moving on to the site of all DBF's equipment required for first month operations. 2. Installing temporary construction power, wiring, and lighting facilities. 3. Developing construction water supply. 4. Providing all on-site communication facilities, including cellular telephones and internet service. 5. Providing on-site sanitary facilities and potable water facilities 6. Arranging for and erection of DBF's work, site access, and storage. 7. Obtaining all required permits. 8. Having all OSHA required notices and establishment of safety programs. 9. Having the DBF's superintendent at the job site full time. 10. Submitting initial submittals. 11. Project identification and signs as described in Section 01580. PART 2 PRODUCTS (NOT APPLICABLE) PART 3 EXECUTION 3.1 PAYMENT FOR MOBILIZATION A. The DBF's attention is directed to the condition that no payment for mobilization, or any part thereof will be approved for payment under the Contract until all mobilization items listed in Paragraph 1.01.A. above have been completed as specified. Furthermore, if DBF does not have required trailer, sanitary and potable facilities in order within the first month of construction, a prorated amount of mobilization will be removed from the mobilization line item, for the extent of time taken to furnish said facilities. END OF SECTION 01505 . Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F SECTION 01510 TEMPORARY UTILITES PART 1 GENERAL 1.1 GENERAL REQUIREMENTS A. The types of utility services required for general temporary use at the project site include the following: 1. Water service (potable for certain uses) 2. Storm sewer 3. Sanitary sewer 4. Electrical power service 5. Telephone service/Cellular service 6. Internet service 7. Gas service B. It shall be the DBF's responsibility to provide equipment that is adequate for the performance of the WORK under this Contract within the time specified. All equipment shall be kept in satisfactory operating condition, shall be capable of safety and efficiently performing the required WORK, and shall be subject to inspection and approval by the OWNER's representative at any time within the duration of the Contract. All work hereunder shall conform to the applicable requirements of the OSHA Standards for Construction. 1.2 JOB CONDITIONS A. Scheduled Uses: The DBF shall, in conjunction with establishment of job progress schedule, establish a schedule for implementation and termination of service for each temporary utility or facility; at earliest feasible time, and when acceptable to OWNER change over from use of temporary utility service to permanent service. PART 2 PRODUCTS (NOT APPLICABLE) PART 3 EXECUTION 3.1 INSTALLATION OF POWER DISTRIBUTION SYSTEM A. Power: The DBF shall provide all necessary power required for its operations under the Contract and shall provide and maintain all temporary power lines required to perform the WORK in a safe and satisfactory manner. 3.2 INSTALLATION OF LIGHTING A. Construction Lighting: All WORK conducted at night or under conditions of deficient daylight shall be suitably lighted to insure proper WORK and to afford adequate facilities for inspection and safe working conditions. 3.3 WATER SUPPLY A. General: The OWNER will furnish reasonable quantities of water required by the DBF for performance of the WORK under the Contract; however, the DBF shall provide all facilities necessary to convey the water from the OWNER-designated source to the points of use in accordance with the requirements of the Contract Document. The DBF shall pay all permit and water charges. B. Potable Water: All drinking water on the site during construction shall be furnished Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F SECTION 01510 TEMPORARY UTILITIES by the DBF and shall be bottled water or water furnished in acceptable metal dispensers. Notices shall be posted conspicuously throughout the site warning the DBF's personnel that piped water may be contaminated. C. Water Connections: The DBF shall not make connection to, or draw water from, any fire hydrant or pipeline without first obtaining permission of the authority having jurisdiction over the use of said fire hydrant or pipeline and from the agency owning the affected water system. For each such connection made, the DBF shall first attach to the fire hydrant or pipeline a valve and a meter, if required by the said authority, of a size and type acceptable to said authority and agency. The DBF shall pay all permit and water charges. D. Removal of Water Connections: Before final acceptance of the WORK on the project, all temporary connections and piping installed by the DBF shall be entirely removed, and all affected improvements shall be restored to their original condition, or better, to the satisfaction of the CITY and to the agency owning the affected utility. 3.4 INSTALLATION OF SANITARY FACILITIES A. Toilet Facilities: Fixed or portable chemical toilets shall be provided wherever needed for the use of DBF's employees. Toilets at construction job sites shall conform to the requirements of Subpart D, Section 1926.51 of the OSHA Standards for Construction. B. Sanitary and Other Organic Wastes: The DBF shall establish a regular daily collection of all sanitary and organic wastes. All wastes and refuse from sanitary facilities provided by the DBF or organic material wasted from any other source related to the DBF's operations shall be disposed of away from the site in a manner satisfactory to the CITY and in accordance with all laws and regulations pertaining thereto. 3.5 INSTALLATION OF FIRE PROTECTION A. Fire Protection: The construction of the WORK shall be connected with the DBF's water supply system and shall be adequately protected against damage by fire. Hose connections and hose, water casks, chemical equipment, or other sufficient means shall be provided for fighting fires in the temporary structures and other portions of the WORK, and responsible persons shall be designated and instructed in the operation such fire apparatus so as to prevent or minimize the hazard of fire. The DBF's fire protection program shall conform to the requirements of Subpart F of the OSHA Standards for Construction. 3.6 INSTALLATION OF COMMUNICATIONS A. Telephone and Internet Services: The DBF shall provide and maintain at all time during the progress of the WORK not less than one telephone and one internet connection in good working order, at CITY’s field office and its own field construction office which shall be located at or near the site of the WORK included in the Contract. B. Telephone Use: The DBF shall permit the CITY, the OWNER, or their authorized representatives or employees free and unlimited use of said telephone facilities for . Exhibit A- Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F SECTION 01510 TEMPORARY UTILITES all calls that do not involve extended long-distance charges. DDD D DDD DrnTIITID D D Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F SECTION 01520 CONSTRUCTION AIDS PART 1 GENERAL 1.1 REQUIREMENTS INCLUDED A. Furnish, install and maintain required construction aids, remove on completion of work. 1.2 RELATED REQUIREMENTS A. All applicable sections of the Specifications. B. Conditions of the Contract. PART 2 PRODUCTS 2.1 MATERIALS, GENERAL A. Materials may be new or used, suitable for the intended purpose, but must not violate requirements of applicable codes and standards. 2.2 CONSTRUCTION AIDS A. Provide construction aids and equipment required by personnel and to facilitate execution of the work; scaffolds, staging, ladders, stairs, ramps, runways, platforms, railings, hoists, cranes, chutes and other such facilities and equipment. 1. Refer to respective sections for particular requirements for each trade. 2. Provide protective coverings for finished surfaces. B. Maintain facilities and equipment in first-class condition. PART 3 EXECUTION 3.1 PREPARATION A. Consult with OWNER's Representative, review site conditions and factors which affect construction procedures and construction aids including adjacent properties and public facilities which may be affected by execution of the work. 3.2 GENERAL A. Comply with applicable requirements specified in sections of Division 2 through 4 (as applicable). B. Relocate construction aids as required by progress of construction, by storage or work requirements, and to accommodate legitimate requirements of OWNER and other Contractors employed at the site. 3.3 REMOVAL A. Completely remove temporary materials, equipment and services: 1. When construction needs can be met by use of permanent construction. 2. At completion of project. B. Clean, repair damage caused by installation or by use of temporary facilities. 1. Remove foundations and underground installations for construction aids. 2. Grade areas of site affected by temporary installations to required elevations and slopes and clean the area. C. Restore permanent facilities used for temporary purposed to specified condition. . Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F SECTION 01520 CONSTRUCTION AIDS DDD D DDD DrnTIITID Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F SECTION 01530 PROTECTION OF EXISTING FACILITIES PART 1 GENERAL 1.1 GENERAL A. The DBF shall protect all existing utilities and improvements not designated for removal and shall restore damaged or temporarily relocated utilities and improvements to a condition equal to or better than they were prior to such damage or temporary relocation, all in accordance with requirements of the Contract Documents. B. The DBF shall verify the exact locations and depths of all utilities shown and the DBF shall make exploratory excavations of all utilities that may interfere with the WORK. All such exploratory excavations shall be performed as soon as practicable after award of the contract and, in any event, a sufficient time in advance of construction to avoid possible delays to the DBF's work. When such exploratory excavations show the utility location as shown to be in error, the DBF shall so notify the CITY. C. The number of exploratory excavations required shall be that number which is sufficient to determine the alignment and grade of the utility. 1.2 RIGHTS-OF-WAY A. The DBF shall not do any work that would affect any oil, gas, sewer, or water pipeline; any telephone, cable or electric transmission line; any fence; or any other structure, nor shall the DBF enter upon the rights-of-way involved until notified that the OWNER has secured authority from the proper party. After authority has been obtained, the DBF shall give said party due notice of its intention to begin work, if required by said party, and shall remove, shore, support or otherwise protect such pipeline, transmission line, ditch, fence, or structure or replace the same. When two or more contracts are being executed at one time on the same or adjacent land in such manner that work on one contract may interfere with that on another, the OWNER shall determine the sequence and order of the WORK. When the territory of one contract is the necessary or convenient means of access for the execution of another contract, such privilege of access or any other reasonable privilege may be granted by the OWNER to the DBF so desiring, to the extent, amount, in the manner, and at the times permitted. No such decision as to the method or time of conducting the WORK or the use of territory shall be made the basis of any claim for delay or damage, except as provided for temporary suspension of the WORK in the General Conditions of the Contract. 1.3 PROTECTON OF STREET OR ROADWAY MARKERS A. The DBF shall not destroy, remove, or otherwise disturb any existing survey markers or other existing street or roadway markers without proper authorization. No pavement breaking, or excavation shall be started until all survey or other permanent marker points that will be disturbed by the construction operations have been properly referenced. All survey markers or points disturbed by the DBF shall be accurately restored after all street or roadway resurfacing has been completed. 1.4 RESTORATION OF PAVEMENT A. General: All paved areas including asphaltic concrete berms cut or damaged during construction shall be replaced with similar materials and of equal thickness . Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F SECTION 01530 PROTECTION OF EXISTING FACILITIES to match the existing adjacent undisturbed areas, except where specific resurfacing requirements have been called for in the Contract Documents or in the requirements of the agency issuing the permit. All temporary and permanent pavement shall conform to the requirements of the affected pavement OWNER. All pavements which are subject to partial removal shall be neatly saw cut in straight lines. B. Temporary Resurfacing: Wherever required by the public authorities having jurisdiction, the DBF shall place temporary surfacing promptly after backfilling and shall maintain such surfacing for the period of time fixed by said authorities before proceeding with the final restoration of improvements. C. Permanent Resurfacing: In order to obtain a satisfactory junction with adjacent surfaces, the DBF shall saw cut back and trim the edge so as to provide a clean, sound, vertical joint before permanent replacement of an excavated or damaged portion of pavement. Damaged edges of pavement along excavations and elsewhere shall be trimmed back by saw cutting in straight lines. All pavement restoration and other facilities restoration shall be constructed to finish grades compatible with adjacent undisturbed pavement. D. Restoration of Sidewalks or Private Properties: Wherever sidewalks or private properties and driveways have been removed for purposes of construction, the DBF shall place suitable temporary sidewalks or driveways promptly after backfilling and shall maintain them in satisfactory condition for the period of time fixed by the authorities having jurisdiction over the affected portions before proceeding with the final restoration or, if no such period of times is so fixed, the DBF shall maintain said temporary sidewalks or driveways until the final restoration thereof has been made. The DBF shall restore all private properties within thirty (30) days after a complaint is received by the OWNER. 1.5 EXISTING UTILITIES AND IMPROVEMENTS A. General: The DBF shall protect all Underground Utilities and other improvements which may be impaired during construction operations. It shall be the DBF's responsibility to ascertain the actual location of all existing utilities and other improvements that will be encountered in its construction operations, and to see that such utilities or other improvements are adequately protected from damage due to such operations. The DBF shall take all possible precautions for the protection of unforeseen utility lines to provide for uninterrupted service and to provide such special protection as may be necessary. B. Utilities to be Moved: In the case it shall be necessary to move the property of any public utility or franchise holder, such utility company or franchise holder will, upon request of the DBF, be notified by the OWNER to move such property within a specified reasonable time. When utility lines that are to be removed are encountered within the area of operations, the DBF shall notify the CITY a sufficient time in advance for the necessary measures to be taken to prevent interruption of service. C. Where the proper completion of the WORK requires the temporary or permanent removal and/or relocation of an existing utility or other improvement which is indicated, the DBF shall remove and, without unnecessary delay, temporarily Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F SECTION 01530 PROTECTION OF EXISTING FACILITIES replace or relocate such utility or improvement in a manner satisfactory to the OWNER of the facility. In all cases of such temporary removal or relocation, restoration to former location shall be accomplished by the DBF in a manner that will restore or replace the utility or improvement as nearly as possible to its former locations and to as good or better condition than found prior to removal. D. OWNER's Right of Access: The right is reserved to the OWNER and to the OWNERs of public utilities and franchises to enter at any time upon any public street, alley, right-of- way, or easement for the purpose of making changes in their property made necessary by the WORK of this Contract. E. Underground Utilities Indicated: Existing utility lines that are indicated or the locations of which are made known to the DBF prior to excavation and that are to be retained, and all utility lines that are constructed during excavation operations shall be protected from damage during excavation and backfilling and, if damaged, shall be immediately repaired or replaced by the DBF at no cost to the CITY. F. Underground Utilities Not Indicated: In the event that the DBF damages any existing utility lines that are not indicated or the locations of which are not made known to the DBF prior to excavation, a written report thereof shall be made immediately to the CITY. If directed by the CITY, repairs shall be made by the DBF under the provisions contained in these Contract Documents. G. All costs of locating, repairing damage not due to failure of the DBF to exercise reasonable care, and removing or relocating such utility facilities not shown in the Contract Documents with reasonable accuracy, and for equipment on the project which was actually working on that portion of the work which was interrupted or idled by removal or relocation of such utility facilities, and which was necessarily idled during such work will be paid for in accordance with the provisions of the Contract Documents. H. Approval of Repairs: All repairs to a damaged utility or improvement are subject to inspection and approval by an authorized representative of the utility or improvement OWNER before being concealed by backfill or other work. I. Maintaining in Service: All oil and gasoline pipelines, power, and telephone or the communication cable ducts, gas and water mains, irrigation lines, sewer lines, storm drain lines, poles, and overhead power and communication wires and cables encountered along the line of the WORK shall remain continuously in service during all the operations under the Contract, unless other arrangements satisfactory to the CITY are made with the owner of said pipelines, duct, main, irrigation line, sewer, storm drain, pole, or wire or cable. The DBF shall be responsible for and shall repair all damage due to its operations, and the provisions of this Section shall not be abated even in the event such damage occurs after backfilling or is not discovered until after completion of the backfilling. J. Existing Water Services: DBF shall protect and provide temporary support for existing water services. Any water service damaged by the DBF, shall be replaced at the DBF's expense, with a new water service complete with new water main tap. 1.6 TREES WITHIN STREET RIGHTS-OF-WAY AND PROJECT LIMITS A. General: The DBF shall exercise all necessary precautions so as not to damage or destroy any trees or shrubs, including those lying within street rights-of-way and . Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F SECTION 01530 PROTECTION OF EXISTING FACILITIES project limits, and shall not trim or remove any trees unless such trees have been approved for trimming or removal by the jurisdictional agency or OWNER. All existing trees and shrubs which are damaged during construction shall be trimmed or replaced by the DBF or a certified tree company under permit from the jurisdictional agency and/or the OWNER. Tree trimming and replacement shall be accomplished in accordance with the following paragraphs. B. Trimming: Symmetry of the tree shall be preserved; no stubs or splits or torn branches left; clean cuts shall be made close to the trunk or large branch. Spikes shall not be used for climbing live trees. All cuts over 1-1/2 inches in diameter shall be coated with an asphaltic emulsion material. There shall be no additional compensation for trees that require trimming due to damage by the DBF’s operation. C. Replacement: The DBF shall immediately notify the jurisdictional agency and/or the OWNER if any tree is damaged by the DBF's operations. If, in the opinion of said agency or the OWNER, the damage is such that replacement is necessary, the DBF shall replace the tree at DBF’s own expense. The tree shall be of a like size and variety as the tree damaged, or, if of a smaller size, the DBF shall pay to the OWNER of said tree a compensatory payment acceptable to the tree OWNER, subject to the approval of the jurisdictional agency or OWNER. The size of the trees shall be not less than 1-inch diameter, nor less than 6 feet in height. 1.7 NOTIFICATION BY THE DBF A. Prior to any excavation in the vicinity of any existing underground facilities, including all water, sewer, storm drain, gas, petroleum products, or other pipelines; all buried electric power, communications, or television cables; all traffic signal and street lighting facilities; and all roadway and state highway rights-of-way the DBF shall notify the respective authorities representing the OWNERs or agencies responsible for such facilities not less than 3 days nor more than 7 days prior to excavation so that a representative of said OWNERs or agencies can be present during such work if they so desire. The DBF shall also notify the Sunshine State One Call Center 1-800-432-4770 at least 2 days, but no more than 14 days, prior to such excavation. PART 2 PRODUCTS 2.1 MATERIALS, GENERAL A. Materials may be new or used, suitable for the intended purpose, but must not violate requirements of applicable codes and standards. 2.2 FENCING A. Materials to DBF's option, minimum fence height = 6 feet. 2.3 BARRIERS A. Materials to DBF's option, as appropriate to serve required purpose. PART 3 EXECUTION 3.1 GENERAL Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F SECTION 01530 PROTECTION OF EXISTING FACILITIES A. Install facilities with a neat and reasonable uniform appearance, structurally adequate for required purposes. B. Maintain barriers during entire construction period. C. Relocate barriers as required by progress of construction. 3.2 TREE AND PLANT PROTECTION A. Preserve and protect existing trees and plants adjacent to work areas. B. Consult with OWNER's Representative and remove agreed-on roots and branches which interfere with work. 1. Employ qualified tree surgeon to remove branches, and to treat cuts. C. Protect root zones of trees and plants. 1. Do not allow vehicular traffic and parking. 2. Do not store materials or products. 3. Prevent dumping of refuse or chemically injurious materials or liquids. 4. Prevent puddling or continuous running water. 5. Provide temporary tree protection in accordance with City/County requirements. D. Carefully supervise all work to prevent damage. E. Replace trees and plants which are damaged or destroyed due to work operations under this contract. 3.3 REMOVAL A. Completely remove barricades, including foundations, when construction has progressed to the point that they are no longer needed, and when approved by OWNER's Representative. B. Clean and repair damage caused by installation, fill and grade areas of the site to required elevations and slopes, and clean the area END OF SECTION 01530 . Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F SECTION 01550 SITE ACCESS AND STORAGE PART 1 GENERAL 1.1 HIGHWAY LIMITATIONS A. The DBF shall make its own investigation of the condition of available public and private roads and of clearances, restrictions, bridge load limits, and other limitations affecting transportation and ingress and egress to the site of the WORK. It shall be the DBF's responsibility to construct and maintain any haul roads required for its construction operations. 1.2 TEMPORARY CROSSINGS A. General: Continuous, unobstructed, safe, and adequate pedestrian and vehicular access shall be provided to fire hydrants, commercial and industrial establishments, churches, schools, parking lots, service stations, motels, fire and police stations, and hospitals. Safe and adequate public transportation stops and pedestrian crossings at intervals not exceeding 300 feet shall be provided. The DBF shall cooperate with parties involved in the delivery of mail and removal of trash and garbage so as to maintain existing schedules for such services. Vehicular access to residential driveways shall be maintained to the property line except, when necessary, construction precludes such access for reasonable periods of time. B. Temporary Bridges: Wherever necessary, the DBF shall provide suitable temporary bridges or steel plates over unfilled excavations, except in such cases as the DBF shall secure the written consent of the individuals or authorities concerned to omit such temporary bridges or steel plates, which written consent shall be delivered to the CITY prior to excavation. All such bridges or steel plates shall be maintained in service until access is provided across the backfilled excavation. Temporary bridges or steel plates for street and highway crossing shall conform to the requirements of the authority having jurisdiction in each case, and the DBF shall adopt designs furnished by said authority for such bridges or steel plates, or shall submit designs to said authority for approval, as may be required. C. Street Use: Nothing herein shall be construed to entitle the DBF to the exclusive use of any public street, alleyway, or parking area during the performance of the WORK hereunder, and it shall so conduct its operations as not to interfere unnecessarily with the authorized work of utility companies or other agencies in such streets, alleyways, or parking areas. No street shall be closed to the public without first obtaining permission of the CITY and proper governmental authority. Where excavation is being performed in primary streets or highways, one lane in each direction shall be kept open to traffic at all times unless otherwise indicated. Toe boards shall be provided to retain excavated material if required by the CITY or the agency having jurisdiction over the street or highway. Fire hydrants on or adjacent to the WORK shall be kept accessible to fire- fighting equipment at all times. Temporary provisions shall be made by the DBF to assure the use of sidewalks and the proper functioning of all gutters, storm drain inlets, and other drainage facilities. D. Traffic Control: For the protection of traffic in public or private streets and ways, the DBF shall provide, place, and maintain all necessary barricades, traffic cones, Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F SECTION 01550 SITE ACCESS AND STORAGE warning signs, lights, and other safety devices in accordance with the requirements of The City of Fort Lauderdale and the "Manual of Uniform Traffic Control Devices, Part VI - Traffic Controls for Street and Highway Construction and Maintenance Operations," published by U.S. Department of Transportation, Federal Highway Administration (ANSI D6.1). E. The DBF shall take all necessary precautions for the protection of the WORK and the safety of the public. All barricades and obstructions shall be illuminated at night, and all lights shall be kept burning from sunset until sunrise. The DBF shall station such guards or flaggers and shall conform to such special safety regulations relating to traffic control as may be required by the public authorities within their respective jurisdictions. All signs, signals, and barricades shall conform to the requirements of the Florida Department of Transportation. F. The DBF shall submit 3 copies of a traffic control plan to the CITY for approval a minimum of 2 weeks prior to construction. The CITY reserves the right to observe these traffic control plans in use and to make any changes as field conditions warrant. Any changes shall supersede these plans and be done solely at the DBF's expense. Submittal to CITY of traffic control plan does not alleviate DBF from requirements of submitting plan to authorizing authority. G. The DBF shall remove traffic control devices when no longer needed, repair all damage caused by installation of the devices, and shall remove post settings and backfill the resulting holes to match grade. H. Temporary Driveway Closure: The DBF shall notify the OWNER or occupant (if not OWNER-occupied) of the closure of the driveways to be closed more than one eight- hour workday at least 3 working days prior to the closure. The DBF shall minimize the inconvenience and minimize the time period that the driveways will be closed. The DBF shall fully explain to the OWNER/occupant how long the work will take and when closure is to start. Total closure time shall not exceed 5 days. 1.3 DBF’S WORK A ND ST ORA GE AREA A. The DBF shall designate and arrange for the use of a portion of the property, adjacent to the WORK for its exclusive use during the term of the Contract as a storage and shop area for its construction operations relative to this Contract. B. The DBF's use of the project site shall be limited to its construction operations. The DBF shall make its own arrangements for any necessary off-site storage or shop areas necessary for the proper execution of the WORK. A copy of an agreement for use of other property shall be furnished to the CITY. No material may be stored in the public right of way without prior authorization by the agency having jurisdiction. No material shall be stored within the public right of way in excess of 15 days. The DBF shall keep these areas in a clean and orderly condition so as not to cause a nuisance or sight obstruction to motorists or pedestrians. C. The DBF shall construct and use a separate storage area for hazardous materials used in constructing the WORK. 1. For the purpose of this paragraph, hazardous materials to be stored in the separate area are all products labeled with any of the following terms: Warning, Caution, Poisonous, Toxic, Flammable, Corrosive, Reactive, or Explosive. In addition, whether or not so labeled, the following materials shall . Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F SECTION 01550 SITE ACCESS AND STORAGE be stored in the separate area: diesel fuel, gasoline, new and used motor oil, hydraulic fluid, cement, paints and paint thinners, two-part epoxy coatings, sealants, asphaltic products, glues, solvents, wood preservatives, sand blast materials, and spill absorbent. 2. Hazardous materials shall be stored in groupings according to the Material Safety Data Sheets. 3. The DBF shall develop and submit to the CITY a plan for storing and disposing of the materials above. 4. The DBF shall obtain and submit to the CITY a single EPA number for wastes generated at the site. 5. The separate storage area shall meet all the requirements of all authorities having jurisdiction over the storage of hazardous materials. 6. All hazardous materials which are delivered in containers shall be stored in the original containers until use. Hazardous materials which are delivered in bulk shall be stored in containers which meet the requirements of authorities having jurisdiction. 1.4 PARKING A. The DBF shall: 1. The DBF shall direct its employees to park in designated areas secured by the DBF. 2. Traffic and parking areas shall be maintained in a sound condition, free of excavated material, construction equipment, mud, and construction materials. The DBF shall repair breaks, potholes, low areas which collect standing water, and other deficiencies. PART 2 PRODUCTS (NOT APPLICABLE) PART 3 EXECUTION (NOT APPLICABLE) END OF SECTION 01550 Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F SECTION 01560 TEMPORARY CONTROLS PART 1 GENERAL 1.1 REQUIREMENTS INCLUDED A. Provide and maintain methods, equipment, and temporary construction, as necessary, to provide controls over environmental conditions at the construction site and related area under DBF's control; remove physical evidence of temporary facilities at completion of work. 1.2 RELATED REQUIREMENTS A. All applicable sections of the Specifications. B. Conditions of the Contract. 1.3 NOISE CONTROL A. Provide all necessary requirements for noise control during the construction period. 1. Noise procedures shall conform to all applicable OSHA requirements and local ordinances having jurisdiction on the work. 2. Noise levels during nighttime hours shall not exceed 55 db measured at the property line of a residence. 1.4 DUST CONTROL A. Provide positive methods and apply dust control materials to minimize raising dust from construction operations and provide positive means to prevent air-borne dust from dispersing into the atmosphere. 1.5 WATER CONTROL A. Provide methods to control surface water to prevent damage to the project, the site, or adjoining properties. 1. Control fill, grading and ditching to direct surface drainage away from excavations, pits, tunnels and other construction areas; and to direct drainage to proper runoff. B. Provide, operate and maintain hydraulic equipment of adequate capacity to control surface and water. C. Dispose of drainage water in a manner to prevent flooding, erosion, or other damage to any portion of the site or to adjoining areas. 1.6 PEST CONTROL A. Provide pest control as necessary to prevent infestation of construction or storage area. 1. Employ methods and use materials which will not adversely affect conditions at the site or on adjoining properties. 2. Should the use of pesticides be considered necessary, submit an informational copy of the proposed program to OWNER with a copy to CITY. Clearly indicate: a. The area or areas to be treated. b. The pesticide to be used, with a copy of the manufacturer's printed instructions. . Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F SECTION 01560 TEMPORARY CONTROLS c. The pollution preventative measures to be employed. B. The use of any pesticide shall be in full accordance with the manufacturer's printed instructions and recommendations. 1.7 RODENT CONTROL A. Provide rodent control as necessary to prevent infestation of construction or storage area. 1. Employ methods and use materials, which will not adversely affect conditions at the site or on adjoining properties. 2. Should the use of rodenticide be considered necessary, submit an informational copy of the proposed program to OWNER with a copy to OWNER's Representative. Clearly indicate: a. the area or areas to be treated. b. the rodenticide to be used, with a copy of the manufacturer's printed instructions. c. the pollution preventative measures to be employed. B. The use of any rodenticide shall be in full accordance with the manufacturer's printed instructions and recommendations. 1.8 DEBRIS CONTROL A. Maintain all areas under DBF's control free of extraneous debris. B. Initiate and maintain a specific program to prevent accumulation of debris at construction site, storage and parking area, or along access roads and haul routes. 1. Provide containers for deposit of debris as specified in Section 01710 - Cleaning. 2. Prohibit overloading of trucks to prevent spillage on access and haul routes a. Provide periodic inspection of traffic areas to enforce requirements. C. Schedule periodic collections and disposal of debris as specified in Section 01710 - Cleaning. 1. Provide additional collections and disposal of debris whenever the periodic schedule is inadequate to prevent accumulation. 1.9 POLLUTION CONTROL A. Provide methods, means and facilities required to prevent contamination of soil, water, or atmosphere by the discharge of noxious substances from construction operations. B. Provide equipment and personnel, perform emergency measures required to contain any spillage, and to remove contaminated soils or liquids. 1. Excavate and dispose of any contaminated earth off-site and replace with suitable compacted fill and topsoil. C. Take special measures to prevent harmful substances from entering public waters. 1. Prevent disposal of wastes, effluents, chemicals, or other such substances adjacent to streams or in sanitary or storm sewers. D. Provide systems for control of atmospheric pollutants. 1. Prevent toxic concentrations of chemicals. Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F SECTION 01560 TEMPORARY CONTROLS 2. Prevent harmful dispersal of pollutants into the atmosphere. 1.10 EROSION CONTROL A. Plan and execute construction and earthwork, by methods to control surface drainage from cuts and fills, and from borrow and waste disposal areas to prevent erosion and sedimentation. 1. Hold the areas of bare soil exposed at one time to a minimum. 2. Provide temporary control measures such as berms, dikes and drains. 3. Provide silt screens as required preventing surface water contamination. B. Construct fills and waste areas by selective placement to eliminate surface silts or clays, which will erode. C. Periodically inspect earthwork to detect any evidence of the start of erosion, apply corrective measures as required to control erosion. D. All erosion control procedures must comply with the National Pollutant Discharge Elimination System (NPDES). The DBF shall develop and implement a Stormwater Pollution Prevention Plan as outlined by NPDES. PART 2 PRODUCTS (NOT APPLICABLE) PART 3 EXECUTION (NOT APPLICABLE) END OF SECTION 01560 . Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F SECTION 01570 TRAFFIC REGULATIONS PART 1 GENERAL 1.1 REQUIREMENTS INCLUDED A. Provide, operate, and maintain equipment, services and personnel, with traffic control and protective devices, as required to expedite vehicular traffic flow on haul routes, at site entrances, on-site access roads, and parking areas. B. Remove temporary equipment and facilities when no longer required, restore grounds to original, or specified conditions. 1.2 RELATED REQUIREMENTS A. All applicable sections of the Specifications. B. Conditions of the Contract. 1.3 TRAFFIC SIGNALS AND SIGNS A. Provide and operate traffic control and directional signals or signs required to direct and maintain an orderly flow of traffic in all areas under DBF's control or affected by DBF's operations. 1.4 FLAGPERSON A. Provide qualified and suitably equipped flag-person when construction operations encroach on traffic lanes, as required for regulation of traffic. 1.5 FLARES AND LIGHTS A. Provide flares and lights during periods of low visibility: 1. To clearly delineate traffic lanes and to guide traffic. 2. For use of flag-person in directing traffic. B. Provide illumination of critical traffic and parking areas. 1. Maintain free vehicular access to and through parking areas. 2. Prohibit parking on or adjacent to access roads, or in non-designated areas. 1.6 HAUL ROUTES A. Consult with OWNER and governing authorities, establish public thoroughfares which will be used as haul routes and site access. B. Confine construction traffic to designated haul routes. C. Provide traffic control at critical areas of haul routes to expedite traffic flow, to minimize interference with normal public traffic. 1.7 EMERGENCY ACCESS A. In order to provide protection to the workers and residents, the DBF shall maintain emergency access to all adjacent properties at all times during construction. If a road is required to be closed to vehicular traffic and the distance of the closure exceeds 150 feet between stabilized surfaces or prevents access to properties for a distance that exceeds 150 feet, the DBF shall provide a 10-foot-wide stabilized access way on one side of the trench capable of supporting a Fire Truck. DBF shall also provide stabilized access ways across the trench or unstabilized area a Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F SECTION 01570 TRAFFIC REGULATIONS minimum of 6 feet in width at a spacing not to exceed 100 feet capable of supporting foot traffic. These access ways shall be protected and delineated with lighted barricades, or other such devices as approved by the regulatory agency. Both ends of the emergency access way shall be blocked in accordance with the MOT permit approved by the applicable permitting agency (i.e. City of Fort Lauderdale) with signage indicating that this access way is to be used by emergency vehicles only. B. No trenches or holes shall be left open after working hours. In the event a trench must be left open after hours, it shall be done so only with the express written permission from the Engineer and CITY, and it shall be the DBF’s responsibility to provide proper protection of the open trench or hole as required by the regulatory agency. In addition, the DBF shall provide a security guard at the site whenever the DBF’s personnel are not present, 24 hours per day/ 7 days per week. It shall be the Security Guard’s responsibility to protect the open trench or hole from trespassers and to direct emergency personnel on site. The Security Guard shall not have any other responsibilities such as operation pumps or equipment but shall be dedicated to protecting the trench or open hole. The Security Guard shall be equipped with a wireless telephone capable of calling 911 to report an emergency and shall keep that telephone on their person at all times. In addition to this provision the DBF shall maintain trench safety and comply with current OSHA regulations and the Trench Safety Act. The DBF shall maintain and keep all safety barricades, signage, flashers, and detours, in operation condition. A copy of the approved MOT plans, and details, shall be on site at all times. C. Measurement and payment for security guard services shall be included in the utility pipe installation unit price. Measurement for temporary emergency access ways will be paid for under the specified line item at the unit price described in the Bid Schedule. PART 2 PRODUCTS (NOT APPLICABLE) PART 3 EXECUTION (NOT APPLICABLE) END OF SECTION 01570 . Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F SECTION 01700 CONTRACT CLOSEOUT PART 1 GENERAL 1.1 REQUIREMENTS INCLUDED A. Material and equipment incorporated into the work: 1. Conform to applicable specifications and standards. 2. Comply with size, make, type and quality specified, or as specifically approved in writing by the OWNER's Representative. 3. Manufactured and fabricated products: a. Design, fabricate and assemble in accord with the best engineering and shop practices. b. Manufacture like parts of duplicate units to standard sizes and gauges to be interchangeable. c. Two or more items of the same kind shall be identical, by the same manufacturer. d. Products shall be suitable for service conditions. e. Equipment capacities, sizes and dimensions shown or specified shall be adhered to unless variations are specifically approved in writing. 4. Do not use material or equipment for any purpose other than that for which it is designed or is specified. 1.2 RELATED REQUIREMENTS A. All applicable sections of the Specifications. B. Conditions of the Contract. 1.3 MANU FACTUR ER ’S INSTRUCTIONS A. When Contract Documents require that installation of work shall comply with manufacturer's printed instructions, obtain and distribute copies of such instructions to parties involved in the installation prior to installation, including two copies to OWNER's Representative. Maintain one set of complete instructions at the job site during installation and until completion. B. Handle, install, connect, clean, condition and adjust products in strict accordance with such instructions and in conformity with specified requirements. 1. Should job conditions or specified requirements conflict with manufacturer's instructions, consult with OWNER's Representative for further instructions. 2. Do not proceed with work without clear instructions. C. Perform work in accord with manufacturer's instructions. Do not omit any preparatory step or installation procedure unless specifically modified or exempted by Contract Documents. 1.4 TRANSPORTATION AND HANDLING A. Arrange deliveries of products in accordance with construction schedules, coordinate to avoid conflict with work and conditions at the site. Products shall be delivered to the job site on an "as needed” basis. 1. Pipe and materials shall not be strung out along installation routes for longer than two (2) weeks prior to installation. B. Provide equipment and personnel to handle products by methods which prevent Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F SECTION 01600 MATERIAL AND EQUIPMENT soiling or damage to products or packaging. C. Coordinate deliveries to avoid conflict with Work and conditions at site such as: 1. Work of other contractors, or OWNER 2. Limitations of storage space. 3. Availability of equipment and personnel for handling products. 4. OWNER’s use of premises. D. Deliver products in undamaged condition in original containers or packaging, with identifying labels intact and legible. E. Partial deliveries of component parts of equipment shall be clearly marked to identify the equipment, to permit easy accumulation of parts and to facilitate assembly. F. Immediately on delivery, inspect shipment to assure: 1. Product complies with requirements of Contract Documents and approved submittals. 2. Quantities are correct. 3. Containers and packages are intact, labels are legible. 4. Products are properly protected and undamaged. G. Provide equipment and personnel necessary to handle products, including those products provided by OWNER, by methods which prevent soiling or damage to products or packaging. H. Provide additional protection during handling as necessary to prevent scraping, marring or otherwise damaging products or surrounding surfaces. I. Handle products by methods to prevent bending or overstressing. J. Lift heavy components only at designated lifting points. 1.5 STORAGE A. Store products in accord with manufacturer's instructions, with seals and labels intact and legible. 1. Store products subject to damage by the elements in weather-tight enclosures. 2. Maintain temperature and humidity within the ranges required by manufacturer's instructions. 3. Store unpacked products on shelves, in bins or in neat piles, accessible for inspection. B. Exterior Storage 1. Provide substantial platforms, blocking or skids to support fabricating products above ground, prevent soiling or staining. a. Cover products, subject to discoloration or deterioration from exposure to the elements, with impervious sheet coverings. Provide adequate ventilation to avoid condensation. 2. Store loose granular materials on solid surface such as paved areas or provide plywood or sheet materials to prevent mixing with foreign matter. 3. Provide surface drainage to prevent flow or ponding of rainwater. 4. Prevent mixing of refuse or chemically injurious materials or liquids. 1.6 MAINTENANCE OF STORAGE . Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F SECTION 01700 CONTRACT CLOSEOUT A. Maintain periodic system of inspection of stored products on scheduled basis to assure that: 1. State of storage facilities is adequate to provide required conditions. 2. Required environmental conditions are maintained on continuing basis. 3. Surfaces of products exposed to elements are not adversely affected. a. Any weathering of products, coatings and finishes is not acceptable under requirements of Contract Documents. B. Mechanical and electrical equipment which requires servicing during long term storage shall have complete manufacturer's instructions for servicing accompanying each item, with notice of enclosed instructions shown on the exterior of packaging. 1.7 PROTECTION AFTER INSTALLATION A. Provide protection of installed products to prevent damage from subsequent operations. Remove when no longer needed, prior to completion of work. B. Control traffic to prevent damage to equipment and surfaces. C. Provide coverings to protect finished surfaces from damage. 1. Cover projections, wall corners, and jambs, sills and soffits of openings, in areas used for traffic and for passage of products in subsequent work. 2. Protect finished floors and stairs from dirt and damage. a. In areas subject to foot traffic, secure heavy paper, sheet goods, or other materials in place. b. For movement of heavy products, lay planking or similar materials in place. c. Cover wall and floor surfaces in the vicinity of construction personnel activities and all finished surfaces used by construction personnel. D. Waterproofed surfaces 1. Prohibit use of surfaces for traffic of any kind, and for storage of any products. 2. When some activity must take place in order to carry out the Contract, obtain recommendations of installer for protection of surface. a. Install recommended protection; remove on completion of that activity. b. Restrict use of adjacent unprotected areas. E. Lawns and landscaping 1. Prohibit traffic of any kind across planted lawn and landscaped areas. F. Arrange storage in a manner to provide easy access for inspection. Make periodic inspections of stored products to assure that products are maintained under specified conditions, and free from damage or deterioration. 1.8 SUBSTITUTIONS AND PRODUCT OPTIONS A. Products List 1. Within 15 days after Contract Date submit to CITY a complete list of major products proposed to be used, with the name of the manufacturer and the installing Subcontractor. B. DBF Options 1. For products specified only by reference standard, select any product Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F SECTION 01600 MATERIAL AND EQUIPMENT meeting that standard. 2. For products specified by naming several products or manufacturers, select any one of the products or manufacturers named or approved equal, which complies with the Specifications. 3. For products specified by naming one or more products or manufacturers and "or approved equal," DBF must submit a request as for substitutions for any product or manufacturer not specifically named. C. Substitutions 1. For a period of 15 days after Contract Date, CITY will consider written request from DBF for substitution of products. 2. Identify product by specification Section and Article Numbers. Provide manufacturer's name and address, trade name of product, and model of catalog number. List fabricators and suppliers as appropriate. 3. List similar projects using product, dates of installation, and name of OWNER. 4. List availability of maintenance services and replacement materials. 5. Submit a separate request for each product, supported with complete data, with drawings and samples as appropriate, including: a. Comparison of the qualities and performance of the proposed substitution with that specified. b. Changes required in other elements of the work because of the substitution. c. Effect on the construction schedule. d. Cost data comparing the proposed substitution with the product specified. e. Any required license fees or royalties. f. Availability of maintenance services, and source of replacement materials. 6. The burden of proof as to the type, function, and quality of any such substitute material or equipment shall be upon the DBF. 7. The CITY will be the sole judge as to the type, function, and quality of any such substitute material or equipment and the CITY's decision shall be final. 8. The CITY may require the DBF to furnish at the DBF's expense additional data about the proposed substitute. 9. The OWNER may require the DBF to furnish at the DBF's expense a special performance guarantee or other surety with respect to any substitute. 10. Acceptance by the CITY of a substitute item proposed by the DBF shall not relieve the DBF of the responsibility for full compliance with the Contract Documents and for adequacy of the substitute item. 11. The DBF shall be responsible for resultant changes and all additional costs which the accepted substitution requires in the DBF work, the work of its Subcontractors and of other Contractors, and shall effect such changes without cost to the OWNER. D. DBF’s Representation 1. A request for a substitution constitutes a representation that DBF: a. Has investigated the proposed product and determined that it is equal to or superior in all respects to that specified. . Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F SECTION 01700 CONTRACT CLOSEOUT b. Will provide the same guarantees or bonds for the substitution as for the product specified. c. Will coordinate the installation of an accepted substitution into the work and make such other changes as may be required to make the work complete in all respects. d. Waives all claims for additional costs, under DBF’S responsibility, which may subsequently become apparent. E. Submittal Procedures 1. Submit three (3) copies of request for substitution. 2. CITY will review requests for substitutions with reasonable promptness, and notify DBF, in writing, of the decision to accept or reject the requested substitution PART 2 PRODUCTS (NOT APPLICABLE) PART 3 EXECUTION (NOT APPLICABLE) END OF SECTION 01600 Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F SECTION 01700 CONTRACT CLOSEOUT PART 1 GENERAL 1.1 REQUIREMENTS INCLUDED A. Comply with requirements stated in Conditions of the Contract and in specifications for administrative procedures in closing out the work. 1.2 RELATED REQUIREMENTS A. All applicable sections of the Specifications. B. Conditions of the Contract. 1.3 SUBSTANTIAL COMPLETION A. When DBF considers the work is substantially complete, DBF shall submit to OWNER's Representative: 1. A written notice that the work, or designated portion thereof is substantially complete. 2. A list of items to be completed or corrected. B. Within a reasonable time after receipt of such notice, OWNER's Representative will make an inspection to determine the status of completion. C. Should OWNER's Representative determine that the work is not substantially complete: 1. OWNER's Representative will promptly notify the DBF in writing, giving the reasons, therefore. 2. DBF shall remedy the deficiencies in the work and send a second written notice of substantial completion to the OWNER's Representative. 3. OWNER's Representative will re-inspect the work. D. When OWNER's Representative and ENGINEER concur that the work is substantially complete, OWNER's Representative will: 1. Prepare a Certificate of Substantial Completion accompanied by DBF's list of items to be completed or corrected, as verified and amended by the OWNER's Representative. 2. Submit the Certificate to the OWNER and the DBF for their written acceptance of the responsibilities assigned to them in the Certificate. 1.4 FINAL INSPECTION A. When DBF considers the work is complete, DBF shall submit written certification that: 1. Contract Documents have been reviewed. 2. Work has been inspected for compliance with Contract Documents. 3. Work has been completed in accordance with Contract Documents. 4. Equipment and systems have been tested in the presence of the OWNER's Representative and are operational. 5. Work is completed and ready for final inspection. B. OWNER's Representative and ENGINEER will make an inspection to verify the status of completion with reasonable promptness after receipt of such certification. C. Should OWNER's Representative and ENGINEER consider that the work is incomplete and defective: . Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F SECTION 01700 CONTRACT CLOSEOUT 1. OWNER's Representative will promptly notify the DBF, in writing, listing the incomplete or defective work. 2. DBF shall take immediate steps to remedy the stated deficiencies and send a second written certification to OWNER's Representative that the work is complete. 3. OWNER's Representative and ENGINEER will re-inspect the work. D. When the OWNER's Representative finds that the work is acceptable under the Contract Documents, OWNER's Representative shall request the DBF to make closeout submittals. 1.5 REINSPECTION FEES A. Should OWNER's Representative perform re-inspections due to failure of the work to comply with the claims of status of completion made by the DBF: 1. OWNER will compensate OWNER's Representative and ENGINEER for such additional services. 2. OWNER will deduct the amount of such compensation from the final payment to the DBF. 1.6 DBF’S CLOSE OUT SUBMITT ALS T O OWNE R ’S REPRESENTATIVE A. Evidence of compliance with requirements of governing authorities. 1. Certificate of Occupancy (as applicable). 2. Certificates of Inspection (as applicable). a. Mechanical. b. Electrical. c. City of Fort Lauderdale Public Works. d. Other, as may be required. B. Project Record Documents. a. As-builts b. Approved Shop Drawings c. O&M Manuals d. Warranties e. Construction Photos f. Permits C. Guarantees and Bonds. D. Evidence of Payment and Release of Liens:To requirements of General and Supplementary General Conditions. E. Certificate of Insurance for Products and Completed Operations. F. Permit closeouts and certifications. 1.7 FINAL ADJUSTMENT OF ACCOUNTS A. Submit a final statement of accounting to OWNER's Representative. B. Statement shall reflect all adjustments to the Contract Sum. 1. The original Contract Sum. 2. Additions and deductions resulting from: a. Previous change orders. Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F SECTION 01700 CONTRACT CLOSEOUT b. Allowances. c. Unit Prices. d. Deductions for uncorrected work. e. Penalties and Bonuses. f. Deductions for liquidated damages. g. Deductions for re-inspection payments. h. Other adjustments. 3. Total Contract Sum, as required. 4. Previous payments. 5. Sum remaining due. C. OWNER's Representative will prepare a final Change Order, reflecting approved adjustments to the Contract Sum, which were not previously made by Change Orders. 1.8 FINAL APPLICATION FOR PAYMENT A. DBF shall submit the final Application for Payment in accordance with procedures and requirements stated in the Conditions of the Contract. PART 2 PRODUCTS (NOT APPLICABLE) PART 3 EXECUTION (NOT APPLICABLE) END OF SECTION 01700 . Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F SECTION 01710 CLEANING PART 1 GENERAL 1.1 REQUIREMENTS INCLUDED A. Execute cleaning, during progress of the Work, and at completion of the Work, as required by the General Conditions. 1.2 RELATED REQUIREMENTS A. All applicable sections of the Specifications. B. Conditions of the Contract. 1.3 DISPOSAL REQUIREMENTS A. Conduct cleaning and disposal operations to comply with codes, ordinances, regulations, and anti-pollution laws. PART 2 PRODUCTS 2.1 MATERIALS A. Use only those cleaning materials which will not create hazards to health or property and which will not damage surfaces. B. Use only those cleaning materials and methods recommended by cleaning material manufacturer. PART 3 EXECUTION 3.1 DURING CONSTRUCTION A. Execute periodic cleaning to keep the work, the site and adjacent properties free from accumulation of waste material, rubbish and windblown debris, resulting from Construction Work. B. Provide on-site containers for the collection of waste materials, debris and rubbish. C. Remove waste materials, debris and rubbish from the site periodically and dispose of at legal disposal areas away from the site. D. The OWNER's Representative reserves the right to direct the DBF to remove waste materials, after which waste shall be removed within 24 hours. E. Mechanical Sweeping: DBF shall maintain on site a mechanical sweeping device for removing debris from existing, temporary and permanent pavement. 3.2 DUST CONTROL A. Perform operations so that dust and other contaminants resulting from Construction Work operations will not cause any damages or maintenance problems to adjacent properties. B. Schedule operations so that dust and other contaminants resulting from cleaning process will not fall on wet or newly coated surfaces. 3.3 FINAL CLEANING A. Employ skilled laborers for final cleaning. B. Remove grease, mastic, adhesives, dust, dirt, stains, fingerprints, labels, and other foreign materials from sight-exposed interior and exterior surfaces. C. Polish glossy surfaces to a clear shine. Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F SECTION 01710 CLEANING D. Broom clean exterior paved surfaces; rake clean other surfaces of the grounds. E. Prior to final completion, or OWNER occupancy, DBF shall conduct an inspection of sight- exposed interior and exterior surfaces, and all work areas, to verify the entire work is clean. F. All storage and staging areas shall be cleaned and returned to prior conditions or better as per requirements of this section. 3.4 MEASURE AND PAYMENT A. There shall be no special measurement or payment for the work under this section; it shall be included in the price of all other work. END OF SECTION 01710 . Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F SECTION 02010 SUB-SURFACE INVESTIGATION PART 1 GENERAL 1.1 REQUIREMENTS INCLUDED A. All applicable provisions of the Bidding and Contract Requirements, and Division 1- General Requirements shall govern the WORK under this section. 1.2 WORK INCLUDED A. Provide all labor, materials, necessary equipment and services to complete the sub- surface investigation work, as indicated on the drawings, as specified herein or both, except as for items specifically indicated as "NIC ITEMS". B. The sub-surface investigation for conditions of the project site is the sole responsibility of the DBF. In preparing the Bid, the DBF shall make all sub-surface or surface investigations necessary to provide proper background and knowledge to determine the nature and extent of work required. C. OWNER or OWNER's Representative provides limited sub-surface information, and makes no warranties or guarantees concerning the nature of materials to be encountered on the site. 1.3 RELATED WORK A. Section 02110 - Clearing. B. Section 02200 – Earthwork. C. All applicable sections under Divisions 1, 2, 3, and 4. PART 2 PRODUCTS (NOT APPLICABLE) PART 3 EXECUTION (NOT APPLICABLE) END OF SECTION 02010 Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F SECTION 02050 DEMOLITION PART 1 GENERAL 1.1 REQUIREMENTS INCLUDED A. All applicable provisions of the Bidding and Contract Requirements, and Division 1- General Requirements shall govern the WORK under this section. 1.2 WORK INCLUDED A. Provide all labor, materials, necessary equipment and services to complete the site demolition work, as indicated on the drawings, as specified herein or both, except as for items specifically indicated as "NIC ITEMS". 1.3 RELATED WORK A. Section 02200 - Earthwork. B. All applicable Sections under Divisions 1, 2, and 3. 1.4 QUALITY ASSURANCE A. DBF Qualifications: Minimum of five years of experience in demolition of comparable nature. B. Requirements of All Applicable Regulatory Agencies: 1. All applicable Building Codes and other Public Agencies having jurisdiction upon the work. 1.5 SUBMITTALS A. Permits and notices authorizing building demolition. B. Certificates of severance of utility services. C. Permit for transport and disposal of debris. D. Demolition procedures and operational sequence for review and acceptance by CITY. 1.6 JOB CONDITIONS A. Existing Conditions 1. The demolition work shall be done as indicated on the construction plans. 2. Remove all demolition debris from the site the same day the work is performed. Leave no deposits of demolished material on site overnight. 3. Structural demolition, excavation, backfill and compaction as indicated in drawings. B. Protection: 1. Erect barriers, fences, guardrails, enclosures, and shoring to protect personnel, structures, and utilities remaining intact. 2. Protect designated trees and plants from damages. 3. Use all means necessary to protect existing objects and vegetation designated to remain, and, in the event of damage, immediately make all repairs, replacements and dressings to damaged plants necessary, to the approval of the CITY at no additional cost to the OWNER. C. Maintaining Traffic: 1. Ensure minimum interference with roads, streets, driveways, sidewalks, and . Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F SECTION 02050 DEMOLITION 2. adjacent facilities. Do not close or obstruct streets and sidewalks without written approval from the CITY. 3. If required by governing authorities, provide alternate routes around closed or obstructed traffic ways. D. Du t Control 1. Use all means necessary for preventing dust from demolition operations from being a nuisance to adjacent property owners. Methods used for dust control are subject to approval by the CITY prior to use. E. Bur 1. ning On-site burning will not be permitted. s 1.7 GENERAL ITEMS A. Scope of work shall comprise the following: Provide all labor, materials, necessary equipment and services to complete the demolition and clearing work, as indicated on the contract plans, and as specified herein. B. The DBF shall provide references to the OWNER to demonstrate that they are well versed in demolition of a comparable nature. Current occupational licenses held by DBF shall be submitted to OWNER. C. The DBF shall be responsible for adherence to all applicable codes of all regulatory agencies having jurisdiction upon the works. 1.8 PRE-DEMOLITION MEETING A. A meeting shall be held with the OWNER or OWNER’s representative at the jobsite to describe intended demolition and cleaning procedures and schedules. This shall include identifying access routes for bringing necessary equipment in, removing debris from site, and designation of any trees, drives or other items to remain. 1.9 EXISTING CONDITIONS A. The DBF shall become thoroughly familiar with the site, and of existing utilities and their connections, and note all conditions, which may influence the work. B. By submitting a bid, the DBF affirms that DBF has carefully examined the site and all conditions affecting work. No claim for additional costs will be allowed because of lack of full knowledge of existing conditions. C. The OWNER shall be responsible for removal of all hazardous materials such as asbestos, chemicals, etc., from the site prior to DBF mobilizing on site. The OWNER shall be notified immediately should the DBF discover any further hazardous materials during demolition. PART 2 PRODUCTS (NOT APPLICABLE) PART 3 EXECUTION 3.1 INSPECTION A. DBF shall verify that structures to be demolished are discontinued in use and ready for removal. Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F SECTION 02050 DEMOLITION B. DBF shall not commence work until all conditions and requirements of all applicable public agencies are complied with. 3.2 PREPARATION A. Arrange for and verify termination of utility services to include removing meters and capping lines. B. Notification: 1. Notify the OWNER at least three full working days prior to commencing the work of this Section. C. The drawings do not purport to show all objects existing on the site; at the pre- demolition meeting before commencement of the work, verify with the OWNER all objects to be removed and all objects to be preserved. 3.3 CLARIFICATION A. The drawings do not purport to show all objects existing on the site. B. Before commencing the work of this Section, verify with the OWNER all objects to be removed and all objects to be preserved. 3.4 SCHEDULING A. Schedule all work in a careful manner with all necessary consideration for the public and the OWNER. B. Avoid interference with the use of, and passage to and from, adjacent facilities. 3.5 DISCONNECTION OF UTILITIES A. Before starting site operations, disconnect or arrange for the disconnection of all affected utility service. 1. Arrange and pay for disconnecting, removing, capping, and plugging utility services. Disconnect and stub off. Notify affected utility company in advance and obtain approval before starting this work. 2. Do not interrupt existing utilities serving occupied or used facilities, except when authorized in writing by authorities having jurisdiction. 3. Place markers to indicate location of disconnected services. 4. On-site drainage structures and drain fields shall be removed in their entirety by methods approved by the OWNER's representative. 3.6 PROTECTION OF EXISTING STRUCTURES AND UTILITIES A. Utility Services: Maintain existing offsite utilities, keep in service, and protect against damage during demolition operations. B. Prevent movement or settlement of adjacent structures. Provide and place bracing or shoring and be responsible for safety and support of structures. Assume liability for such movement, settlement, damage, or injury. C. Cease operations and notify OWNER immediately if safety of adjacent structures appears to be endangered. Take precautions to properly support structures. Do not resume operations until safety is restored. D. Prevent movement, settlement, damage, or collapse of adjacent services, . Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F SECTION 02050 DEMOLITION sidewalks, driveways and trees. Assume liability for such movement, settlement, or collapse. Promptly repair damage at no cost to the OWNER. E. Ensure safe passage of persons around areas of demolition. 3.7 MAINTAIN TRAFFIC A. Do not interfere with use of adjacent buildings and facilities. Maintain free and safe passage to and from. Conduct demolition operations and removal of debris to ensure minimum interference with roads, streets, walks, and other adjacent occupied or used facilities. Do not close or obstruct streets, walks, or other occupied or used facilities without permission from authorities having jurisdiction. Provide alternate routes around closed or obstructed travel ways if required by governing authorities. 3.8 POLLUTION CONTROLS A. Use water sprinkling, temporary enclosures, and other suitable methods to limit dust and dirt rising and scattering in air to lowest practical level. Comply with governing regulations pertaining to environmental protection. B. Clean adjacent structures and improvements of dust, dirt, and debris caused by demolition operations as directed by the OWNER or their representative or governing authorities. Return adjacent areas to condition existing prior to start of work. 3.9 DEMOLITION A. Pull out any existing utility lines designated for abandonment, irrigation, electrical lines, pull boxes and splice boxes, Maintenance Access Structure (MAS) and catch basins to be removed and all other objects designated to be removed or interfering with the work. Contact the utility company or agency involved for their requirements for performing this work. All removed equipment and materials shall be removed from the work area the same day as removed. B. Remove all debris from the site and leave the site in a neat, orderly condition to the full acceptance of the OWNER. No debris shall be left on the site overnight. C. Clear and Grub and dispose of all hedges, shrubs and other organic matter not otherwise addressed on tree removal and relocation plans and specifications. 3.10 DEMOLITION OF SITE STRUCTURES A. Demolish all site structure items designated to be removed or which are required to be removed to perform the work. This item does not include buildings. 3.11 REMOVAL OF DEBRIS AND DISPOSAL OF MATERIAL A. Material resulting from demolition and not scheduled for salvaging shall become the property of the DBF and shall be removed from site and legally disposed of off- site. Disposal shall be timely, performed as promptly as possible and not left until the final cleanup. Material shall not be left on the job site for more than 60 days. B. Remove from site contaminated, vermin infested, or dangerous materials encountered and disposed of by safe means so as not to endanger health of Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F SECTION 02050 DEMOLITION workers and public. C. Burning of removed materials from demolished structures will not be permitted on- site. 3.12 COMPLETION OF WORK A. Leave the site in a neat, orderly condition to the full acceptance of the OWNER. B. Dirt remaining after demolition shall be graded level and compacted, in preparation for filling operations to follow demolition. Trenches shall be filled in layers of 12- inch maximum thickness and compacted in accordance with the technical specifications applicable to backfilling of trenches. END OF SECTION 02050 . Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F SECTION 02110 CLEARING PART 1 GENERAL 1.1 RELATED DOCUMENTS A. All applicable provisions of the Bidding and Contract Requirements, and Division 1- General Requirements shall govern the WORK under this section. 1.2 WORK INCLUDED A. Provide all labor, materials, necessary equipment and services to complete the clearing work, as indicated on the drawings, as specified herein or both, except as for items specifically indicated as "NIC ITEMS". B. Under this section, the DBF shall do all clearing, grubbing, root-raking, and necessary clean-up operations in connection with the construction of the work and its related site work. C. The work shall consist of the removal and disposal of plants, shrubs, hedges, stumps, roots, limbs, brush, fences, asphalt, etc. from all project areas as designated on the drawings and specified herein, and as directed by the CITY on the site. D. The DBF shall remove all refuse, asphalt pavement, concrete pavement, glass, metal, stone, plaster, lumber, paper materials, and any and all trash found in clearing project area and in adjacent areas as directed by the CITY. E. The DBF shall furnish all services, labor, transportation, materials, and equipment necessary for the performance of these operations. All clearing and cleanup operations shall be accomplished to the complete satisfaction of the CITY. 1.3 RELATED WORK A. Section 02010 – Sub-surface Investigation. B. Section 02200 - Earthwork. PART 2 PRODUCTS (NOT APPLICABLE) PART 3 EXECUTION 3.1 TREE REMOVAL AND TREE PRESERVATION A. No trees shall be removed if located outside of the right-of-way and dedicated easement. B. Within the rights-of-way and easements, no trees with a trunk diameter of 3 inch or greater at 4-1/2 inch above grade shall be removed without the approval of the CITY with the exception of Australian Pines, Meleleuca or Florida Holly. Trees shall be evaluated on an individual basis in accordance with following: 1. Type and size of tree. 2. Proximity to proposed and/or existing utility lines and/or exfiltration trench. 3. Change in adjacent grades for swale excavation. 4. Proximity to proposed sidewalk. 5. Proximity to proposed edge of roadway. 6. Living condition of the tree. C. If trees are determined to remain, Biobarrier shall be installed in accordance with the Biobarrier detail as shown on the Landscape Plans. Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F SECTION 02140 DEWATERING PART 1 GENERAL 1.1 RELATED DOCUMENTS A. All applicable provisions of the Bidding and Contract Requirements, and Division 1- General Requirements shall govern the WORK under this section. 1.2 WORK INCLUDED A. Provide all labor, materials, necessary equipment and services to complete the dewatering work, as indicated in the Contract Documents or listed in permit requirements, as specified herein or both, except as for items specifically indicated as "NIC ITEMS". 1.3 RELATED WORK A. Section 02200 - Earthwork. B. Section 02221 - Excavation and Backfilling for Utilities. C. Section 02601 - Subterranean Structures. D. Section 02610 - Piping, General Section. PART 2 PRODUCTS 2.1 EQUIPMENT A. Dewatering, where required, may include the use of temporary reservoirs and diking, well points, sump pumps, temporary pipelines for water disposal, rock or gravel placement, and other means. Standby pumping equipment must be maintained on the job site and operate within any local noise ordinance limits. All safety requirements, fencing, etc. shall be installed and maintained by the DBF. PART 3 EXECUTION 3.1 GENERAL REQUIREMENTS A. The DBF shall provide all equipment necessary for dewatering. It shall have on hand, at all times, sufficient pumping equipment and machinery in good working condition and shall have available, at all times, competent laborers for the operation of the pumping equipment. Adequate standby equipment shall be kept available at all times to insure efficient dewatering and maintenance of dewatering operation during power failure. B. Dewatering for structures and pipelines shall commence when groundwater is first encountered, and shall be continuous until such times as water can be allowed to rise in accordance with the provisions of this Section or other requirements. C. At all times, site grading shall promote drainage. Surface runoff shall be diverted from excavations. Water entering the excavation from surface runoff shall be collected in shallow ditches around the perimeter of the excavation, drained to sumps, and be pumped or drained by gravity from the excavation to maintain a bottom free from standing water. D. Dewatering shall at all times be conducted in such a manner as to preserve the undisturbed bearing capacity of the subgrade soils at proposed bottom of excavation. E. If foundation soils are disturbed or loosened by the upward seepage of water or an Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F SECTION 02140 DEWATERING uncontrolled flow of water, the affected areas shall be excavated and replaced with pea rock at no additional cost to the CITY. F. The DBF shall maintain the water level below the bottom of excavation in all work areas where groundwater occurs during excavation construction, backfilling, and up to acceptance. G. The DBF shall prevent flotation by maintaining positive and continuous removal of water. The DBF shall be fully responsible and liable for all damages which may result from failure to adequately keep excavations dewatered. H. If well points or wells are used, they shall be adequately spaced to provide the necessary dewatering and shall be sand-packed and/or other means used to prevent pumping of fine sands or silts from the sub-surface. A continual check by the DBF shall be maintained to ensure that the sub-surface soil is not being removed by the dewatering operation. I. The DBF shall dispose of water from the WORK in a suitable manner without damage to adjacent property. DBF shall be responsible for obtaining any permits that may be necessary to dispose of water. No water shall be drained into work built or under construction without prior consent of the CITY. Water shall be filtered using a silt box or another approved method to remove sand and fine-sized soil particles before disposal into any drainage system. The dewatering disposal points shall be approved by the CITY prior to being used. Storm drains facilities used by the DBF for dewatering shall be cleaned by a jet vac, or other method approved by the CITY after dewatering is complete. J. The release of groundwater to its static level shall be performed in such a manner as to maintain the undisturbed state of the natural foundation soils, prevent disturbance of compacted backfill and prevent flotation or movement of structures, pipelines, and sewers. K. Dewatering of trenches and other excavations shall be considered, as incidental to the construction of the WORK and all costs thereof shall be included in the various contract prices in the Bid Forms, no separate bid item has been established for dewatering. L. The DBF shall submit a dewatering plan to the CITY for review. The DBF is advised that the Broward County Environmental Protection and Growth Management Department (BCEPD) and/or SFWMD permits are to be obtained and will require that the DBF follow certain dewatering constraints. The dewatering plan shall be prepared by a State of Florida licensed Professional Engineer or Registered Professional Geologist and shall meet dewatering permit requirements. SPECIAL INSTRUCTIONS are noted on approved dewatering permit. M. The DBF is advised that the BCEPD may have identified contaminated sites within 1/4- mile radius of the project site. The DBF will be required to provide testing and monitoring of the dewatering operations, and to institute dewatering methods and controls, as required by BCEPD, as noted in permit documents. 3.2 QUALITY CONTROL A. It shall be the sole responsibility of the DBF to control the rate and effect of the dewatering in such a manner as to avoid all objectionable settlement and subsidence. . Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F SECTION 02140 DEWATERING B. All dewatering operations shall be adequate to assure the integrity of the finished project and shall be the responsibility of the DBF. C. Where critical structures or facilities exist immediately adjacent to areas of proposed dewatering, reference points shall be established and observed at frequent intervals to detect any settlement, which may develop. The responsibility for conducting the dewatering operation in a manner, which will protect adjacent structures and facilities, rests solely with the DBF. The cost of repairing any damage to adjacent structures and restoration of facilities shall be the responsibility of the DBF. 3.3 DBF SUBMITTALS A. Prior to commencement of excavation, the DBF shall submit a detailed plan and operation schedule for dewatering of excavations. The DBF may be required to demonstrate the system proposed and to verify that adequate equipment, personnel, and materials are provided to dewater the excavations at all locations and times. The DBF's dewatering plan is subject to review by the CITY and regulatory agencies. 3.4 SPECIAL INSTRUCTIONS A. See permit documents. END OF SECTION 02140 Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F SECTION 02200 EARTHWORK PART 1 GENERAL 1.1 RELATED DOCUMENTS A. All applicable provisions of the Bidding and Contract Requirements, and Division 1- General Requirements shall govern the WORK under this section. 1.2 WORK INCLUDED A. Provide all labor, materials, necessary equipment and services to complete the Earthwork, as indicated on the drawings, as specified herein or both, except as for items specifically indicated as "NIC ITEMS". B. Including but not necessarily limited to the following: 1. Excavation, including demucking. 2. Backfilling, 3. Filling. 4. Grading, general site and building pads. 5. Compaction. C. There shall be no classification of excavation for measurement of payment regardless of materials encountered. D. The work of this Section includes all earthwork required for construction of the WORK. Such earthwork shall include, but not be limited to, the loosening, removing, loading, transporting, depositing, and compacting in its final location of all materials wet and dry, as required for the purposes of completing the work specified in the Contract Documents, which shall include, but not be limited to, the furnishing, placing, and removing of sheeting and bracing necessary to safely support the sides of all excavation; all pumping, ditching, draining, and other required measures for the removal or exclusion of water from the excavation; the supporting of structures above and below the ground; all backfilling around structures and all backfilling of trenches and pits; the disposal of excess excavated materials; borrow of materials to makeup deficiencies for fills; and all other incidental earthwork, all in accordance with the requirement of the Contract Documents. 1.3 RELATED WORK A. All applicable sections of Division 1, 2, 3, and 4. 1.4 REFERENCE SPECIFICATIONS, CODES, AND STANDARDS. A. Codes: All codes, as referenced herein, are specified in Section 01090, "Reference Standards". B. Commercial Standards: . Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F SECTION 02200 EARTHWORK ASTM D 1556 Method for Particle-Size Analysis of Soils ASTM D 698 Test Methods for Moisture-Density Relations of Soils and Soil- Aggregate Mixtures, Using 5.5-lb (2.49-kg) Rammer and 12-in (304.8-mm) Drop. ASTM D 1556 Test Method for Density of Soil in Place by the Sand Cone Method. ASTM D 1557 Test Methods for Moisture-Density Relations of Soils and Soil- Aggregate Mixtures Using 10-lb (4.54-kg) Rammer and 18-in (457- mm) Drop ASTM D 1633 Test Method for Compressive Strength of Molded Soil-Cement Cylinders ASTM D 2419 Test Method for Sand Equivalent Value of Soils and Fine Aggregate. ASTM D 2487 Classification of Soils for Engineering Purposes. ASTM D 2901 Test Method for Cement Content of Freshly-Mixed Soil-Cement. ASTM D 2922 Test Methods for Density of Soil and Soil-Aggregate in Place by Nuclear Methods (Shallow Depth). ASTM D 4253 Test Methods for Maximum Index Density of Soils Using a Vibratory Table. ASTM D 4254 Test Methods for Minimum Index Density of Soils and Calculation of Relative Density. 1.5 SUBSOIL INFORMATION A. There are no representations of any type made as to sub-surface conditions. 1.6 SITE INSPECTION A. DBF shall visit the site and acquaint with all existing conditions. DBF shall investigate the site and sub-surface conditions with no cost to the OWNER if DBF chooses to. Such sub- surface investigations shall be performed only under time schedules and arrangements approved in advance by the OWNER's Representative. 1.7 TOPOGRAPHIC INFORMATION A. The existing grades shown on the drawings are approximate only and no representation is made as to their accuracy or consistency. The DBF shall verify all existing grades to the extent necessary to insure completion of the job to the proposed grades indicated on the drawings. 1.8 DISPOSAL OF SURPLUS OR UNSUITABLE MATERIAL A. Unsuitable material encountered during the course of construction shall be removed from the construction site at the expense of the DBF. Unsuitable material shall not be stockpiled on-site. All suitable material shall be stockpiled on-site at areas designated by the CITY. 1.9 BENCHMARKS AND MONUMENTS A. DBF shall employ a registered Professional Surveyor and Mapper per Florida Statute 472.001-472.037 to lay out lines and grades as indicated. The surveyor Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F SECTION 02200 EARTHWORK shall establish benchmarks. Benchmarks shall be permanent and easily accessible and maintained and replaced if disturbed or destroyed. All benchmarks shall be NAVD 88. 1.10 UTILITIES A. Before starting site operations, disconnect or arrange for the disconnection of all utility services designated to be removed. B. Locate all existing active utility lines traversing the site and determine the requirements for their protection. Preserve in operating condition all active utilities adjacent to or traversing the site which are designated to remain. C. Observe rules and regulations governing respective utilities when working under requirements of this section. Adequately protect utilities from damage, remove or replace as indicated, specified or required. Remove, plug or cap inactive or abandoned utilities encountered in excavation. Record the location of all utilities. 1.11 QUALITY ASSURANCE A. The DBF shall re-adjust all work performed that does not meet technical or design requirements but make no deviations from the Contract Documents without specific and written acceptance of the CITY. B. Where soil material is required to be compacted to a percentage of maximum density, the maximum density at optimum moisture content will be determined in accordance with ASTM D 1557. Where cohesionless, free draining soil material is required to be compacted to a percentage of relative density, the calculation of relative density will be determined in accordance with ASTM D 4253 and D 4254. Field density in-place tests will be performed in accordance with ASTM D 1556, ASTM D 2922, or by such other means acceptable to the CITY. C. In case the tests of the fill or backfill show non-compliance with the required density, the DBF shall accomplish such remedy as may be required to insure compliance. Subsequent testing to show compliance shall be by a testing laboratory selected by the OWNER and shall be at the DBF's expense. D. Particle size analysis of soils and aggregates will be performed using ASTM D 422. E. Determination of sand equivalent value will be performed using ASTM D 2419. F. Unified Soil Classification System: References in these specifications to soil classification types and standards are set forth in ASTM D 2487. The DBF shall be bound by all applicable provisions of said ASTM D 2487 in the interpretation of soil classifications. G. Requirements of all applicable building codes and other public agencies having jurisdiction upon the work. PART 2 PRODUCTS 2.1 SUITABLE FILL AND BACKFILL MATERIAL REQUIREMENTS A. General: Fill, backfill, and embankment materials shall be suitable selected or processed clean, fine earth, rock, or sand, free from grass, roots, brush, or other vegetation. B. Fill and backfill materials to be placed within 6 inches of any structure or pipe shall . Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F SECTION 02200 EARTHWORK be free of rocks or unbroken masses of earth materials having a maximum dimension larger than 3 inches. C. Suitable Materials: Soils not classified as unsuitable as defined in the Paragraph entitled, "Unsuitable Material" herein, are defined as suitable materials and may be used in fills, backfilling, and embankment construction subject to the specified limitations. In addition, when acceptable to the CITY, some of the material listed as unsuitable may be used when thoroughly mixed with suitable material to form a stable composite. D. Suitable materials may be obtained from on-site excavations, may be processed on-site materials, or may be imported. If imported materials are required to meet the requirements of this Section or to meet the quantity requirements of the project the DBF shall provide the imported materials at no additional expense to the OWNER, unless a unit price item is included for imported materials in the bidding schedule. E. The following types of suitable materials are designated and defined as follows: 1. Type A (one inch minus granular backfill): Crushed rock, gravel, or sand with 100 percent passing a 1-inch sieve and a sand equivalent value not less than 50. 2. Type B (one half inch minus granular backfill): Crushed rock, gravel, or sand with 100 percent passing a 1/2-inch sieve and a sand equivalent value not less than 50. 3. Type C (sand backfill): Sand with 100 percent passing a 3/8-inch sieve, at least 90 percent passing a number 4 sieve, and a sand equivalent value not less than 30. 4. Type D (coarse rock backfill): Crushed rock or gravel with 100 percent passing a 1-inch sieve and not more than 10 percent passing a Number 4 sieve. 5. Type E (pea gravel backfill): Crushed rock or gravel with 100 percent passing a 1/2-inch sieve and not more than 10 percent passing a Number 4 sieve. 6. Type F (coarse drainrock): Crushed rock or gravel meeting the following gradation requirements: Sieve Size Percentage Passing 2-inch 100 1-1/2-inch 90-100 1-inch 20-55 3/4-inch 0-15 No. 200 0-3 7. Type G (aggregate base): Crushed rock aggregate base material of such nature that it can be compacted readily by watering and rolling to form a firm, stable base for pavements. At the option of the DBF, the grading for either the 1-1/2-inch maximum size or 3/4-inch maximum size shall be used. The sand equivalent value shall be not less than 22, and the material shall meet the following gradation requirements. Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F SECTION 02200 EARTHWORK Sieve Size Percent Passing 1-1/2-inch Max. 3/4-inch Max. 2-inch 100 - 1-1/2-inch 90-100 - 1-inch - 100 3/4-inch 50-85 90-100 No. 4 25-45 35-55 No. 30 10-25 10-30 No. 200 2-9 2-9 8. Type H (graded drainrock): Drainrock shall be crushed rock or gravel, durable and free from slaking or decomposition under the action of alternate wetting or drying. The material shall be uniformly graded and shall meet the following gradation requirements. Sieve Size Percentage Passing 2-inch 100 3/4-inch 90-100 3/8-inch 10-100 No. 4 25-40 No. 8 18-33 No. 30 5-15 No. 50 0-7 No. 200 0-3 The drainrock shall have a sand equivalent value not less than 75. The finish-graded surface of the drainrock immediately beneath hydraulic structures shall be stabilized to provide a firm, smooth surface upon which to construct reinforced concrete floor slabs. The DBF shall use, at its option, one of the asphalt types listed below: Type 1 Type 2 Type 3 Designation SC-70 SC-250RS-1 Spray Temperature ( Coverage (gal/sq yd) F) 135-175 0.50 165-200 0.50 70-120 0.50 9. Type I: Any other suitable material as defined herein. 10. Type J (cement-treated backfill): Material which consists of Type H material, or any mixture of Types B, C, G and H materials which has been cement- treated so that the cement content of the material is not less than 5 percent by weight when tested in accordance with ASTM D 2901. The ultimate compressive strength at 28 days shall be not less than 400 psi when tested in accordance with ASTM D 1633. 11. Type K (topsoil): Stockpiled topsoil materials, which have been obtained at the site by removing soil to a depth not exceeding 2 feet. Removal of the topsoil shall be done after the area has been stripped of vegetation and debris as specified. . Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F SECTION 02200 EARTHWORK 12. Type L (Class I crushed stone): Manufactured angular, granular crushed stone, rock, or slag, with 100 percent passing a 1-inch sieve and less than 5 percent passing a Number 4 sieve. 13. Type M (aggregate subbase): Crushed rock aggregate subbase material that can be compacted readily by watering and rolling to form a firm stable base. The sand equivalent value shall be not less than 18 and shall meet the following gradation requirements. Sieve Size Percentage Passing 3-inch 100 2-1/2-inch 87-100 No. 4 35-95 No. 200 0-29 14. Type N (trench plug): Low permeable fill material, a non-dispersible clay material having a minimum plasticity index of 10. 2.2 UNSUITABLE MATERIAL A. Unsuitable soils for fill material shall include soils which, when classified under ASTM D 2487, fall in the classifications of PT, OH, CH, MH or OL. B. In addition, any soil, which cannot be compacted sufficiently to achieve the percentage of maximum density specified for the intended use, shall be classed as unsuitable material. 2.3 USE OF FILL, BACKFILL, AND EMBANKMENT MATERIAL TYPES A. The DBF shall use the types of materials as designated herein for all required fill, backfill, and embankment construction hereunder. B. Where these Specifications conflict with the requirements of any local agency having jurisdiction, or with the requirements of a material manufacture, the CITY shall be immediately notified. In case of conflict therewith, the DBF shall use the most stringent requirement, as determined by the CITY. C. Fill and backfill types shall be used in accordance with the following provisions: 1. Embankment fills shall be constructed of Type I material, as defined herein, or any mixture of Type I and Type A through Type H materials. 2. Pipe zone backfill, as defined under "Pipe and Utility Trench Backfill" herein, shall consist of the following materials for each pipe material listed below. Where pipelines are installed on grades exceeding 4 percent, and where backfill materials are graded such that there is less than 10 percent passing a Number 4 sieve, trench plugs of Type J or N material shall be provided at maximum intervals of 200 feet or as shown on the Drawings. a. Mortar coated pipe, concrete pipe, and uncoated ductile iron pipe shall be provided Type A, B, C, D, E, or L pipe zone backfill material. b. Coal tar enamel coated pipe, polyethylene encased pipe, tape wrapped pipe, and other non-mortar coated pipe shall be backfilled with Type C pipe zone backfill material. c. Plastic pipe and vitrified clay pipe shall be backfilled with Type L pipe Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F SECTION 02200 EARTHWORK zone backfill material. 3. Trench zone backfill for pipelines as defined under "Pipe and Utility Trench Backfill" shall be Type I backfill material or any of Types A through H backfill materials or any mixture thereof, except that Type K material may be used for trench zone backfill in agricultural areas unless otherwise shown or specified. 4. Final backfill material for pipelines under paved area, as defined under "Pipe and Utility Trench Backfill" shall be Type G backfill material. Final backfill under areas not paved shall be the same material as that used for trench backfill, except that Type K material shall be used for final backfill in agricultural areas unless otherwise shown or specified. 5. Trench backfill, and final backfill for pipelines under structures shall be the same material as used in the pipe zone, except where concrete encasement is required by the Contract Documents. 6. Aggregate base materials under pavements shall be Type G material constructed to the thickness shown or specified. Where specified or shown, aggregate subbase shall be Type M Material. 7. Backfill around structures shall be Type I material, or Types A through Type H materials, or any mixture thereof. 8. Backfill materials beneath structures shall be as follows: a. Drainrock materials under hydraulic structures or other water retaining structure with underdrain systems shall be Type H material. b. Under concrete hydraulic structures or other water retaining structures without underdrain systems, Types G or H materials shall be used. c. Under structures where groundwater must be removed to allow placement of concrete, Type F material shall be used. d. Under all other structures, Type D, E, G, or H material shall be used. 9. Backfill used to replace pipeline trench over-excavation shall be a layer of Type F material with a 6-inch top filter layer of Type E material or filter fabric to prevent migration of fines for wet trench conditions or the same material as used for the pipe zone backfill if the trench conditions are not wet. Filter fabric shall be Mirafi 140 N, Mirafi 700X, or approved equal. 10. The top 6 inches of fill on reservoir roofs, embankment fills around hydraulic structures, and all other embankment fills shall consist of Type K material, topsoil. 2.4 EMBANKMENT A. The maximum sizes of rock, which will be permitted in the completed fill areas, are as follows: . Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F SECTION 02200 EARTHWORK Depth Below Finish Grade Maximum Allowable Diameter Top 4 inches 1 inch 4 inches to 12inches 3-1/2-inches 12 inches to 2 feet 6 inches 2 feet to 4 feet 12 inches 4 feet to 8 feet 24 inches Below 8 feet 36 inches B. Embankments shall be constructed of material containing no muck, stumps, roots, brush, vegetable matter, rubbish or other material that will not compact into a suitable and enduring roadbed, and material designated as undesirable shall be removed from the site. Where embankments are constructed adjacent to bridge end bents or abutments, rock larger than 3-1/2 inches in diameter shall not be placed within three feet of the location of any abutment. C. Fill material containing debris, sod, and biodegradable materials shall not be used as fill in construction areas. D. Fill material required for the building pads and for pavement subgrade shall be granular fill, free of organic material. E. Fill material required for pervious and sodded areas shall have a maximum organic component of 10%. DBF shall provide, at DBF’S cost, organic content test results for approval by the CITY. PART 3 EXECUTION 3.1 JOB CONDITIONS A. Protection: Use all means necessary to protect existing objects and vegetation. In the event of damage, immediately make all repairs, and replacements necessary to the acceptance of the OWNER's Representative at no cost to the OWNER. 3.2 BACKFILL, FILLING, & GRADING A. Grades: 1. Cut, backfill, fill and grade to proper grade levels indicated. The existing grades shown on the drawings are to be matched for finished grade over the site. B. Filling: 1. Fill material shall be placed in horizontal layers and spread to obtain a uniform thickness. 2. After compaction, layers of fill are not to exceed twelve (12) inches for cohesive soils or eight (8) inches for non-cohesive soils. 3.3 STRUCTURE, ROADWAY, AND EMBANKMENT EXCAVATION A. General: Except when specifically provided to the contrary, excavation shall include the removal of all materials of whatever nature encountered, including all obstructions of any nature that would interfere with the proper execution and completion of the work. The removal of said materials shall conform to the lines and grades shown or ordered. Unless otherwise provided, the entire construction site Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F SECTION 02200 EARTHWORK shall be stripped of all vegetation and debris, and such material shall be removed from the site prior to performing any excavation or placing any fill. The DBF shall furnish, place, and maintain all supports and shoring that may be required for the sides of the excavations, and all pumping, ditching, or other measure for the removal or exclusion of water, including taking care of storm water, groundwater, and wastewater reaching the site of the work from any source so as to prevent damage to the work or adjoining property. Excavations shall be sloped or otherwise supported in a safe manner in accordance with applicable State safety requirements and the requirements of OSHA Safety and Health Standards for Construction (29CFR1926). B. Excavation Beneath Structures and Embankments: Except where otherwise specified for a particular structure or ordered by the CITY, excavation shall be carried to the grade of the bottom of the footing or slab. Where shown or ordered, areas beneath structures or fills shall be over-excavated. The subgrade areas beneath embankments shall be excavated to remove not less than the top [6 inches] of native material and where such subgrade is sloped, the native material shall be benched. When such over excavation is shown, the DBF shall perform both over-excavation and subsequent backfill to the required grade. When such over-excavation is not shown but is ordered by the CITY, such over-excavation and any resulting backfill will be paid for under a separate unit price bid item if such bid item has been established; otherwise payment will be made in accordance with a negotiated price. After the required excavation or over-excavation has been completed, the exposed surface shall be scarified to a depth of 6 inches, brought to optimum moisture content, and rolled with heavy compaction equipment to obtain density as specified in Paragraph 3.14.I. C. Excavation Beneath Paved Areas: Excavation under areas to be paved shall extend to the bottom of the aggregate base or subbase, if such base is called for; otherwise it shall extend to the paving thickness. After the required excavation has been completed, the top 12 inches of exposed surface shall be scarified, brought to optimum moisture content, and rolled with heavy compaction equipment to obtain density as specified in Paragraph 3.14.I. The finished subgrade shall be even, self-draining, and in conformance with the slope of the finished pavement. Areas that could accumulate standing water shall be regraded to provide a self-draining subgrade. D. Notification: The DBF shall notify the CITY at least 3 days in advance of completion of any structure excavation and shall allow the CITY a review period of at least one day before the exposed foundation is scarified and compacted or is covered with backfill or with any construction materials. 3.4 PIPELINE AND UTILITY TRENCH EXCAVATION A. General: Unless otherwise shown or ordered, excavation for pipelines and utilities shall be open-cut trenches. Trench widths shall be kept as narrow as is practical for the method of pipe zone densification selected by the DBF but shall have a minimum width at the bottom of the trench equal to the outside diameter of the pipe plus 24 inches for mechanical compaction methods and 18 inches for water consolidation methods. . Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F SECTION 02200 EARTHWORK B. Trench Bottom: Except when pipe bedding is required, the bottom of the trench shall be excavated uniformly to the grade of the bottom of the pipe. The trench bottom shall be given a final trim, using a string line for establishing grade, such that each pipe section when first laid will be continually in contact with the ground along the extreme bottom of the pipe. Rounding out the trench to form a cradle for the pipe will not be required. Excavations for pipe bells and welding shall be made as required. C. Open Trench: The maximum amount of open trench permitted in any one location shall be 300 feet, or the length necessary to accommodate the amount of pipe installed in a single day, whichever is greater. All trenches shall be fully backfilled at the end of each day or, in lieu thereof, shall be covered by heavy steel plates adequately braced and capable of supporting vehicular traffic in those locations where it is impractical to backfill at the end of each day. The above requirements for backfilling or use of steel plate will be waived in cases where the trench is located further than 100 feet from any traveled roadway or occupied structure. In such cases, however, barricades and warning lights meeting OSHA requirements shall be provided and maintained. D. Trench Over-Excavation: Where the Drawings indicate that trenches shall be over- excavated, they shall be excavated to the depth shown, and then backfilled to the grade of the bottom of the pipe. E. Over-Excavation: When ordered by the CITY, whether indicated on the Drawings or not, trenches shall be over-excavated beyond the depth shown. Such over- excavation shall be to the depth ordered. The trench shall then be backfilled to the grade of the bottom of the pipe. All work specified in this Section shall be performed by the DBF when the over- excavation ordered by the CITY is less than 6 inches below the limits shown. When the over-excavation ordered by the CITY is 6 inches or greater below the limits shown, additional payment will be made to the DBF for that portion of the work which is located below said 6-inch distance. Said additional payment will be made under separate unit price bid items for over-excavation and bedding if such bid items have been established; otherwise payment will be made in accordance with a negotiated price. F. Where pipelines are to be installed in embankment or structure fills, the fill shall be constructed to a level at least one foot above the top of the pipe before the trench is excavated. 3.5 OVER-EXCAVATION NOT ORDERED, SPECIFIED, OR SHOWN A. Any over-excavation carried below the grade ordered, specified, or shown, shall be backfilled to the required grade with the specified material and compaction. The DBF at its own expense shall perform such work. 3.6 EXCAVATION IN LAWN AREAS A. Where excavation occurs in lawn areas, the sod shall be carefully removed, kept damp, and stockpiled to preserve it for replacement. Excavated material may be placed on the lawn, provided that a drop cloth or other suitable method is employed to protect the lawn from damage. The lawn shall not remain covered for more than 72 hours. Immediately after completion of backfilling and testing of the pipeline, the Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F SECTION 02200 EARTHWORK sod shall be replaced and lightly rolled in a manner so as to restore the lawn as near as possible to its original condition. DBF shall provide new sod if stockpiled sod has not been replaced within 72 hours. 3.7 EXCAVATION IN VICINITY OF TREES A. Except where trees are shown to be removed, trees shall be protected from injury during construction operations. No tree roots over 2 inches in diameter shall be cut without express permission of the CITY. Trees shall be supported during excavation by any means previously reviewed and approved by the CITY. 3.8 ROCK EXCAVATION A. Rock is defined as follows: 1. Rock shall be classified as material having a blow count in excess of 30 blows per foot from a Standard Penetration Test (ASTM D-1586) and exceeding 1000 psi from an Unconfined Compression Strength Test (ASTM D-2938); and, 2. General Excavation - Any material that cannot be excavated with a single- toothed ripper drawn by a crawler tractor having a minimum draw bar pull rated at not less than 71,000 lbs. (Caterpillar D9N or equivalent), and occupying an original volume of at least 2 cubic yards or more; and, 3. Trench Excavation - Any material that cannot be excavated with a backhoe having a breakout force rated at not less than 44,000 lbs. (Caterpillar 235D or equivalent) and occupying an original volume of at least 2 cubic yards. B. Rock excavation shall include removal and disposal of the following: (1) all boulders measuring 1/3 of a cubic yard or more in volume; (2) all rock material in ledges, bedding deposits, and unstratified masses which cannot be removed without systematic drilling and blasting; (3) concrete or masonry structures which have been abandoned; and (4) conglomerate deposits which are so firmly cemented that they possess the characteristics of rock as described in Paragraph 3.09(A). C. Said rock excavation shall be performed by the DBF; provided, that should the quantity of rock excavation be affected by any change in the scope of the work, an appropriate adjustment of the contract price will be made under a separate bid item if such bid i t e m has been established; otherwise, payment will be made in accordance with the negotiated price. D. Explosives and Blasting: Blasting will not be permitted, except by express permission of the CITY on a case-by-case basis. The use of explosives will be subject to the approval and regulations of all agencies having jurisdiction. If blasting is utilized at the site of the WORK, the DBF shall take all precautions and provide all protective measures necessary to prevent damage to property and structures or injury to person. Prior to blasting, the DBF shall secure all permits required by law for blasting operations and shall provide any additional hazard insurance required by the OWNER. The DBF shall have a fully qualified and experienced blasting construction supervisor in charge of all blasting operations. E. The DBF will be held responsible for all and shall make good any damage caused by blasting or resulting from its possession or use of explosives on the WORK. . Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F SECTION 02200 EARTHWORK F. All operations involving the handling, storage, and use of explosives shall be conducted in accordance with the requirements of the OSHA Standards for Construction, and in accordance with all local laws and regulations. 3.9 DISPOSAL OF EXCESS EXCAVATED MATERIAL A. The DBF shall remove and dispose of all excess excavated material at a site selected by the DBF and reviewed by the CITY. 3.10 DISPOSAL OF UNSUITABLE EXCAVATED MATERIAL A. The DBF shall remove and dispose of all unsuitable excavated material. This shall include muck, tree roots, rocks, garbage, debris, or any other material designated as unsuitable by Paragraph 2 of this Section. Disposal shall be at a site selected by the DBF that is designated as an approved disposal site for the unsuitable material. 3.11 BACKFILL – GENERAL A. Backfill shall not be dropped directly upon any structure or pipe. Backfill shall not be placed around or upon any structure until the concrete has attained sufficient strength to withstand the loads imposed. Backfill around water retaining structures shall not be placed until the structures have been tested, and the structures shall be full of water while backfill is being placed. B. Except for drain rock materials being placed in over-excavated areas or trenches, backfill shall be placed after all water is removed from the excavation. 3.12 PLACING AND SPREADING OF BACKFILL MATERIALS A. Backfill materials shall be placed and spread evenly in layers. When compaction is achieved using mechanical equipment the layers shall be evenly spread so that when compacted each layer shall not exceed 6 inches in thickness. B. During spreading each layer shall be thoroughly mixed as necessary to promote uniformity of material in each layer. Pipe zone backfill materials shall be manually spread around the pipe so that when compacted the pipe zone backfill will provide uniform bearing and side support. C. Where the backfill material moisture content is below the optimum moisture content water shall be added before or during spreading until the proper moisture content is achieved. D. Where the backfill material moisture content is too high to permit the specified degree of compaction the material shall be dried until the moisture content is satisfactory. 3.13 COMPACTION – GENERAL A. Compact each layer of fill in designated areas with approved equipment to achieve a maximum density at optimum moisture, AASHTO T 180 - latest edition. 1. Building Pads: compaction shall be to 98% of maximum density, unless otherwise shown on the drawings or specifications. Building pads shall be within plus or minus one-tenth (0.1) of a foot of the elevations shown on the plans. 2. Refer to Sections 02513 Asphaltic Concrete Paving - General for compaction Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F SECTION 02200 EARTHWORK requirements in the affected areas. 3. Under landscaped area, compaction shall be to density as specified in Paragraph 3.14.I., unless otherwise shown on the Drawings. B. No backfill shall be placed against any masonry or other exposed building surface until permission has been given by the OWNER's Representative, and in no case until the masonry has been in place seven days. C. Heavy construction equipment will not be permitted within ten (10) feet of any masonry or other exposed building surface. D. Compaction in limited areas 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 four inches thick. The hand tampers used 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 any wedging action against masonry, or other exposed building surfaces/ 3.14 COMPACTION OF FILL, BACKFILL, AND EMBANKMENT MATERIALS A. Each layer of Types, A, B, C, G, H, I, and K backfill materials as defined herein, where the material is graded such that at least 10 percent passes a No. 4 sieve, shall be mechanically compacted to the specified percentage of maximum density. Equipment that is consistently capable of achieving the required degree of compaction shall be used and each layer shall be compacted over its entire area while the material is at the required moisture content. B. Each layer of Type D, E, F, and J backfill materials shall be compacted by means of at least 2 passes from a flat plate vibratory compactor. When such materials are used for pipe zone backfill, vibratory compaction shall be used at the top of the pipe zone or at vertical intervals of 24 inches, whichever is the least distance from the subgrade. C. Type L material requires mechanical spreading and placement to fill voids but does not require mechanical compaction or vibration. D. Fill on reservoir and structure roofs shall be deposited at least 30 days after the concrete roof slab has been placed. Equipment weighing more than 10,000 pounds when loaded shall not be used on a roof. A roller weighing not more than 8,000 pounds shall be used to compact fill on a roof. E. Flooding, ponding, or jetting shall not be used for fill on roofs, backfill around structures, backfill around reservoir walls, for final backfill materials, or aggregate basematerials. F. Pipe zone backfill materials that are granular may be compacted by a combination of flooding and vibration using concrete vibrators or by jetting, when acceptable to the CITY. G. Pipeline trench zone backfill materials, containing 5 percent or less of material passing a No. 200 sieve, may be compacted using flooding and jetting or vibration if the DBF uses effective procedures that yield the specified compaction test results. Flooding and jetting shall not be done in such a manner that the pipe or nearby utilities are damaged, in areas of poorly draining or expansive soils, or where the use of the procedure is prohibited by any agency having jurisdiction . Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F SECTION 02200 EARTHWORK over the street or right-of-way. Approved jet pipes or immersible vibrators shall be used so that each backfill layer is saturated and consolidated to its full depth before the next layer is placed. Jet pipes shall be kept at least 6 inches away from the pipe where the backfills being consolidated and 2 feet away from other pipes or utilities. H. Equipment weighing more than 10,000 pounds shall not be used closer to walls than a horizontal distance equal to the fill at that time. Hand operated power compaction equipment shall be used where use of heavier equipment is impractical or restricted due to weight limitations. I. Compaction Requirements: The following compaction test requirements shall be in accordance with AASHTO T-180. Where agency or utility company requirements govern, the highest compaction standards shall apply. Location or Use of Fill Percentage of Maximum Density Pipe zones backfill portion above bedding 98 for flexible pipe. Pipe zones backfill bedding and over-excavated 98 zones under bedding/pipe for flexible pipe, including trench plugs. Pipe zones backfill potion above bedding for 98 rigid pipe. Pipe zones backfill bedding and over-excavated 98 zones under bedding/pipe for rigid pipe. Final backfills, beneath paved areas or structures. 98 Final backfills, not beneath paved areas or 95 structures. Trench zones backfill, not beneath paved areas or 95 structures, including trench plugs. Embankments. 98 Embankments, beneath paved areas, or 98 Structures. Backfill beneath structures, hydraulic structures. 98 Backfill around Structures 98 Topsoil (Type K material) 80 Aggregate base or subbase (Type G or M material) 80 J. Trench Backfill Requirements: the pipe has been structurally designed based upon the trench configuration specified herein. K. The DBF shall maintain the indicated trench cross section up to a horizontal plane lying 6 inches above the top of the pipe. L. If, at any location under said horizontal plane, the DBF slopes the trench walls or exceeds the maximum trench widths indicated in the Contract Documents, the pipe zone backfill shall be “improved” or the pipe class increased as specified Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F SECTION 02200 EARTHWORK herein, at no additional cost to the OWNER. “Improved” backfill shall mean sand- cement backfill or other equivalent materials acceptable to the CITY. M. If the allowable deflection specified for the pipe is exceeded, the DBF shall expose and reground or replace the pipe, repair all damaged lining and coating, and reinstall the pipe zone material and trench backfill as specified at no additional expense to the OWNER. 3.15 PIPE AND UTILITY TRENCH BACKFILL A. Pipe zone Backfill: The pipe zone is defined as that portion of the vertical trench cross- section lying between a plane 6 inches below the bottom surface of the pipe, i.e., the trench subgrade, and a plane at a point 6 inches above the top surface of the pipe. The bedding for flexible pipe is defined as that portion of pipe zone backfill material between the trench subgrade and the bottom of the pipe. The bedding for rigid pipe is defined as that portion of the pipe zone backfill material between the trench subgrade and a level line which varies from the bottom of the pipe to the spring line as shown. B. Bedding shall be provided for all sewers, drainage pipelines, and other gravity flow pipelines. Unless otherwise specified or shown, for other pipelines the bedding may be omitted if all the following conditions exist. 1. The pipe bears on firm, undisturbed native soil, which contains only particles that will pass a one-inch sieve. 2. The trench excavation is not through rock or stones. 3. The trench subgrade soils are classified as suitable fill and backfill materials per Paragraph 2.01. 4. The trench subgrade soils have, as a maximum, a moisture content that allows compaction. C. Where bedding is required, after compacting the bedding the DBF shall perform a final trim using a stringline for establishing grade, such that each pipe section when first l a i d will be continually in contact with the bedding along the extreme bottom of the pipe. Excavation for pipe bells and welding shall be made as required. D. The pipe zone shall be backfilled with the specified backfill material. The DBF shall exercise care to prevent damage to the pipeline coating, cathodic bonds, or the pipe itself during the installation and backfill operations. E. Trench Zone Backfill: After the pipe zone backfill has been placed as specified above, and after all excess water has completely drained from the trench, backfilling of the trench zone may proceed. The trench zone is defined as that portion of the vertical trench cross- section lying between a plane 6 inches above the top surface of the pipe and a plane at a point 18 inches below the finished surface grade, or if the trench is under pavement, 18 inches below the roadway subgrade. If flooding, ponding, or jetting is used the pipe shall be filled with water to prevent flotation. F. Final Backfill: Final backfill is all backfill in the trench cross-sectional area within 18 inches of finished grade, or if the trench is under pavement, all backfill within 18 inches of the roadway subgrade. . Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F SECTION 02200 EARTHWORK 3.16 EMBANKMENT CONSTRUCTION A. The area where an embankment is to be constructed shall be cleared of all vegetation, roots and foreign material. Following this, the surface shall be moistened, scarified to a depth of 6 inches, and rolled or otherwise mechanically compacted as specified in Paragraph 3.14.I. Embankment fill material shall be placed and spread evenly in horizontal layers. Each layer shall be moistened or aerated, as necessary. Unless otherwise approved by the CITY, each layer shall not exceed 6 inches of compacted thickness. The embankment fill and the scarified layer of underlying ground shall be compacted to 95 percent of maximum density under structures and paved areas, and 90 percent of maximum density elsewhere. B. When an embankment fill is to be made and compacted against hillsides or fill slopes steeper than 4:1, the slopes of hillsides or fills shall be horizontally benched to key the embankment fill to the underlying ground. A minimum of 12 inches normal to the slope of the hillside or fill shall be removed and recompacted as the embankment fill is brought up in layers. Material thus cut shall be recompacted along with the new fill material at the DBF’s expense. Hillside of fill slopes 4:1 or flatter shall be prepared in accordance with Paragraph A, above. C. Where embankment or structure fills are constructed over pipelines, the first 4 feet of fill over the pipe shall be constructed using light placement and compaction equipment that does not damage the pipe. Heavy construction equipment shall maintain a minimum distance from the edge of the trench equal to the depth of the trench until at least 4 feet of fill over the pipe has been completed. 3.17 CORRECTION OF GRADE A. Bring to required grade levels areas where settlement, erosion or other grade changes occur. 3.18 MAINTENANCE AND PROTECTION OF WORK A. While construction is in progress adequate drainage for the roadbed shall be maintained at all times. B. The DBF shall maintain all earthwork construction throughout the life of the contract, unless otherwise provided, and shall take all reasonable precautions to prevent loss of material from the roadway due to the action of wind or water. DBF shall repair at DBF’S expense, except as otherwise provided herein, any slides, washouts, settlement, subsidence, or other mishap which may occur prior to final acceptance of the work. C. All channels excavated as a part of the contract work shall be maintained against natural shoaling or other encroachments to the lines, grades, and cross sections shown on the plans, until final acceptance of the project. 3.19 AS-BUILT SURVEY A. At the completion of the work and prior to final inspection of the area, the DBF shall provide the CITY with an as-built topographic survey made by a Professional Surveyor and Mapper per Florida Statute 472.001-472.037. Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F SECTION 02200 EARTHWORK B. The surveyor is to certify on the survey whether or not the as-built conditions conform to the elevations shown on the Drawings to within plus or minus two- hundredth (0.02) of a foot. 000[]]]0[]]]000[]]]01111 I I I I I Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F SECTION 02212 MILLING OF EXISTING ASPHALT PAVEMENT PART 1 GENERAL 1.1 RELATED DOCUMENTS A. All applicable provisions of the Bidding and Contract Requirements, and Division 1- General Requirements shall govern the WORK under this section. 1.2 WORK INCLUDED A. Remove existing asphalt concrete pavement by milling to improve the rideability and cross slope of the finished pavement, to lower the finished grade adjacent to existing curb prior to resurfacing, or to completely remove existing pavement. B. When milling to improve rideability, the plans will specify an average depth of cut. C. DBF to take ownership of milled material. PART 2 PRODUCT 2.1 EQUIPMENT A. Provide a milling machine capable of maintaining a depth of cut and cross slope that will achieve the results specified in the Contract Documents. Use a machine with a minimum overall length (out to out measurement excluding the conveyor) of 18 feet and a minimum cutting width of 6 feet. B. Equip the milling machine with a built-in automatic grade control system that can control the transverse slope and the longitudinal profile to produce the specified results. C. To start the project, the CITY will approve any commercially manufactured milling machine that meets the above requirements. If it becomes evident after starting milling that the milling machine cannot consistently produce the specified results, the CITY will reject the milling machine for further use. D. The DBF may use a smaller milling machine when milling to lower the grade adjacent to existing curb or other areas where it is impractical to use the above described equipment. E. Equip the milling machine with means to effectively limit the amount of dust escaping during the removal operation. PART 3 EXECUTION 3.1 MILLING A. Protection: Use all means necessary to protect existing objects and vegetation. In the event of damage, immediately make all repairs, and replacements necessary to the acceptance of the OWNER's Representative at no cost to the OWNER. 3.2 BACKFILL, FILLING, & GRADING A. Remove the existing raised reflective pavement markers prior to milling. Include the cost of removing existing pavement markers in the price for milling. B. When milling to improve rideability or cross slope, remove the existing pavement to the average depth specified in the plans, in a manner that will restore the pavement surface to a uniform cross-section and longitudinal profile. The CITY may require the use of a stringline to ensure maintaining the proper alignment. C. Establish the longitudinal profile of the milled surface in accordance with the milling Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F SECTION 02212 MILLING OF EXISTING ASPHALT PAVEMENT plans. Ensure that the final cross slope of the milled surface parallels the surface cross slope shown on the plans or as directed by the CITY. Establish the cross slope of the milled surface by a second sensing device near the outside edge of the cut or by an automatic cross slope control mechanism. The plans may waive the requirement of automatic grade or cross slope controls where the situation warrants such action. D. Multiple cuts may be made to achieve the required pavement configuration or depth of cut. Include in the Quality Control Plan a system to control the cross slope of the milling surface with a minimum frequency of one cross slope measurement every 250 feet during milling operations in order to ensure that the slopes are uniform and in compliance with the designed milling slope. When the difference between the measured cross slope and the designed cross slope exceeds ±0.2% for travel lanes (including turn lanes) and ±0.5% for shoulders, make all corrections immediately to bring the cross slope into an acceptable range. The CITY will periodically verify the DBF’s measurements at the job site. E. The CITY can randomly take ten measurements of the cross slope per day for the first two days of milling operation. If the average cross slope of the ten random measurements per day varies more than the required tolerance (0.2% for travel lanes including turn lanes and 0.5% for shoulders), the milling operation shall be stopped until appropriate corrective actions are made to bring the cross slope into an acceptable range. Approval by the CITY will be required prior to resuming the milling operation. F. A recheck of ten random measurements will be made after corrective actions are taken. If the recheck indicates that the cross slope is out of control, the deficient section(s) shall be corrected to bring the cross slope into an acceptable range. During milling operations, the CITY reserves the right to take ten cross slope measurements per day. If the average cross slope of the ten measurements varies more than the permissible tolerance, the milling operation will be stopped until appropriate corrective actions are made to bring the cross slope into an acceptable range and the deficient sections shall be corrected accordingly. G. The CITY may waive the corrections specified above if an engineering determination indicates that the deficiencies are sufficiently separated so as not to significantly affect the final cross slope. H. For intersections, tapers, crossovers, transitions at the beginning and end of the project and in other similar areas, the cross slope will be adjusted as directed by the CITY to match the actual site conditions. I. Operate the milling machine to minimize the amount of dust being emitted. The CITY may require pre-wetting of the pavement. J. Provide positive drainage of the milled surface and the adjacent pavement. Perform this operation on the same day as milling. Repave all milled surfaces no later than the day after the surface was milled unless otherwise stated in the plans. K. If traffic is to be maintained on the milled surface prior to the placement of the new asphalt concrete, provide suitable transitions between areas of varying thickness to create a smooth longitudinal riding surface. Produce a pattern of striations that will provide an acceptable riding surface. L. Prior to opening an area which has been milled to traffic, sweep the pavement with . Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F SECTION 02212 MILLING OF EXISTING ASPHALT PAVEMENT a power broom or other approved equipment to remove, to the greatest extent practicable, fine material which will create dust under traffic. Sweep in a manner that will minimize the potential for creation of a traffic hazard and to minimize air pollution. M. Sweep the milled surface with a power broom prior to placing asphalt concrete N. In urban and other sensitive areas, use a street sweeper or other equipment capable of removing excess milled materials and controlling dust. O. Perform the sweeping operation immediately after the milling operations or as directed by the CITY. 3.3 MILLED SURFACE A. Provide a milled surface with a reasonably uniform texture, within 1/4 inch of a true profile grade, and with no deviation in excess of 1/4 inch from a straightedge applied to the pavement perpendicular to the centerline. B. Ensure that the variation of the longitudinal joint between multiple cut areas does not exceed 1/4 inch. The CITY may accept areas varying from a true surface in excess of the above stated tolerance without correction if the CITY determines that they were caused by a pre-existing condition which could not have reasonably been corrected by the milling operations. C. Correct any unsuitable texture or profile, as determined by the CITY, at no additional expense to the OWNER. D. The CITY may require remilling of any area where a surface lamination causes a non- uniform texture to occur. E. Refer to Section 02513 for specifications on resurfacing of asphaltic pavement. END OF SECTION 02212 Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F SECTION 02221 EXCAVATION AND BACKFILLING UTILITIES PART 1 GENERAL 1.1 RELATED DOCUMENTS A. All applicable provisions of the Bidding and Contract Requirements, and Division 1- General Requirements shall govern the WORK under this section. 1.2 WORK INCLUDED A. The work shall consist of furnishing all materials, labor and equipment for excavation, trenching and backfilling for utilities. "Utilities" shall include storm water drains, culverts, water mains, gravity sewers, sewage force mains and appurtenant structures. 1.3 RELATED WORK A. 02200 – Earthwork. PART 2 PRODUCT (NOT APPLICABLE) PART 3 EXECUTION 3.1 EXCAVATION A. General: This work shall consist of the excavation of whatever substances shall be encountered to the depths as shown on the plans. Excavated materials not required for fill or backfill shall be removed from the work site as directed by the CITY and shall be considered to be a part of the bid price of the utility pipe for which excavation and backfill is required. B. Excavation for structures and other accessories shall have a minimum clearance of twelve inches and a maximum clearance of twenty-four inches on all sides. C. Excavation shall not be carried below the required depths as indicated by the plans. Excess excavation below the required level shall be backfilled at the DBF's expense with sharp sand, gravel or other suitable material thoroughly compacted and approved by the CITY. D. Any unstable soil shall be removed and shall be replaced by material acceptable to the CITY. The removal and replacement of such unstable soil shall be considered to be part of the bid price of the pipe for which excavation and backfill is required. E. Water shall not be permitted to accumulate in the excavated area. It shall be removed by pumping or other means as approved by the CITY. The removal of water shall be considered to be a part of the bid price of the pipe for which excavation and backfill is required. F. Well points, pumps or other approved means shall be used to keep the ground water sufficiently low in the opinion of the CITY to permit the placing of concrete, masonry, or pipe in first class condition, and sufficiently long thereafter to protect the concrete, masonry or joints against washing or damage. G. The DBF shall also use such other means as may be necessary to keep the excavation in satisfactory condition for the construction of the work, and the use of well points, or other approved method, will not relieve the DBF of DBF’S responsibility to make structures watertight. . Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F SECTION 02221 EXCAVATION AND BACKFILLING UTILITIES H. Banks and trenches shall be vertical unless shown otherwise on plans. The width of the trench shall be no less than 24 inch plus the diameter of the pipe, or as approved by the CITY. Bell holes shall be accurately excavated by hand. I. If the bottom of the trench is rock, the excavation shall be carried eight inches below the invert of the pipe and backfilled with thoroughly compacted sharp sand, gravel or other suitable material approved by the CITY. J. See Section 02200 Part 3.08 for specifications on Rock Excavation. K. Whenever it is necessary, in the interest of safety, to brace or shore the sides of the trench, such bracing or shoring shall be considered to be part of the bid price of the pipe for which excavation and backfill is required. L. The DBF shall furnish, put in place, and maintain such sheeting, bracing, as may be required to support the side of the excavation, and to prevent any movement which can in any way damage the work or endanger adjacent structures. If the CITY is of the opinion that supports are insufficient, the CITY may order additional supports. The compliance with such order shall not release the DBF from DBF’S responsibility for the sufficiency of the sheeting. The DBF shall leave all sheeting in place. The CITY may require sheeting to be cut off at any specified elevation, but in no case will any sheeting be left closer than two (2) feet below the natural surface, nor cut off below the elevation of the top of the pipe. 3.2 BACKFILLING A. After pipes, structures and other appurtenances have been installed, the trench or opening shall be backfilled with material free from large stones or clods of a quality acceptable to the CITY. B. Backfill around the pipe and to a point twelve inches above the top of the pipe shall be placed in six-inch layers compacted with 20 pound hand tampers or mechanical tampers suitable for this purpose. Backfilling shall follow lying closely and shall not be more than one hundred (100) feet behind completed lying. Backfill over pipe shall be carefully placed by experienced labor and thoroughly consolidated without shock to the pipe and carried up uniformly on both sides of the pipe. No backfilling with bulldozers will be permitted adjacent to pipeline. C. Within roadway rights-of-way, or within areas where pavements are to be constructed over the pipe, the remainder of the trench shall be placed in six-inch layers (compacted thickness) and shall be compacted to that as noted in Section 02200. DBF will be responsible for correcting settlement in all backfilled areas whether under the pavement or otherwise. D. In areas where no pavement is to be constructed, the backfill above the twelve- inch line above the pipe shall be compacted to firmness approximately equal to that of the soil adjacent to the pipe trench or to that as noted in Section 02200. Backfill below the 12-inch line shall be compacted in 6-inch layers (compacted thickness) and shall be compacted to 98% of maximum density as determined by AASHTO T-180. 3.3 EXPLOSIVES A. The use of explosives will not be permitted. See Section 02200 Part 3.08 Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F SECTION 02410 INSTALLATION OF PIPE BY DIRECTIONAL DRILL TECHNIQUE PART 1 GENERAL 1.1 RELATED DOCUMENTS A. All applicable provisions of the Bidding and Contract Requirements, and Division 1- General Requirements shall govern the WORK under this section. 1.2 WORK INCLUDED A. The DBF shall furnish all labor, materials, equipment and incidentals required to install pipe by the technique of inserting the pipe directly into a directional drilled opening; at the locations shown on the Drawings and as specified herein. B. All directional drill operations shall be performed in accordance with all requirements of the permitting agency and other agencies having jurisdiction over the work area. 1.3 RELATED WORK A. Division 2 as applicable. B. Section 02200 – Earthwork. C. Section 02221 Excavation and Backfilling for Utilities. D. Section 02510 Piping, General. E. Section 02641 Valves, General. F. Exhibit D Permit Conditions. G. Commercial Standards: ASTM F 1962 Maxi-Horizontal Directional Drilling ASTM F 2620 Heat Fusion Joining of Polyethylene Pipe and Fittings 1.4 GENERAL REQUIREMENTS A. Directional drilling and pipe installation shall be done only by an experienced, licensed contractor specializing in directional drilling technique and whose key personnel have at least five (5) years of experience in this work. Furthermore, the said contractor shall have had experience in directional drilling under Florida waterways and major roadways. B. The DBF shall visit the site and determine the proximity of structures on either side of the crossings. The DBF shall provide the OWNER with a drilling plan outlining procedures to prevent drilling fluid or the drilling process from adversely affecting these structures. C. Prior to pre-construction meeting DBF is to submit “Frac-Out Plan” (see Exhibit A) per State Water Quality Standards, pursuant to Rule 62-302, with details of the non-toxic florescent tracking dyes that the DBF will be using with the drilling lubricant as a monitoring method with the bentonite. D. Prior to the start of work, the DBF shall engage a Professional Engineer registered in the State of Florida to design a detailed plan of boring and receiving pits, including excavation, together with an outline of the methods to be used and a time schedule for directional drill operations. In addition, DBF shall identify an environmental scientist/biologist with experience in water quality monitoring and habitat protection to be used in the event of a frac-out near protected areas. E. Three workdays written notice prior to start of the actual work shall be given to the Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F SECTION 02410 INSTALLATION OF PIPE BY DIRECTIONAL DRILL TECHNIQUE OWNER. F. The DBF shall install, maintain, and leave in place any sheeting, underpinning, cribbing, and other related items (other than that required for the boring and receiving pits) to support any structure or facility affected by the boring operations. The CITY, depending upon existing conditions, may require that additional sheeting for the excavation be left in place. G. The DBF shall maintain traffic whenever possible during fusing and installation operations. Fusing and staging areas shall be carefully planned, and locations shall be approved b the CITY. H. The DBF shall assume all responsibility for the methods and means of construction, the stability and accuracy of the drilled and reamed hole and constructed pits, and all cost responsible for the safety of the pits and related structures, and personnel engaged in construction throughout the duration of work. I. All work under this specification affecting the right-of-way, or municipal facilities shall be carried out to the full satisfaction of the authorized representative. It is the DBF's responsibility to be fully informed of all requirements, and permit conditions as it pertains to the specific project and shall conduct all work accordingly. J. All equipment used by the DBF on OWNER's property and rights-of-way may be inspected by the OWNER or the OWNER's Representatives. K. The DBF shall be fully responsible for all damages arising from the failure of the DBF or Subcontractors to comply with the regulations and the requirements of these Specifications. L. The DBF's methods and schedule shall comply with the overall project requirements. The DBF shall be familiar with the work within the local subsurface conditions. The DBF's selection of inadequate, inappropriate, or inefficient equipment and methods will not be cause for adjustments to the Contract price or Contract time. M. The DBF shall be responsible for all clean-up of project site, debris, materials and equipment and shall clear the site of and dispose of them in accordance with Contract Documents. 1.5 SUBMITTALS A. The DBF shall submit for the OWNER's approval the qualifications of the directional drilling specialty provider indicating compliance with the following minimum experience criteria: 1. Descriptions of successfully completed similar projects using the guided directional drill technique, which shall include a listing of the following information. a. Project name and location b. Year of Project c. Owner/Client d. Client contact information e. Diameter and material of pipe f. Length of direction drilling installation g. Other information relevant to the successful completion of the project . Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F SECTION 02410 INSTALLATION OF PIPE BY DIRECTIONAL DRILL TECHNIQUE 2. Documentation of compliance with the following minimum standards: a. The directional drilling specialty provider shall be an experienced, licensed contractor specializing in guided directional drilling and whose key personnel assigned to this work shall have a minimum of five (5) years of related directional drilling experience. b. The directional drilling specialty provider shall have installed utilities under major roadways and waterways via directional drill technique. B. Two (2) weeks prior to the start of the directional drilling work, the DBF shall submit the directional drilling work plan for the OWNER's review. The work plan shall include the following information. 1. A plan showing details of the proposed method of construction, sequence of operations to be performed, number and size of construction crew, hours to be worked, pilot hole drilling procedure, reaming procedure, pullback procedure, method of monitoring the drilling head and method of verifying pipe location for as-built drawings. 2. A drilling fluid plan which details types of drilling fluids, including the of non- toxic fluorescent tracking dyes, cleaning and recycling equipment, estimated flow rates, and procedures for minimizing drilling fluid escape. 3. A plan in the event of drilling fluid escape including, but not limited to, stoppage of work, notification of applicable permitting authorities whose right- of-way is impacted by the escape of drilling fluid, procedure to confine drilling fluids/muds, and procedure for repair/plugging of fissures. See Dewatering Permit for requirements that will need to be met, at no additional cost to the OWNER, should fluid escape. 4. A plan and profile drawing showing the DBF's proposed pilot bore hole routing and location of other underground utilities. The plan drawing shall be at a 1 inch = 20-foot scale and the profile drawing at a 1 inch = 20 foot scale horizontal and 1 inch = 2 foot scale vertical. 5. A 1 inch = 20-foot scale drawing of the proposed setup of major equipment at the entry point and the proposed layout at the exit point. C. The DBF shall furnish shop drawings showing all fabrication and construction details for the directional drilled crossings. D. The DBF shall use dataloggers to record and monitor fusing of HDPE pipe. Upon completion of the fusing and prior to pulling the pipe, the DBF must provide the datalogger information to the Engineer for review. E. The DBF will be responsible for maintaining drilling logs that provide drill bit locations at least 30 feet along the drill path. In addition, logs will be kept that record the following on an hourly basis throughout each drill pass, back ream pass or pipe installation pass: 1. Drill fluid pressure 2. Drilling fluid flow rate 3. Drill thrust pressure 4. Drill pullback pressure 5. Drill head torque 6. Horizontal distance of drill head from entry point Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F SECTION 02410 INSTALLATION OF PIPE BY DIRECTIONAL DRILL TECHNIQUE F. Upon completion of the pilot hole phase of the operation, a complete set of as-built records showing the actual horizontal and vertical alignment of the pilot bore at intervals not exceeding 30 feet shall be submitted in duplicate to the CITY along with one electronic AutoCAD as-built drawing file. Contractor shall provide as-builts (mapping) of the installed pipe based on the tracking data generated by the guidance system used during installation. These records shall include copies of the plan drawing at a 1 inch = 20-foot scale, and a profile drawing at a 1 inch = 20 foot scale horizontal and a 1 inch = 2 foot scale vertical, as well as directional survey reports as recorded during the drilling operation. 1.6 SAFETY A. The DBF shall, at all times, conform to all applicable State and Federal regulations. B. DBF is to adhere to requirements of all permits. See Permit Conditions for permit requirements. C. Guided Directional Drilling Equipment machine safety requirements will include a common grounding system to prevent electrical shock in the event of high voltage underground cable strike. The grounding system will connect all pieces of interconnecting machinery: the drill, mud mixing system, drill power unit, drill rod trailer, operator's booth, worker grounding mats and any other interconnected equipment to a common ground. The drill will be equipped with an "electrical strike” audible and visual warning system that will notify the system operators of an electrical strike. D. Operators of the drill will wear electrical shock protection equipment and operate from common grounded mats as required. PART 2 PRODUCT 2.1 MATERIALS A. The carrier pipe shall conform to Section 02610; Piping, General. B. Equipment (graders, shovels, etc.) and materials (such as groundsheets, hay bales, booms, and absorbent pads) for cleanup and contingencies shall be provided in sufficient quantities by DBF and maintained at all sites for use in the event of inadvertent leaks, seeps or spills. C. Technical criteria for bentonite shall be as given in API Spec. 13A, Specification for Oil Well Drilling Fluids Material for freshwater drilling fluids. Any modification to the basis drilling fluid involving additives must describe the type of material to be used and be included in DBF's drilling plan presented to OWNER. The OWNER retains the right to sample and monitor the waste drilling mud, cuttings and water. 2.2 HDPE PIPELINE IDENTIFICATION A. All polyethylene pipe shall be black, and shall contain a continuous colored stripe, 2 inches wide, at three separate locations along the length of the pipe. Stripe color shall be: 1. Potable Water Mains - blue stripe 2. Reclaimed Water Mains - purple stripe 3. Force Mains - green stripe 4. Sanitary Sewer - green stripe . Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F SECTION 02410 INSTALLATION OF PIPE BY DIRECTIONAL DRILL TECHNIQUE 5. Storm Sewer - no stripes required PART 3 EXECUTION 3.1 DIRECTIONAL DRILLING OPERATION A. The DBF shall provide all material, equipment, and facilities required for directional drilling. Proper alignment and elevation of the opening shall be consistently maintained throughout the directional drilling operation. Entrance and exit angles for the drill are at the DBF's discretion such that the elevation profile maintains adequate ground cover to reasonably precaution against hydraulic fractures with the drilling fluid and maintain the minimum cover shown in the Drawings and specified herein. B. DBF shall carefully plan the drill path and ensure all existing utilities are identified. Accuracy of the drill path is a priority. DBF shall only use a wireline locating system or a gyro-based locating system for the tracking, steering and guidance of the directional bore. DBF shall monitor and record the bore location during installation to ensure accuracy of the drill path. The position of the drill string shall be monitored by the DBF and recorded every 30 feet. Information of the bore path may be requested by the OWNER and ENGINEER at any time. The profile and alignment defined on the construction drawings for the bores define the minimum depth and radius of curvature. At no point in the drilled profile shall the radius of curvature of the bore be less than the minimum defined by the pipe manufacturer with a 10% factor of safety. The DBF shall maintain and provide to the OWNER, upon request, the data generated by the downhole survey tools in a form suitable for independent calculation of the pilot hole profile. C. Boring pits shall be shored with sheeting, or such other materials as required. Sheeting shall be driven to a sufficient depth below the invert of the carrier pipe to resist any pressure developed by the soil outside the boring pit. Sheeting when used shall terminate not less than 3 feet 6 inches above existing grade. D. At the completion of the direction drilling operations, the DBF will be required to remove all sheeting in place. If steel sheeting is used, it may be removed after installation of the carrier pipe in the bore hole, but prior to installation of the joining carrier pipe. However, should damage to the roadway, pipeline or any other adjacent structure occur, the DBF shall leave all remaining sheeting in place and redrive and leave in place any sheeting which is required to stabilize the site and prevent additional damage from occurring. The top of all sheeting left in place shall be cut off 36 inches below finished grade. E. Bentonite or other stabilizing gels shall be used to prevent calving of the unsupported bore hole. 3.2 DRILLING FLUIDS AND CUTTINGS A. To the extent practical, the DBF shall maintain a closed loop drilling fluid system and utilize drilling tools and procedures which will minimize the discharge of any drilling fluids. B. DBF shall have divers present during the drilling operations in order to respond to potential frac-out release. C. The Guided Horizontal Direction Drilling operation is to be operated in a manner to Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F SECTION 02410 INSTALLATION OF PIPE BY DIRECTIONAL DRILL TECHNIQUE eliminate the discharge of water, drilling mud and cuttings to the canal or land areas involved during the construction process. The DBF shall provide equipment and procedures to maximize the recirculation or reuse of drilling mud to minimize waste. All excavated pits used in the drilling operation shall be lined by DBF with heavy duty plastic sheeting with sealed joints to prevent the migration of drilling fluids and/or ground water. D. Pits constructed at the entry or exit point area shall be so constructed to completely contain the drill fluid and prevent its escape to the surrounding land or canal. E. Waste cuttings and drilling mud shall be processed through a solids control plant comprised as a minimum of stumps, pumps, tanks, distiller/desander, centrifuges, material handlers, and haulers all in a quantity sufficient to perform the cleaning/separating operation without interference with the drilling program. The cuttings and excess drilling fluids shall be dewatered and dried by DBF to the extent necessary for disposal, and disposal in offsite landfills at the DBF's expense. Water from the dewatering process shall be treated by DBF to meet permit requirements and disposed of locally. The cuttings and water for disposal are subject to being sampled and tested. The construction site and adjacent areas will be checked frequently for signs of unplanned leaks or seeps. F. All drilling mud shall be removed from the entry and exit area soils such that water will percolate. All disturbed areas shall be restored to original conditions. 3.3 INSTALLING PIPE A. The pipe installed within the boring shall be in full conformity with these Specifications and as shown on the Drawings. The pipe shall be installed, as to a reasonable directional drilling ability, to the exact lines grades required after having been satisfactorily approved by the CITY from the directional drillers expected drill path plan and profile sheets provided in Section 1.5. B. The type and size of the pilot string cutting head shall be at the DBF's discretion. The type and outside diameter of the drill pipe to be used in the pilot string shall also be at the DBF's discretion. C. A minimum depth requirement of 10 feet below the existing crossing bottoms shall be maintained, depths deeper than 10 feet shall be acceptable. Lateral positioning at exit shall be no further than 5 feet left or right of planned centerline, and horizontal positioning shall be no further than 5 feet short or long of proposed exit location. Entry and exit locations, as well as intermediate centerline stationing, shall be staked by the DBF. D. Upon approval of the pilot hole location by the CITY, the hole opening or enlarging phase of the installation shall begin. The type of hole opener or back reamer to be utilized in this phase shall be determined by the types of subsurface soil conditions that have been encountered during the pilot hole drilling operation. The reamer type shall be at the DBF's discretion. E. The open borehole may be stabilized by means of bentonite drilling slurry being pumped through the inside diameter of the drill pipe and through opening in the reamer. The slurry will also serve as an agent to carry the loose cutting to the surface through the annulus of the borehole. These cuttings and bentonite slurry are to be contained at the exit or entry side of the directional bore in pits or holding . Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F SECTION 02410 INSTALLATION OF PIPE BY DIRECTIONAL DRILL TECHNIQUE tanks. The slurry may be recycled at this time for reuse in the hole opening operation, or it shall be hauled by the DBF to an approved dump site and properly disposed. F. Each length of pipe shall be inspected and cleaned as necessary to be free of debris immediately prior to joining. G. A complete list of all drilling fluid additives and mixtures to be used in the directional operation will be submitted to the CITY, along with their respective Material Safety Data Sheets. All drilling fluids and loose cuttings shall be contained in pits or holding tanks for recycling or disposal, no fluids shall be allowed to enter any unapproved areas or natural waterways. Upon completion of the directional drill project, drilling fluid shall be disposed of by the DBF at an approved dump site. H. A "weak-link or breakaway device shall be used at the leading end of the pipe to protect the pipe from excessive pulling loads. The breakaway strength of this device shall be set at or below the allowable tensile load of the pipe. I. High Density Polyethene (HDPE) pipe shall not be placed in direct sunlight immediately prior to installation. J. HDPE pipe shall have the beads removed from the interior of the fused joints. K. A sufficient length of HDPE pipe shall be pulled past the exit point and left before the entry point to allow for relaxation. L. HDPE pipe shall have mechanical joint adapters to connect to the pipe on either side of the directional drills. Mechanical joint adapter used is to match HDPE pipe manufacturer requirements for connection to ductile iron pipe. M. HDPE shall have sufficient time for relaxation before connecting to the pipe on either side of the direction drill. 3.4 FUSING OF HDPE PIPE A. Standard practice for HDPE fusion shall follow the recommendations from the latest revision of ASTM 2620, ISO 21307 or industry standard international practices. B. DBF to handle pipe and fusing operations with care. Fuse joints must be protected from rain, water and dust during fusing operations until the joint has cooled down. C. DBF must use data loggers to monitor fusing and provide fusing data results to ENGINEER prior to pulling or installation of the pipe. D. Fusing beads must be inspected and shall show a clean fuse and be visually acceptable as required by ASTM 2620. 3.5 EXISTING UTILITIES A. The Drawings show existing buried utilities that are believed to be near the directional drill alignment. There is no guarantee that these utilities are located as shown or that other utilities may be present. It is the DBF's responsibility to locate all utilities or other subsurface obstructions that may interfere with the work. B. Utility lines and structures indicated on the Drawings which are to remain in service shall be protected by the DBF from any damage as a result of the operations. Where utility lines or structures not shown on the drawings are encountered, the DBF shall report them to the OWNER before proceeding with the Work. The DBF shall bear the cost of repair or replacement of any utility lines or structures which Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F SECTION 02410 INSTALLATION OF PIPE BY DIRECTIONAL DRILL TECHNIQUE are broken or damaged by the DBF's operations. C. All utilities in close proximity to the drill pilot bore, back ream or carrier pipe installation must be exposed through a "pot-hole" or other opening, in accordance with state utility locate laws and regulations, to ensure, through visual inspection, that the drill, reamer or pipe has caused no damage to the utility and maintains adequate clearance. 3.6 TESTING A. DBF is required to perform a pressure test prior to installation of pipe. A leakage test in accordance with Contract Documents shall also be performed post pulling. All leakage tests shall be completed and approved prior to placing of permanent resurfacing. When leakage exceeds the amount allowed by the Specifications, the DBF, at its expense, shall locate the leaks and make the necessary repairs or replacements in accordance with the Specifications to reduce the leakage to the specified limits. Any individually detectable leaks shall be repaired, regardless of the results of the tests. B. Leakage Tests: The leakage testing shall be as follows: 1. All PVC and DIP pressure test (force mains and water mains): pressure mains shall be hydrostatically pressure tested for a period of not less than 2 hours at 150 PSI with an allowable leakage not to exceed the formula: SD(P)1⁄2 L = 148,000 L = Allowable leakage in gallons per hour S = Length of pipe in feet D = Nominal diameter of pipe inches P = average test pressure during test in pounds per square inch All testing is to be in accordance with AWWA C605. C. HDPE pressure test shall be comprised of two phases as follows: 1. Pre-pressure Testing Phase a. Safety precautions shall follow ASTM F2164. b. Fill the test section slowly. Purge all air. Take all appropriate precaution to ensure that no air is trapped in the test section. Use air release valves or corporation stops to allow bleeding of trapped air, prior to beginning the test. Allow the test section and the test liquid to equalize to a common temperature. 2. Initial Expansion Phase (4 hours) a. When the test section is completely filled and purged of air, gradually increase pressure in the test section to the required maximum pressure as determined by ENGINEER. b. Add make-up water as necessary to maintain maximum test pressure for a minimum of 4 hours. c. If test pressure cannot be attained, or if it takes an unreasonable long time to reach test pressure, there may be faults such as excessive leakage, entrapped air, or open valves, or the pressurizing equipment . Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F SECTION 02410 INSTALLATION OF PIPE BY DIRECTIONAL DRILL TECHNIQUE may be inadequate for the size of the test section. If such faults, exist, discontinue pressurizing, and correct them before continuing. 3. Test Phase (1 hour) a. Reduce the pressure by 10 psi and monitor pressure for 1 hour. Do not increase pressure or add make-up water. b. If no visual leakage is observed and pressure during the test phase remains steady, within +/- 5 psi, for the 1-hour test period, a passing test is indicated. c. If retesting is necessary, depressurize the test section and correct any faults or leaks in the test section. Do not attempt to correct faults or Dix leaks while the test section is under pressure. d. The rime required to pressurize, stabilize, hold test pressure, and depressurize should not exceed 8 hours. If re-testing is necessary: the test section should be depressurized for 8 hours prior to retesting. 3.7 COMPLETION OF DIRECTIONAL DRILLING A. Completion and successful testing of the approved pipe will entitle the DBF to full payment of the applicable amounts in the Contract. In the event of failure to install the directional drilled pipelines, the DBF shall retain possession of any DBF-supplied pipe and remove it from the site. The bore holes shall be completely filled with grout to prevent future problems. If the pipe cannot be removed from the bore hole, it shall be cut off five feet below ground and the pipe and annular space shall be grouted. END OF SECTION 02410 Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F SECTION 02510 CONCRETE SIDEWALK PART 1 GENERAL 1.1 RELATED DOCUMENTS A. All applicable provisions of the Bidding and Contract Requirements, and Division 1- General Requirements shall govern the WORK under this section. 1.2 WORK INCLUDED A. The work specified in this Section consists of the construction of concrete sidewalk in accordance with these Specifications and in conformity with the lines, grades, dimensions and notes shown on the plans. 1.3 RELATED WORK A. Section 02200 – Earthwork. B. Section 02110 - Clearing. C. Section 03010 - Concrete. D. Section 03300 - Cast-In-Place Concrete. E. Section 03370 - Concrete Curing. PART 2 PRODUCTS 2.1 CONCRETE A. Concrete shall be Class I Concrete, with a minimum compressive strength of 3,000 psi in accordance with Section 345, Florida Department of Transportation Standard Specifications for Road and Bridge Construction. 2.2 FORMS A. Forms for this work shall be made of either wood or metal and shall have a depth equal to the plan dimensions for the depth of concrete being deposited against them. They shall be straight, free from warp or bends, and of sufficient strength when staked, to resist the lateral pressure of the concrete without displacement from lines and grade. Forms shall be cleaned each time they are used and shall be oiled prior to placing the concrete. 2.3 SUBGRADE AND GRADING A. Excavation shall be made to the required depth, and the foundation material upon which the sidewalk is to be set shall be compacted to a firm, even surface, true to grade and cross-section, and shall be moist at the time that the concrete is placed. Subgrade shall be compacted to an LBR of 40. 2.4 JOINTS A. Contraction joints may be of the open type or may be sawed. Staking a metal bulkhead in place and depositing the concrete on both sides shall form open type contraction joints. After the concrete has set sufficiently to preserve the width and shape of the joint, tbulkhead shall be removed. After the sidewalk has been finished over the joint, the slot shall be edged with a tool having a 1/2-inch radius. B. If the DBF elects to saw the contraction joints, a slot approximately 1/8-inch-wide . Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F SECTION 02510 CONCRETE SIDEWALK and not less than 1-1/2 inches deep shall be cut with a concrete saw after the concrete has set, and within the following periods of time: C. Contraction joints shall be constructed at not more than 20-foot intervals and shall be in place within 12 hours after finishing. PART 3 EXECUTION 3.1 PLACING A. The concrete shall be placed in the forms to the required depth and shall be vibrated and spaded until mortar entirely covers its surface. 3.2 FINISHING A. Screeding: The concrete shall be struck-off by means of a wood screed, used perpendicular to the forms, and floated in order to obtain the required grade and remove surplus water and laitance. B. Surface requirements: The concrete shall be given a broom finish. The surface variations shall not be more than 1/4 inch under a ten-foot straightedge, nor more than 1/8 inch on a five-foot transverse section. The exposed edge of the slab shall be carefully finished with an edging tool having a radius of 1-1/2 inch. 3.3 CURING A. The concrete shall be continuously cured for a period of at least 72 hours. Curing shall be commenced after finishing has been completed and as soon as the concrete has hardened sufficiently, to permit application of the curing material without marring the surface. B. Wet burlap, white-pigmented curing compound, waterproof paper or polyethylene sheets may be used for the curing of grey concrete only. 3.4 COLORED CONCRETE (NOT USED) A. Colored – Conditioned Concrete shall be placed, finished, and cured in strict accordance with applicable requirements of this Section and Sections 03010, 03370, and the requirements of the chosen manufacturer. END OF SECTION 02510 Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F SECTION 02513 ASPHALTIC CONRETE PAVING - GENERAL PART 1 GENERAL 1.1 RELATED DOCUMENTS A. All applicable provisions of the Bidding and Contract Requirements, and Division 1- General Requirements shall govern the WORK under this section. 1.2 WORK INCLUDED A. This section of the specifications covers the control and general conduct of asphalt paving construction for roads, parking, walks and court areas. B. All work within the right-of-way shall be constructed using materials and methods in accordance with the drawings, City of Fort Lauderdale Public Works Standard Details. C. Provide all labor, materials, necessary equipment, and services to complete the Asphaltic Concrete Paving work, as indicated on the drawings, as specified herein or both, except as for items specifically indicated as "NIC ITEMS". D. Including, but not necessarily limited to the following: 1. Preparation of subgrade. 2. Installation and compaction of base course. 3. Spreading of asphalt surface course. 1.3 RELATED WORK A. Section 02200 – Earthwork. 1.4 TRAFFIC CONTROL A. The DBF shall provide and maintain access to and from all properties along the line of DBF’S work. The DBF shall also provide temporary bypasses and maintain them in a safe and usable condition whenever the public cannot do detouring of traffic to parallel routes without hardship or excessive increases in travel. 1.5 SPECIAL SUBGRADE CONDITIONS A. When special subgrade conditions are encountered for which these "Asphaltic Concrete Paving Specifications" are not applicable, portions of these specifications shall be deleted or revised to provide a properly finished paved surface. A requested revision or deletion of the specifications shall be accompanied with reports and laboratory tests on existing field conditions. Any change from these "Asphaltic Concrete Paving Specifications" shall be approved by the CITY and shall be in effect only for a specified area or paving project. 1.6 QUALITY ASSURANCE A. D.O.T. Standard Specifications. 1. Work and materials shall conform to all applicable requirements of Florida Department of Transportation "Standard Specifications for Road and Bridge Construction – Latest Edition" (referred to herein as D.O.T.). B. American Society for Testing and Materials. 1. ASTM 3515-80 "Standard Specification for Hot-Mixed, Job Laid, Bituminous Paving mixtures." . Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F SECTION 02513 ASPHALTIC CONRETE PAVING - GENERAL 1.7 SUBMITTALS A. Provide copies of materials, notarized certificates of compliance signed by material producer and DBF, certifying that each material item complies with, or exceeds, specified requirements. 1.8 JOB CONDITIONS A. Apply prime and tack coats when ambient temperature is above 50 degrees, and when temperature has not been below 35 degrees for 12 hours immediately prior to application. Do not apply when base is wet or contains an excess of moisture. B. Construct asphalt concrete surface course only when atmospheric temperature is above 40 degrees, and when base is dry. Base course may be placed when air temperature is above 30 degrees and rising. 1.9 LOCATIONS, LAYOUT AND GRADES A. Locate and layout paved areas and right-of-ways with reference to benchmarks, property lines or buildings according to the drawings and as accepted by the CITY. B. Determine locations of paved edges and right-of-way line from surveyor's permanent reference monuments and information on the drawings. C. Where permanent reference monuments are not available, obtain proper line locations from authorities having jurisdiction. D. Establish and maintain required lines and elevations. PART 2 PRODUCTS 2.1 FILL A. All fill shall be clean rock and sand (maximum rock size = 1 inch). B. Fill shall be compacted thoroughly as per Section 02200 - Earthwork. 2.2 LIMEROCK A. Limerock shall be obtained from pits for which all overburden has been removed previous to blasting and shall show no tendency to air slake and must undergo the following chemical requirements. Percent Carbonates of Calcium Min. 70.0 (Miami Limerock) and Magnesium 95.0 (Ocala Limerock) Oxides of Iron and Aluminum Max. 2.0 Organic Matter Max. 0.5 1. Any constituents of other than those listed above shall be silica or inert material. 2. The material shall be crushed to such size that not less than 97% shall pass a 3-1/2 inch sieve and it shall be graded uniformly down to dust. All fine material shall consist entirely of dust of fracture. 3. Limerock from on-site may be used if the material meets the requirements of this section of the specifications. B. All limerock shall comply with requirements set forth under D.O.T. Section 911. Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F SECTION 02513 ASPHALTIC CONRETE PAVING - GENERAL C. Equipment: The equipment for constructing the rock base shall be in first class working condition and shall include: 1. Three-wheel roller weighing not less than ten tons. 2. Self-propelled blade grader weighing not less than three tons. The wheelbase shall be not less than fifteen feet and blade length not less than ten feet. 3. Scarifiers shall have teeth space not to exceed 4-1/2 inches. a. Provision for furnishing water at the construction site by tank or hose at a rate not less than 50 gallons per minute. 2.3 PRIME COAT A. Prime coat shall be Grade RC-70, cut-back asphalt, D.O.T. Section 916-2. B. Prime coat shall have full compatibility with surface treatment asphalt. C. The bituminous material shall conform to the requirements of the Florida Department of Transportation Standard Specifications for Road and Bridge Construction, Section 300- 2. D. The sand for cover shall be clean dry sand. 2.4 TANK COAT A. The bituminous material to be used for the tack coat shall conform to the requirements of the Florida Department of Transportation Standard Specifications for Road and Bridge Construction, Section 300-2. 2.5 ASPHALT A. The asphaltic concrete surface course shall be in accordance with the City of Fort Lauderdale, Florida Department of Transportation Standard Specifications for Friction Course, Superpave, Type S-1 and Type S-3, Asphaltic Concrete Surface Course. B. Pavement within public road right-of-way, which has been disturbed by this construction, shall be replaced with the same type and thickness to match the existing pavement section. C. General composition of mixtures: 1. The aggregate in the asphaltic concrete shall be crushed stone and manufactured sand screening of natural sand or combination of both when necessary to meet requirements of composition of mix. All aggregate shall have a Los Angeles abrasion loss of less than 40%. 2. The mineral aggregate shall be so graded, and the prescribed constituents, prepared as hereinafter set out, shall be combined in such proportions as to produce a mixture conforming to the following general composition limits by weight: . Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F SECTION 02513 ASPHALTIC CONRETE PAVING - GENERAL Constituent Passing Sieve S-1 Percent by Weight S-3 Percent by Weight Coarse Aggregate 3/4" 1/2" 3/8” No.4 100 80-100 75-93 47-75 100 100 88-100 60-90 Total Coarse Aggregate No.10 31-53 40-70 Fine Aggregate No.40 No.80 19-35 7-21 20-45 10-30 Filler No.200 2-6 2-6 Constituent Percent by Weight Percent by Weight Total Fine Aggregate and Filler No. 10 100 100 Total Mineral Aggregate 100 100 Total Mix 100 100 Asphalt Cement 5-9* (Bitumen) Total Mix 100 *For highly absorptive aggregates the upper limit may be raised. 2.6 SEAL COATING A. Homogeneous mixture of emulsified coal tar pitch, asbestos, sand and other inert fillers. It shall be easily remixed if settlement occurs in storage (except in the case of freezing). It shall be capable of application and complete coverage by rubber squeegee, brush, or approved mechanical method, to the surface of bituminous pavements at the spreading rate of point two (.2) to point three (.3) gallons per square yard in two (2) coats. B. Approved product: "TARFEX" manufactured by Bitucote Products Co. or approved equal. PART 3 EXECUTION 3.1 BARRICADES A. Provide substantial temporary barricades around all areas of operation and maintain until work under this section is completed and approved. B. Install temporary traffic markers, signals, and signs as per the City of Fort Lauderdale requirements for: 1. Eliminate potentially hazardous conditions. 2. Maintain adequate traffic patterns free of conflict with work under this Contract. 3.2 PREPARATION OF SUBGRADE Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F SECTION 02513 ASPHALTIC CONRETE PAVING - GENERAL A. This work consists of bringing the bottom of excavations and top of embankments of the roadway between the outer limits of the shoulders or base course to a surface conforming to the grades, lines, and cross sections shown on the plans. The subgrade shall be of uniform density ready to receive the rock base of the paving course. B. All soft and yielding material and other portions of the subgrade which will not compact readily shall be removed and replaced with suitable material and the entire subgrade brought to line and grade to provide a foundation of uniform compaction and supporting power. C. Stumps, roots, and other deleterious organic matter encountered in the preparation of the subgrade shall be removed. D. Where fills are required on areas covered or partly covered by existing paving, the entire area of such existing paving shall be scarified to a depth of at least six inches, and the scarified material spread evenly over the area to be filled to a width not less than that of the proposed paving. E. Material for fills shall consist of sand or other suitable material approved by the CITY free from stumps, roots, brushes, and other deleterious organic matter. F. Where fill is more than one foot (1 foot) in depth, the backfill material above the ground water table shall be compacted on one (8 inch) depth lift. Each individual layer of fill under the rock base shall have a density as specified in Section 02200, Paragraph 3.14.I. unless shown otherwise on the plans. Each individual layer of fill under the shoulder area shall have a density as specified in Section 02200, Paragraph 3.14.I., unless shown otherwise on the plans. G. The bottom of all excavated areas and the top of all fills where rock base is to be constructed shall be thoroughly compacted by rolling. Water shall be used to insure thorough compaction. The stability of the top 12 inch thickness of the subgrade immediately under the base, for the full base width plus six (6) inches on each side, shall be at least LBR 40 as determined by AASHTO T-180. H. Bring subgrade, which has been properly filled and shaped to a firm unyielding surface, by rolling an entire area with an approved vibratory power roller weighing a minimum of 10 tons. 1. Thoroughly compact area inaccessible to the roller with approved hand tamper. 2. Apply water sufficiently to compact the subgrade where the subgrade is of a dry, sandy nature and cannot be rolled. I. The subgrade shall be maintained free from ruts, depressions or other irregularities until rock base material is spread. J. For all roads and streets other than state highways, the stabilized subgrade shall have a minimum Limerock Bearing Ratio (LBR) of 40, unless otherwise noted on the plans. K. Where the bearing value of the existing subgrade is adequate without addition of stabilizing material, the subgrade shall be scarified and disked, harrowed, bladed or tilled for removal of boulders, roots, etc. to assure uniformity and thorough mixing of material to the full width and depth of required stabilization. The compacted subgrade shall conform to the lines, grades and cross-section shown . Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F SECTION 02513 ASPHALTIC CONRETE PAVING - GENERAL on the plans. L. Test subgrade for crown and elevation after preparation and immediately before base of paving course is laid. 1. Remove or add material and compact to bring to a correct elevation and uniform bearing if the subgrade is found not to be at the specified elevation at all points. 2. Adjust the MAS rims, catch basin frames and valve boxes where necessary to match proposed finish grade. 3.3 CONSTRUCTION OF BASE COURSE A. This work consists of construction of lime rock base course for the asphaltic concrete wearing surface. The base course shall be constructed on the prepared subgrade with eight (8) inch thick limerock bases constructed in two four-inch lifts as shown on the drawings. Twelve (12) inch thick limerock bases shall be constructed in two six-inch lifts. The limerock base shall be a minimum LBR of 100 and shall extend six (6) inches beyond the edge of the asphaltic concrete on each side. B. Spreading Rock: The rock shall be transported to the points where it is to be used over rock previously placed, and dumped on the end of the preceding spread. It shall then be spread uniformly with hand tools, or mechanical equipment. In no case shall rock be dumped directly on the subgrade. No hauling shall be done over the subgrade. C. Compacting Rock 1. Following spreading, the rock shall be rolled with a three-wheel roller weighing not less than ten tons, water being added as required, until the entire depth of base is compacted into a dense unyielding mass. 2. No greater area of rock base shall be placed during any one day than that which can be rolled and compacted on the same day. D. Finishing Base 1. After watering and rolling, the entire surface shall be thoroughly scarified to a depth not less than four inches (4") and shaped to exact crown and cross section, re-watered and again thoroughly rolled. Rolling shall continue until the entire depth of base is bonded and compacted into a dense, unyielding mass, true to grade and cross section. a. Any irregularities, which may develop in the surface during such finishing, shall be corrected by the removal or addition of rock as the case may be. b. If at any time the subgrade material becomes churned up and mixed with the base rock, the DBF shall dig out and remove the mixture, reshape and compact the subgrade and replace the materials removed with clean rock which shall be watered and rolled until satisfactorily compacted. c. Where cracks or checks appear in the base either before or after priming, which in the opinion of the CITY would impair the structural efficiency of the base course, the DBF shall remove such cracks or checks by re- Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F SECTION 02513 ASPHALTIC CONRETE PAVING - GENERAL scarifying, reshaping, watering, rolling and adding rock where necessary. d. During final compacting operations, if grading of any areas is necessary to obtain the true grade and cross section, the compacting operations for such areas shall be completed prior to making the density tests on the finished base. E. Inferior Rock: If in the opinion of the CITY at any time during the progress of the work, rock of inferior quality is being delivered to the construction site, a laboratory analysis of the rock shall be made. Should the results of such tests indicate that the rock does not conform to specifications, the DBF shall, at DBF’s own expense, remove such inferior material from the area indicated and deliver and spread satisfactory rock on said area. F. Testing Surface: The finished surface of the rock base shall be true to the required cross section. Any irregularities in the grade greater than 1/4 inch, as determined by placing a ten-foot straight edge parallel with the centerline, shall be corrected by scarifying to a depth of three inches (3"), removing or adding rock as may be required and again watering, rolling, and compacting the scarified area. In testing the surface for irregularities, the measurements under the straight edge shall not be taken in small holes caused by individual pieces of rock having been pulled out by the road grader. G. Thickness Determination: Thickness of the base shall be measured by intervals as required by the CITY. Measurements shall be taken at various points on the cross section. The measurements shall be taken in holes through the base of not less than three inches (3") in diameter. Where the base is more than 1/2 inch less than the required compacted thickness, the DBF shall correct such areas by scarifying and adding rock. The affected areas shall then be watered, rolled and brought to a satisfactory state of completion, and of required thickness and cross section. H. Density: An average required density shall be as specified in Section 02200, Paragraph 3.14.I at intervals acceptable to the OWNER. No section of base shall be accepted when more than 10% of tests fall below 98% of maximum density and in no case shall a density of less than 96% of maximum be accepted. I. Testing: The DBF shall coordinate with CITY for all testing. All tests shall be made in accordance with AASHTO, T-180 for each class of material in the subgrade and base. 1. In place density tests in accordance with AASHTO T-147 shall be made in the locations shown on the plans. Two copies of the test reports will be sent directly to the CITY for evaluation. 2. Any material, which fails to meet these specifications, shall be removed, replaced, and retested, all at the DBF's expense. 3. Tests shall be taken at least every 1,000 square yards and taken at locations and lifts as directed by the CITY. 3.4 PRIME COAT FOR BASE COURSE A. Cleaning the prepared base: . Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F SECTION 02513 ASPHALTIC CONRETE PAVING - GENERAL 1. Before any bituminous material is applied, all loose material: dust, dirt, caked clay and foreign matter which might prevent proper bond with the existing surface shall be moved to the shoulders, to the full width of the treatment, by means of revolving brooms or approved mechanical sweepers and by mechanical blowers, of approved types, supplemented by hand sweeping. Dust and other loose materials not removed by mechanical means shall be removed with hand brooms. Particular care shall be taken to clean the outer edges of the strip to be treated in order to ensure that the prime coat will adhere. Sweeping and blowing shall be continued until all the loose dust and dirt is removed from the surfaces. 2. Application of bituminous material shall be made during the same day surface has been swept and as soon as practical thereafter. B. Application for prime coat: 1. The bituminous material shall be applied to the clean dry surface of the rock base at such temperature as will insure uniform distribution. The amount applied will be at the rate of approximately 0.10 to 0.20 gallons per square yard of base area. The application shall be made by means of self-propelled pressure distributor operating under a pressure not less than 20 pounds per square inch. Application of bituminous material shall be made on only one- half of the width of base at one time. 2. The primed base shall then be covered with a uniform layer of clean sand and kept thoroughly and uniformly covered by additional sand or sweeping until it shows no signs of picking up under traffic. For a period of one week after priming, the DBF shall again broom any area where insufficient cover sand or excess of bituminous material causes "bleeding" and, if necessary, spread additional sand on such area. C. Prime coat finish: After prime has cured or sat and been sanded, the shoulder shall be shaped to conform to all grade lines and cross sections and the entire area shall be rolled and compacted with a rubber-tired roller or a power roller before asphalt surface is laid on the finished base. 3.5 BITUMINOUS TACK COAT A. Before applying any bituminous material, all loose material: dust, dirt and foreign material, which might prevent proper bond with the existing surface, shall be removed for the full width of the application. B. Application for tack coat: 1. The surface to receive the tack coat shall be clean and dry. The tack coat shall be clean and dry. The tack coat shall be applied with a pressure distributor except that on small jobs, if approved by the CITY, the application may be made by other approved mechanical methods or by hand methods. The pressure distributor shall operate at a pressure not less than 20 pounds per square inch and at a consistency such that it can be properly pumped and sprayed uniformly over the surface. 2. The bituminous material shall be applied in a thin uniform layer. The rate of application shall be between 0.02 and 0.10 gallon per square yard. The tack coat shall be applied sufficiently in advance of the laying of the wearing Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F SECTION 02513 ASPHALTIC CONRETE PAVING - GENERAL surface to permit drying but shall not be applied so far in advance that it might lose adhesiveness as a result of being covered with dust or other foreign material. The tack coat surface shall be kept free from traffic until the wearing surface is laid. 3.6 ASPHALTIC CONCRETE WEARING SURFACE COURSE A. Cleaning and preparing base: 1. Prior to the laying of the asphaltic concrete, the base of pavement to be covered shall be cleaned of all loose deleterious material by the use of power brooms or blowers. A tack coat shall be applied on all pavements. The tack coat shall not be applied so far in advance of laying operations as to allow shifting and sand or weather conditions to nullify its effectiveness. 2. After the surface has been thoroughly cleaned, all holes shall be filled with asphaltic concrete, if necessary, and thoroughly compacted to conform to the existing surface and to form a smooth surface. B. Placing asphaltic concrete: The asphaltic concrete surface course shall be applied after the tack coat after a reasonable permitted time for drying but not to an extent that the tack coat is allowed to lose its adhesiveness. 1. Machine spreading: Upon arrival the mixture shall be dumped into the approved mechanical spreader and immediately spread and struck off to the full width required and to the appropriate loose depth for each successive course that when the work is completed the required weight of the mixture per square yard or the specified thickness will be secured. An excessive amount of mixture shall be carried ahead of the screen at all times. Hand raking shall be done behind the machine as required. 2. Hand spreading: In limited areas, where, on account of irregularities or unavoidable obstacles, the use of mechanical spreading and finishing equipment is impractical, the mixture may be spread by hand, when so authorized by the CITY. 3. The mixture shall be laid only when the surface to be covered is dry and only when weather conditions are suitable. 4. All structures which will be in actual contact with asphaltic mixture, including the face or surface of curbs or gutters and the vertical faces of existing pavements, shall be painted with a uniform coating of asphalt material to provide a closely bonded, watertight joint. 5. Where necessary, due to the traffic requirements, the mixture shall be laid in strips in such manner as to provide for the passage of traffic. 6. Any mixtures caught in transit by a sudden rain may be laid at the DBF's risk. In no case shall the mixture be laid while rain is falling or when there is water on the surface to be covered. 7. The depth of the layer being spread shall be gauged as directed, and where the thickness fails to average the specified thickness, immediate steps shall be taken to correct the depth. 8. Before any rolling is started, the course surface shall be checked, any inequalities adjusted, and all drippings, fat sand accumulations from the . Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F SECTION 02513 ASPHALTIC CONRETE PAVING - GENERAL screed and fat spots from any source shall be removed and replaced with satisfactory material. 9. Straight-edging and back patching shall be done after initial completion has been obtained and while the material is still hot. Any irregularity greater than 1/4 inch either longitudinally or transversely shall be corrected at this time. 10. No skin patching shall be done. When a depression is to be corrected while the mixture is hot, the surface shall be well scarified before the addition of fresh mixture. If irregularities occur and are not corrected while the mixture is still hot, the irregularities shall be cut out the full depth of the layer and replaced with fresh mixture. C. Compacting mixture: After the spreading, the mixture shall be rolled when it has set sufficiently or come to the proper condition to be rolled, and when the rolling does not cause undue displacement or shoving. 1. The motion of the roller shall at all times be slow enough to avoid displacement and shall at once be corrected by the use of rakes and fresh mixture where required. The rolling shall include all transverse, longitudinal, and diagonal rolling, as may be necessary to obtain the maximum density. 2. The seal rolling with tandem steel rollers weighing from five to eight tons shall follow as close behind the spreader as is possible without picking up or displacing or blistering the material. 3. Rolling with the self-propelled pneumatic-tired rollers shall follow as soon as possible and as close behind the seal rolling as the heat of the mixture will permit. The rolling shall be done while pavement temperature is between 175o and 240oF, and to such an extent that the self-propelled traffic roller shall cover every area of the surface with at least ten passes. Final rolling with tandem steel rollers shall be done after the rolling with self-propelled pneumatic tired rollers is completed. This final rolling shall be done before the pavement temperature is lower than 175oF and shall be continued until all roller marks or tire marks are eliminated. 4. Self-propelled pneumatic rollers shall be used for the rolling of patching and leveling courses. At the option of the DBF, a steel-wheeled roller may be used to supplement the self-propelled pneumatic-tired rollers but not more than one steel-wheeled roller may be used in conjunction with the necessary number of self-propelled pneumatic- tired rollers. After final completion, the finished pavement shall at no point have a density less than 95% of the laboratory compacted density. 5. Rolling with the self-propelled pneumatic-tired roller shall proceed at a speed from six to twelve miles per hour and the rate of rolling shall not exceed 3,000 square yards per hour per roller. A sufficient number of self-propelled pneumatic-tired rollers shall be used so that the rolling of the surface for the required number of 10 passes within this maximum rolling rate shall not delay any other phase of the placing operation and not result in excessive cooling of the mixture before the rolling is complete. In the event that the rolling is not properly maintained to schedule as outlined above, the laying operation shall be discontinued until the rolling operations are sufficiently caught up. 6. In all places inaccessible to a roller, such as adjacent to curbs, headers, Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F SECTION 02513 ASPHALTIC CONRETE PAVING - GENERAL gutters, bridges, MAS, etc., the required compaction shall be secured with tamps. Depressions, which may develop before the completion of the rolling, shall be remedied by loosening the mixture laid and adding new material to bring such depressions to a true surface. 7. Should any depressions remain after final compaction has been obtained, the mixture shall be removed sufficiently, and new material added to form a true and even surface. All high spots, high joints and honeycombs shall be adjusted as directed by the CITY. 8. The mixture, after compaction, shall be of the thickness shown on the plans. After compactions, at no place on the surface shall an excess of asphalt be shown and any area showing such excess or other defect, shall be cut out and replaced with fresh mixture and immediately compacted to conform with the surrounding area. Any mixture which becomes loose or broken, mixed with dirt in the wearing course shall be removed and replaced with fresh mixture which shall be immediately compacted to conform with surrounding areas. 9. Gasoline or oil from rollers shall not be allowed to deposit on the pavement and any pavement damaged by such deposits shall be removed and replaced as directed by the CITY. 10. Any mixture remaining unbonded after rolling shall be removed and replaced. D. Protection of pavement: After the completion of the pavement, no vehicular traffic of any kind shall be permitted on the pavement until it has set sufficiently as approved by the CITY. 3.7 ABUTTING EXISTING PAVING A. Meet elevation of existing paving and structures, facilities and utilities where applicable by sawcutting and removing no less than two (2) feet from abutment. Milling of asphalt for a width of two (2) feet is an alternative if approved by CITY. Do not cover access covers, MAS tops, water meters or other similar devices. 3.8 PAVEMENT EDGES A. Make edges of paved area conform to details and sections as shown on drawings. 3.9 SEAL COATING A. Preparation of surface: Pavement to be sealed must be sound and free of loose dust, dirt, stones, or other foreign matter: 1. Repair any breaks or holes. 2. Scrape off accumulations of oil or fuel drippings and scrub with detergent and water. Remove all traces of detergent. 3. Soft or damaged spots must be repaired. 4. Flush entire area with clean water. 5. Pavement should be damp (no puddles or excess water) when seal coating is applied. B. MIXING: Stir seal coating to a uniform consistency, use no solvents for thinning. Dilute seal coating with ten (10) percent to twenty (20) percent clean water, stirring . Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F SECTION 02513 ASPHALTIC CONRETE PAVING - GENERAL to uniform consistency. C. Application: 1. Seal coat may be applied to dampened surface with a rubber squeegee, soft bristled push broom, or approved mechanized equipment. 2. Seal coating may be poured directly onto pavement in a ribbon or window. Squeegee is placed on pavement at a slight angle to edge line of pavement and pulled in a window along pavement in parallel lines, always working excess material toward bottom edge of squeegee. 3. Seal coating should be applied in two (2) thin coats. After first coat is completely dry to touch, a second coat may be applied at right angles to the first. Rate of application will depend on porosity of surface. 4. Allow to cure for twenty-four (24) hours before opening to traffic. 5. Do not apply seal coating when temperature is below fifty (50) degrees Fahrenheit, or falling, before sealer is dry, or rain appears imminent or forecast. 6. Apply in strict accord with manufacturers published instructions. 3.10 FIELD QUALITY CONTROL A. Test in place asphalt concrete course for compliance with requirements for thickness and surface smoothness. Repair or remove and replace unacceptable paving as directed by OWNER's Representative. 1. In-place compacted thickness will not be acceptable if exceeding following allowable variation from required thickness: a. Base Course: Not greater than 1/2 inch of specified thickness. b. Surface Course: Not greater than 1/4 inch of specified thickness. 2. Test finished surface of each asphalt concrete course for smoothness, using 10-foot straight edge applied parallel with, and at right angles to centerline of paved area. Surfaces will not be acceptable if exceeding the following tolerances for smoothness. a. Base Course Surface: 1/4 inch. b. Wearing Course Surface: 1/8 inch. B. Check surface area at intervals as directed by the CITY. C. Finish grade shall be within +0.01 feet of the grades indicated on the plans or + 0.05 feet as long as no ponding of water is observed after final paving. 3.11 CLEAN UP A. Remove all debris and excess material immediately from project site. B. Take down all barricades and temporary traffic markers, signals and signs only after all work included in this section is finished and inspected, and only after so directed by the CITY C. Leave project area clean, orderly and free of any hazardous conditions. 3.12 CONSTRUCTION OF SWALES A. This work consists of regrading existing swales and construction of new swales adequate for conveying storm water along the right-of-way to catch basins. The Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F SECTION 02513 ASPHALTIC CONRETE PAVING - GENERAL swale shall be shaped according to the cross section shown on the plan. In areas adjacent to e x i s t i n g roadways all swales shall be regraded to meet the City of Fort Lauderdale standards, unless otherwise noted. B. Requirements: All soft and yielding material and other portions of the swale which will not compact readily shall be removed and replaced with suitable material and the entire swale area brought to the proper grade. Stumps, roots, and other deleterious organic matter encountered during the shaping for the swale shall be removed. C. The bottom of all excavated areas and the top of all fills of swale areas shall be thoroughly compacted by rolling. Water shall be used as necessary to insure thorough compaction. The stability of the top 12-inch thickness of swale area shall be at least LBR 40. Sufficient stabilizing material shall be added to swale area soil as required to provide the specified stability. D. The DBF shall place sod over existing areas damaged by construction. The sod shall match the existing sod type in the affected areas. END OF SECTION 02513 . Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F SECTION 02601 SUBTERRANEAN STRUCTURES PART 1 GENERAL 1.1 RELATED DOCUMENTS A. All applicable provisions of the Bidding and Contract Requirements, and Division 1-General Requirements shall govern the WORK under this section. 1.2 WORK INCLUDED A. The work covered by this section shall include the furnishing of all labor, equipment, services, materials, products, and tests to perform all operations in connection with the construction of all new structures or modifications or abandonment of existing structures as shown on the plans, defined in these specifications and subject to the terms and conditions of this contract, including, but not limited to, maintenance access structures (MAS), conflict structures, catch basins, and inlets. 1.3 RELATED WORK A. Section 02200 – Earthwork B. Section 02221 - Excavation and Backfilling for Utilities 1.4 SUBMITTALS A. The DBF shall furnish the CITY shop drawings of the precast drainage structures and MAS for approval. Shop drawings should illustrate all dimensions, reinforcements and specifications. PART 2 PRODUCTS 2.1 MORTAR A. Mortar for use in constructing and plastering sewer structures shall conform to ASTM C-270, "Specifications for Mortar for Unit Masonry". A Portland cement- hydrated lime mixture or a masonry cement may be used provided that the same materials are used throughout the project. B. Mortar materials shall be proportioned by volume and shall consist of one-part Type II Portland Cement to two parts aggregate (sand). Portland Cement shall conform to ASTM C- 150, "Specifications for Portland Cement". Aggregate shall conform to ASTM C-144, "Specifications for Aggregate for Masonry Units." 2.2 PRECAST CONCRETE MAS A. Precast MAS sections shall conform to ASTM C-478, Specifications for Precast Reinforce Concrete MAS Sections as modified thereto. Concrete shall attain a minimum compressive strength of 4,000 pounds per square inch at 28 days. Minimum wall thickness shall be 8 inches. B. Unless otherwise specified on the plans, all joints shall be made with neoprene or rubber "O" ring compression joints; mastic joint sealing compound, or approved equal. After assembly, all joints shall be filled with mortar and painted to provide a smooth surface without joint voids. C. The base and walls that compose the bottom section of precast MAS shall be of monolithic construction, minimum 8 inches thick, and the edge of the base slab shall project a minimum 4 inches beyond the outside diameter of the wall. Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F SECTION 02601 SUBTERRANEAN STRUCTURES D. Holes for piping shall be 6 inches larger than the outside diameter of the respective pipe. After the pipe is set, the void space between the pipe and the hole perimeter shall be completely filled with non-shrinking, quick-setting, waterproof cement mortar and struck smooth. E. The minimum height of precast base section shall be 36 inches from the bottom of the base slab; however, no holes for piping shall be cast less than 8 inches from the top of the base section or less than 2 inches from the top of the base slab. F. The maintenance access structure walls shall be coated inside and outside with 2 coats of coal tar epoxy. The first coat shall be red and the second coat shall be black. Each coat shall have a thickness of 8 mil for a total thickness of 16 mil outside and 16 mil inside. 2.3 ENDWALLS, CATCH BASINS, INLETS, JUNCTION BOXES AND VALVE VAULTS A. Endwalls, valve vaults, catch basins, inlets and junction boxes shall be constructed at the locations shown and to the dimensions indicated on site plans. Unless otherwise specified on the plans, inlets, junction boxes, catch basins, valve vaults and similar structures may be constructed of brick, concrete block, poured concrete or precast concrete. Precast catch basins shall conform to latest Portland Cement Association specifications. Concrete shall have not less than 4,000-pounds per square inch compressive strength at 28 days. B. Unless otherwise specified on the plans, all concrete for these structures shall be Class I concrete as specified in the Florida Department of Transportation "Standard Specifications for Road and Bridge Construction", latest revision, Section 345. Mortar for use in constructing and plastering shall be as previously set forth in this section. C. Brick shall be solid hard-burned clay conforming to ASTM Serial C-32-73, Grade MA. Concrete brick shall conform to ASTM Serial C-55-75, Grade P-I. Concrete block shall conform to ASTM Serial C-90-78, Grade PI. D. All brick or concrete block structures covered in this Section shall be plastered inside and outside with 1/2 inch of cement mortar. Inside surfaces shall be smooth and even. E. Base slabs and walls of concrete structures shall be constructed in a continuous pour between expansion joints. F. For each grate type inlet, two layers of Mirafi 140 fabric of "Poly Filter X" polypropylene material or approved equal, shall be sandwiched between 2 x 2 x 10/10 welded wire fabric cut to the grate size and attached to the underside of the grate. The sandwiched filter material shall be wired to the cross members of the grate each way on 4-inch centers. After inlet construction and the roadway construction is completed and the project site work (including landscaping) has been established, the filter material and fabric shall be removed with any retained silt or sand. 2.4 CASTINGS (INCLUDING FRAMES, COVERS AND GRATINGS) A. Iron castings shall conform to ASTM A-48, "Specifications for Gray Iron Castings", and shall be Class 30. Frames and grates may be Class 20. . Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F SECTION 02601 SUBTERRANEAN STRUCTURES B. All castings shall be made of clean, even grain, tough grey cast iron. The castings shall be smooth, true to pattern and free from projections, san holes, warp and other defects. The horizontal surface of the frame cover seats and the under surface of the frame cover seat which rests upon the cover seat shall be machined. After machining, it shall not be possible to rock any cover that has been seated in any position in its associated frame. Machining shall be required only on those frames and covers intended for vehicular traffic. C. Bearing surfaces between cast frames, covers and grates shall be machined and fitted together to assure a true and even fit. Within areas of vehicular traffic, the frames, covers and gratings shall be machined-ground so that irregularity of contact will be reduced to a minimum and will be rattle-proof. D. All MAS covers shall be provided with concealed pick holes. Manufacturer's name and catalog number shall be cast on all frames, covers, grates, etc. Covers shall be lettered "Storm Sewer" or "Sanitary Sewer" as applicable and shall be plainly visible as shown on the plans. The MAS frames and covers shall be flush with finished grade. E. Grates and covers for inlets shall be as shown on the plans, set to the grades indicated and conforming with the requirements of the castings described above. Grates shall be furnished complete with frames specifically constructed to provide full bearing at all points of contract. PART 3 EXECUTION 3.1 CHANNELS A. Channels shall be accurately and smoothly formed in accordance with the plans. Channels shall be constructed of concrete with trowel-finished surfaces. The upper surface of the MAS shall be sloped toward the channels as shown. B. Drop pipe at sanitary sewer MAS shall be installed when the difference in elevation between the pipe invert and the invert at the center of the MAS exceeds two feet (2'), or where directed by the CITY. The drop MAS structure shall be built according to the plans and specifications. C. After channels are formed and section joints are pointed, the interior of the sanitary sewer MAS shall be painted with two coats of Koppers Bitumastic 300-M (7 mils per coat) or approved equal. The exterior shall be painted in a similar manner, if required by local regulations. D. Storm drainage structures are not required to be painted inside or outside. Provide finish and water proofing as specified in 3.02 and 3.03 below. 3.2 BRICKS A. All bricks shall be thoroughly wetted before being laid. Brick shall be laid by the above shove joint method so as to bond them thoroughly into the mortar. Headers and stretcher courses shall be so arranged as to bond and mass thoroughly. Joints shall be finished smooth and shall be not less than 1/4 inch or more than 1/2 inch in thickness. 3.3 MANHOLES AND OTHER STRUCTURES Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F SECTION 02601 SUBTERRANEAN STRUCTURES A. All joints shall be finished watertight; all openings for sewers, frames, etc., in precast MAS and catch basins shall be cast at time of manufacture. Spaces around all piping entering or leaving MAS shall be completely filled with Embeco mortar or approved equal. B. All MAS shall be set plumb to line and grade and shall rest on a firm carefully graded subgrade which shall provide uniform bearing under base. C. Grout for MAS bottoms shall consist of broken block, brick and 2:1 cement mortar. 3.4 CLEANING AND MAINTENANCE A. All structures shall be cleaned and maintained in workable condition until accepted by the CITY. 3.5 ABANDONMENT OF EXISTING STRUCTURES IN PLACE A. All structures shown on the drawings to be abandoned in place shall be removed to a minimum of 3 feet below existing grade and properly filled with material as in section 02200 paragraph 3.14. Excavation, backfill, and restoration shall be executed in accordance with requirements for removing existing and installing new structures. END OF SECTION 02601 . Exhibit A- Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F SECTION 02603 PUMP STATION AND FORCEMAIN PART 1 GENERAL 1.1 RELATED DOCUMENTS A. All applicable provisions of the Bidding and Contract Requirements, and Division 1- General Requirements shall govern the WORK under this section. 1.2 WORK INCLUDED A. The DBF shall install and place in operation submersible sewage pumps and control panel as indicated on the drawings and specified herein. Pump shoes, guide rails (or bars), brackets and all other equipment shall be supplied and installed by the DBF. B. To assure unity of responsibility, pumps, motors, driving mechanisms and base plate shall be supplied and coordinated by the pump manufacturer. The DBF shall assume responsibility for the satisfactory installation and operation of the entire pumping system C. The work covered by this section consists of furnishing all labor, equipment, services, materials, products, and tests to perform all operations in connection with the construction/installation of forcemain as shown in the design criteria package and defined in the specifications and subject to the terms and conditions of this Contract, including but not limited to the following: 1. Excavation and Backfill 2. Wet Well and Valve Vault 3. Pumps 4. Electrical 5. Force Main (and Tap) 6. Dewatering D. Concrete Protective Liner System for Precast Structures 1. Furnish and install all labor, materials, equipment, and incidentals required to supply polypropylene, random copolymer (PP-R) concrete protective liner in the precast wet wells and valve vault as required and as shown on the plans. The liner system shall be AGRU “Sure-Grip” PP-R Concrete Protective Liner or approved equal polypropylene lining. 2. PP-R concrete protective liner shall be designed and installed to protect the precast structure’s interior surfaces from chemical attack and microbial corrosion, and to facilitate the prevention of ground water infiltration. A watertight seal between the ring and cover, or access hatch, and the liner, must be incorporated into the design. Additionally, the liner must be sealed at the bottom of the concrete structure’s wall with a water stop assembly thermo- welded to the wall liner, or with continuous liner coverage over the top of the base slab. All construction joints must be sealed by extrusion welding the liner seams together to form a continuous and flexible seal between structure sections (Option I), or through the use of a 90-degree liner turnback into the inside horizontal plane of the upper and lower construction joint, and sealed with a butyl, or equal, sealant (Option II). Option II is not recommended for underground structures subjected to high levels of hydraulic backpressure or exposed to a severe corrosive environment. . Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F SECTION 02610 PIPING, GENERAL 1.3 RELATED WORK A. Section 02200 – Earthwork B. Section 02221 - Excavation and Backfilling for Utilities C. Section 02601 – Subterranean Structures D. Section 02610 - Piping – General E. Section 02641 - Valve – General F. Section 02722 - Sanitary Sewerage System G. Section 16010 – Basic Electrical Requirements H. Section 16015 – Electrical Systems Analyses I. Section 16050 – Electrical General Provisions J. Section 16110 – Raceways K. Section 16120 – Wires and Cables L. Section 16405 – Electric Motors M. Section 16452 – Grounding N. Section 16485 – Variable Frequency Drives O. Section 16810 – Control Panels P. Section 16950 – Miscellaneous Equipment 1.4 SUBMITTALS A. The DBF shall submit to the CITY for preliminary approval of the construction materials selected and shall furnish to the CITY shop drawings for review. Shop drawings shall illustrate all dimensions, reinforcements, joint details, materials, and material specifications. B. The DBF shall submit a certificate from the equipment manufacturer stating that the installation of the equipment is satisfactory, that the equipment is ready for operation, and that the operating personnel have been suitably instructed in the operation, lubrication, and care of each unit. C. DBF shall submit a complete wiring schematic for the pump station package. D. Concrete Protection: 1. The DBF shall submit for review a detailed CAD drawing for each type of structure to be used on the project. These drawings shall detail the precast structure, per the design specified for the project, and shall show the concrete protective liner’s placement on the structure’s interior wall surfaces, at the construction joints, at pipe and other conduit connections, and at the adjustment area between the precast structure and the ring and cover. 2. The DBF shall provide, upon request, detailed thermo-welding and weld testing procedures, and supply to the CITY, upon request, a copy of the liner manufacturer’s certification of training for those personnel performing the welding. PART 2 PRODUCTS 2.1 WET WELL, VAULT, AND FORCE MAIN A. Wet well shall be constructed at the location shown and to the dimensions and depths indicated on the plans. DBF to determine final sizing, depth and capacity of wet well. No additional compensation will be provided for larger wet well or vaults 02610 - 2 Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F SECTION 02603 PUMP STATION AND FORCEMAIN if required. B. The wet well shall be precast concrete. The base and three (3) feet of the wall shall be cast monolithically. The remaining wall sections shall be cast with wall sleeves for appurtenances located as shown. The top shall be precast with vent and access hatch required. C. Holes for sewer and force main piping shall be 4 inches larger than the outside diameter of the respective pipe. Holes for power cables and control wiring shall be one inch larger than the outside diameter of respective rigid conduit. After pipe is set the void space shall be completely filled with cement mortar and struck smooth. The waterproof hydraulic cement mortar shall be used to provide a leakproof seal around the pipe. D. Wetwell Interior shall be coated with one of the following options: 1. 2 coats of 15 MILS (DFT) each, of a Bitumastic coating (30 MILS DFT, Total). Bitumastic Coating shall be Carboline (Koppers) or approved Equal 2. Sprayed with high build, moisture tolerant, chemical resistant epoxy coating designed to be applied on dry or damp concrete surfaces and yielding a hard durable chemical resistant finish to a pH of 1.0. Epoxy Coating shall be BASF Sewer Guard HBS 100, or other approved material on the BCWWS approved materials list. a. Apply material using a 30:0 or 45:1 airless sprayer to a minimum dry thickness of 60 MILS in two (2) 30 MILS coats. E. Wetwell and Valve Vault exterior shall be coated with two (2), 10MILS (DFT) each coat of a Bitumastic coating (20 MILS Total DFT). Bitumastic coating shall be Carboline (Koppers) 300M or approved equal. F. The valve vault shall be precast. The top shall be the hatch as indicated in the standard details. The walls shall be constructed subsequent to completion of the piping installation. G. Valve Vault interior surfaces shall be coated with 100% solids polyamine epoxy specifically designed for wastewater immersion and low permeation to H2S gas. Material shall be TNEMEC PERMA-GLAZE, Series 435, or approved equal, applied to two (2) coats, 15.0 MILS (DFT) each, (30.0 MILS DFT, Total). Final color is to be beige. Surface preparation, priming and application shall be in accordance with the more stringent of the manufacturer’s recommendations or BCWWS specifications. H. Ductile iron shall conform to AWWA C 151. Ductile Iron Pipes and Fittings exterior surfaces shall be coated with a 100% polyamine epoxy specifically design for wastewater immersion and low permeation to H2S gas. Material shall be TNEMEC PERMA-GLAZE, Series 435, or approved equal. It shall be applied in two (2) coats of 20 MILS (DFT) each (40 MILS Total DFT). Valves shall receive only the final 20 MILS (DFT) coat. Final color is to be beige. Surface preparation, priming and application shall be in accordance with the more stringent of the manufacturer’s recommendations or BCWWS specifications. I. Ductile Iron Pipes and Fittings interior shall be coated with 40 MILS (DFT) of Protecto 401 or approved equal. Surface preparations and application shall be in accordance with the manufacturer’s recommendations. Certification of the manufacturer shall be provided. . Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F SECTION 02610 PIPING, GENERAL 2.2 PUMPS A. The pumps shall be submersible type. Operational characteristics shall be as shown on the plans. The pumps shall alternate in service and operate in accordance with the sequence outlined on the plans. Sealed mercury switches shall be used for actuation. Furnish and install three submersibles non-clog wastewater pumps for each lift station. B. Each pump shall have a capacity of at least 90 hp and run with a 480 volts configuration. DBF responsible for verifying ultimate pump size and capacity at no additional cost. The power cable shall be sized according to NEC and ICEA standards. An adequate length of multiconductor submersible cable (SUBCAB) will be used to convey pump monitoring device signals between control panel and submersible pumps. The pump shall be supplied with a mating discharge connection and be capable of delivering flow per the operating points defined within the plans. Pump shut off head shall be no less than 52 feet. Each pump shall be fitted with adequate length of lifting chain or stainless-steel cable. The working load of the lifting system shall be 50% greater than the pump unit weigh. C. Pump Design 1. The DBF shall design the pump intake in accordance with Hydraulic Institute standard 9.8, Rotodynamic Pumps for Pump Intake Design. a. Operating range shall be 40% to 120% of the flow at the best operating point for each scenario. b. Pumps shall operate within the allowable operating range for all conditions and operate within the preferred operating range for design conditions. c. Single pump operation shall be able to meet minimum flow requirements with no more than 50% turndown on VFDs d. NPSH available shall be a minimum of 1.5 greater than NPSHA required at design points 2. The pump should be no less than 90 hp, using two pumps at the same time to handle the flow that ranges between 555 and 1950 gpm with a pressure value at the connection point that ranges from 15 to 45 psi. Values provided are preliminary. DBF shall verify flows and calculate current and future flows to determine the most efficient pump motor for the project at no additional cost. 3. The pump(s) shall be capable of handling raw, unscreened sewage. The design shall be such that the pump unit will be automatically and firmly connected to the discharge piping when lowered into place on its mating discharge connection, permanently installed in the wet well. The pump shall be easily removable for inspection or service, requiring no bolts, nuts or other fastenings to be disconnected. For this purpose, there shall be no need for personnel to enter the wet well. Each shall be fitted with a stainless-steel chain of adequate strength and length to permit raising and lowering the pump for inspection or removal. The pump, with its appurtenances and cable, shall be capable of continuous submergence underwater without loss of watertight integrity to a depth of 165 feet. 02610 - 4 Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F SECTION 02603 PUMP STATION AND FORCEMAIN 4. Sealing of the pumping unit to the discharge connection shall be accomplished by a machined metal to metal watertight contact. Sealing of the discharge interface with a diaphragm, O-ring or profile gasket will not be acceptable. The entire weight of the pump/motor unit shall be borne by the pump discharge elbow. No portion of the pump/motor unit shall bear on the sump floor directly or on a sump floor mounted stand. Power and pilot cable supports shall be provided and consist of a wire braid sleeve with attachment loops or tails to connection to the underside of the access frame. D. Pump Construction 1. All major parts, such as the stator casing, oil casing, and impeller shall be of gray iron. A coating of rubber asphalt paint resistant to sewage shall protect all surfaces coming into contact with sewage. All exposed bolts and nuts shall be of stainless steel. 2. A wear ring system shall be bronze and installed to provide efficient sealing between the volute and impeller. The impeller shall be gray cast iron of non- clogging design, capable of handling solids, fibrous material, heavy sludge, and other matter found in normal sewage applications. The impeller shall be constructed with a long throughlet without acute turns. The impeller shall be dynamically balanced. Static and dynamic balancing operations shall not deform or weaken it. The impeller shall be a slip fit to the shaft and key driven. Non-corroding fasteners shall be used. 3. Each pump shall be provided with a mechanical rotating shaft seal system running in an oil reservoir having separate, constantly hydro-dynamically lubricated lapped seal faces. The (lower) seal unit between the pump and oil chamber shall contain one stationary and one positively driven rotating tungsten-carbide ring. The (upper) seal unit between the oil sump and motor housing shall contain one stationary tungsten-carbide ring and one positively driven rotating tungsten carbide ring. Each interface shall be held in contact by its own spring system supplemented by external liquid pressures. The seals shall require neither maintenance nor adjustment but shall be easily inspected and replaceable. Shaft seals without positively driven rotating members or conventional double mechanical seals with a common single or double spring acting between the upper and lower units, requiring a pressure differential to offset external pressure and effect sealing shall not be considered acceptable nor equal to the dual independent seal system specified. The shaft sealing system shall be capable of operating submerged to depths of, or pressures equivalent to 165 feet. No seal damage shall result from operating the pumping unit out of its liquid environment. The seal system shall not rely upon the pump media for lubrication. 4. A sliding guide bracket shall be an integral part of the pump unit. The volute casing shall have a machined discharge flange to automatically and firmly connect with the cast iron discharge connection, which when bolted to the floor of the sump and discharge line, will receive the pump discharge connecting flange without the need of adjustment, fasteners, clamps or similar devices. . Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F SECTION 02610 PIPING, GENERAL 5. Installation of each pump unit to the discharge connection shall be the result of a simple linear downward motion of the pump unit guide by no less than two 2 inch stainless steel guide bars. 6. No other motion of the pump unit, such as tilting or rotating, shall be required. Sealing of the discharge interface by means of a diaphragm, O-ring or other devices will not be considered acceptable nor equal to a metal-to-metal contact of the pump discharge flange and mating discharge connection specified and required. No portion of the pump unit shall bear directly on the floor of the wet well. There shall be no more than one 90o bend allowed between the volute discharge flange and station piping. 7. The pump motor shall be housed in a water-tight casing and shall have moisture resistant Class F 155o insulation. The motor shall be NEMA Design B and designed for continuous duty. 8. The cable entry water seal design shall be such that precludes specific torque requirements to insure a watertight and submersible seal. Epoxies, silicones or other secondary sealing systems shall not be required or used. The cable entry junction box and motor shall be separated by a stator lead sealing gland or terminal board, which shall isolate the motor interior from foreign materials gaining access through the pump top. 9. Pump motor cable installed shall be suitable for submersible pump applications and this shall be indicated by a code or legend permanently embossed on the cable. Cable sizing shall conform to NEC specifications for pump motors and shall be of adequate size to allow motor voltage conversion without replacing the cable. Motor electrical cables shall be of sufficient length to extend from the motor to the above ground disconnect switch unspliced. 10. All mating surfaces of major parts shall be machined and fitted with nitrile O- rings where watertight sealing is required. Machining and fitting shall be such that sealing is accomplished by automatic compression in 2 planes and O-ring contact made on four surfaces, without the requirement of specific torque limits to affect this. Rectangular cross sectioned gaskets requiring specific torque limits to achieve compression shall not be considered adequate nor equal. 11. Tolerances of all parts shall be such that allows replacement of any part without additional machining required to ensure sealing as described above. No secondary sealing compounds, greases or other devices shall be used. 12. Each unit shall be provided with an adequately designed cooling system. Thermal radiators integral to the stator housing, cast in one unit, are acceptable. Where water jackets alone or in conjunction with radiators are used, separate circulation shall be provided. Cooling media channels and ports shall be non-clogging by virtue of their dimensions. Provision for external cooling and flushing shall be provided. 13. Integral thermal sensors shall not be a requirement on any unit without a water jacket. Thermal sensors shall be used to monitor stator temperatures on any unit with a water jacket. There shall be one for each phase group in the motor. These shall be used in conjunction with and supplemental to external motor over current protection and available at the control panel. 02610 - 6 Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F SECTION 02603 PUMP STATION AND FORCEMAIN 14. All units of 100 HP or more shall have thermal sensors monitoring bearing temperatures in addition to the motor thermal sensors described above. Bearing thermal monitors shall be independent of the motor sensors and available at the control panel circuitry to effect alarm and/or shut down functions. E. Pump Test 1. The pump manufacturer shall perform the following inspections and tests on each pump before shipment from factory. a. Impeller, motor rating and electrical connections shall first be checked for compliance to the customer's purchase order. b. A motor and cable insulation test for moisture content or insulation defects. c. Prior to submergence, the pump shall be run dry to establish correct rotation and mechanical integrity. d. The pump shall be run for 30 minutes submerged, a minimum of 6 feet under water. e. After operational test (item d), the insulation test (item b) is to be performed again. f. Test shall consist of checking the unit at its noted speeds for head capacity, efficiency, and brake horsepower at a number of points to properly establish the performance curve. 2. A certified written test report and performance curve stating the foregoing have been done shall be supplied with each pump at the time of shipment. 3. The pump cable end will then be fitted with a shrink fit rubber boot to protect it prior to electrical installation. F. Pump Warranty 1. The pump manufacturer shall fully warrant the units being supplied to the CITY against defects in workmanship and materials. Full replacement within 5-years (not a prorated warranty) under normal use, operation, and service. The warranty shall be in printed form, include a warranty schedule, and apply to all similar units. G. Documentation 1. Standard drawings supplied shall include pump outlines, controls, access frames and typical installation guides. Each station shall be supplied with installation and maintenance manuals and pump parts lists for the pumps installed. Electrical control wiring diagrams shall accompany each control. H. Spare Parts 1. DBF shall furnish one pump complete with parts necessary for its installation. The pump shall be delivered to CITY still in crates. 2.3 ELECTRICAL A. All work shall be in conformance with the National Electric Code, National Electrical Manufacturers Association, National Fire Protection Association, Institute of Electrical and Electronics Engineers, American National Standards Institute, . Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F SECTION 02610 PIPING, GENERAL Occupational Safety & Health Administration, South Florida Building Code, and CITY Standards. B. Pump Motors: 1. Electrical Service Specifications a. Voltage Tolerance: +10%, - 14% b. Frequency Tolerance: +5% c. Voltage Balance (Phase to Phase): +1% 2. Cable Specifications a. All wires and cables shall be of annealed, 98 percent conductivity, soft drawn copper conductors. b. All conductors No. 8 AWG and larger shall be stranded. c. Type XHHW shall be 600-volt cross-linked polyethylene (XLP) and type THHN/THWN shall be 600 volts as manufactured by the Hi-Tech Company, Rome Cable Corporation, The Okonite Company or approved equal. d. Process instrumentation wire shall be 600 volt, PVC or polyethylene insulated, aluminum/polyester tape shielded, polyvinyl chloride jacketed, type “TC” as manufactured by the American Insulated Wire Company, Belden Corporation, “Beldfoil” 9342, or approved equal. 3. Motor Protection a. Motor and power line protection for overload and short circuit conditions must conform to N.E.C. standards, ref. NATIONAL ELECTRIC CODE, 1984 edition, Article 430. 4. Thermal Protection a. The stator is protected by three thermal switches (one per phase) imbedded in the windings. These switches are wired in series and two leads are brought up to the pump terminal board for connection to the control panel. The switches must be connected so that the pump is turned off if the stator overheats. C. Control Panel 1. The control panel shall be supplied by the DBF completely factory wired with all necessary motor starters, circuit breakers, etc. for complete operation of the pumps. It shall be of the safety type and components shall bear the label of approval of Underwriters Labs; as well as meeting all applicable requirement of NEMA. The top of the cabinet shall be mounted 6'-0" above the floor, properly aligned and adequately supported independently of the connecting raceways. Each device in the control circuit shall be mounted on a frame with plastic cover mounted on the inside of the door. PART 3 EXECUTION 3.1 INSTALLATION A. Installation shall be in strict accordance with the manufacturer's instructions and recommendations in the locations shown on the drawings. Installation shall include furnishing the required oil and grease for initial operation. The grades of oil and grease shall be in accordance with the manufacturer's recommendations. 02610 - 8 Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F SECTION 02603 PUMP STATION AND FORCEMAIN B. Pipe handling. All loading or unloading of pipe, fittings, valves, and accessories shall be done in such a manner so as to avoid damage. The pipe shall not be skidded or rolled against pipe already unloaded. C. Force mains shall be constructed of ductile iron pipe or PVC plastic pipe as specified on the Plans. Fittings 4 inches and over shall be properly anchored and braced with restrained joints conforming to the details shown in the plans. D. The interior of all pipes, fittings and other appurtenances shall be kept free of dirt and foreign matter at all times. Pipe shall be flushed clean before valves and other appurtenances are installed. E. Pipe laying. All pipes shall be laid to line and grade with valves stems plumb. All pipes shall have a minimum cover of 30 inches for DIP pipe and 36 inches for HDPE and PVC pipe. F. All fittings, encasement and appurtenances shall be incidental to the cost of furnishing and installing the force mains. G. Concrete Protective Liner 1. The installation of the protective liner into precast wet wells and maintenance access structures shall be accomplished only by a precast concrete manufacturer certified by the liner manufacture, with a minimum of five years of manufacturing experience, and a minimum of five years of experience in the installation of corrosion resistant thermo-plastic sheet liners in concrete structures. Upon request, the liner installer shall provide written certification that the installation is in accordance with the liner manufacturer’s installation specifications. Part 2, Paragraph 2.01 of this Section includes further information as it pertains to the lining of the wetwell. 2. Placement of the liner on forms shall conform to the liner manufacturer’s written instructions. Only thermo-plastic extrusion welders certified by the liner manufacturer shall perform all shop and field welding. All field thermo-welding shall additionally be performed only by confined space trained, and certified, personnel. A copy of the thermo-welder’s certifications shall accompany the submittal. 3.2 SHOP PAINTING A. Before exposure to weather and prior to shop painting, all surfaces shall be thoroughly cleaned, dry and free from all mill-scale, rust, grease, dirt and other foreign matter. B. All pumps and motors shall be shop primed, with primer compatible with the field painting. C. All nameplates shall be properly protected during painting. D. Gears, bearing surfaces and other similar surfaces, which are not to be painted, shall be given a heavy shop coat of grease or other suitable rust-resistant coating. This coating shall be maintained as necessary to prevent corrosion during periods of storage and erection and shall be satisfactory to the CITY up to the time of the final acceptance test. 3.3 FIELD PAINTING . Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F SECTION 02610 PIPING, GENERAL A. The primer and paint used in the field shall be products of the same manufacturer as the shop paint to assure compatibility. 3.4 INSPECTION AND TESTING A. The CITY shall have the right to inspect, test or witness tests of all materials or equipment to be furnished under these Specifications, prior to the shipment from the point of manufacture. B. The CITY shall be notified in writing prior to initial shipment, in ample time so that the CITY can make arrangements for inspection. C. The CITY or CITY’S representative shall be furnished all facilities, including labor, and shall be allowed proper time for inspection and testing of material and equipment. D. Materials and equipment shall be tested or inspected as required by the CITY, and the cost of such work shall be included in the cost of the equipment. The DBF shall anticipate that delays may be caused because of the necessity of inspection, testing, and accepting materials and equipment before their use is approved. E. The services of a factory representative shall be furnished for one (1) day and shall have complete knowledge of proper operation and maintenance to inspect the final installation and supervise a test run of the equipment. F. Field tests shall not be conducted until such time that the entire installation is complete and ready for testing. 3.5 PUMP TESTING A. After all pumps have been completely installed, and working under the direction of the manufacturer, conduct in the presence of the CITY such tests that are necessary to indicate that pump efficiency and discharge conform to the Specifications. Field tests shall include all power, water or wastewater, labor, equipment, and incidentals required to complete the field tests. B. If the pump performance does not meet the Specifications, corrective measures shall be taken or pumps shall be removed and replaced with pumps, which satisfy the conditions, specified. 3.6 MOTOR TESTING A. The DBF shall check all motors for correct lubrication in accordance with manufacturer's instructions. The DBF shall check direction of rotation of all motors and reverse connections, if necessary. 3.7 ELECTRICAL A. All electrical wiring shall comply with the latest edition of the minimum requirements of the Florida Building Code, National Electric Code, and Underwriters Laboratories. Electrical wiring will also need to meet the requirements listed in Division 16 of the specifications and the drawings. END OF SECTION 02603 02610 - Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F SECTION 02610 PIPING, GENERAL PART 1 GENERAL 1.1 RELATED DOCUMENTS A. All applicable provisions of the Bidding and Contract Requirements, and Division 1- General Requirements shall govern the WORK under this section. 1.2 WORK INCLUDED A. The DBF shall furnish and install all piping systems shown and specified, in accordance with the requirements of the Contract Documents. Each system shall be complete with all necessary fittings, hangers, supports, anchors, expansion joints, flexible connectors, valves, accessories, heat tracing, insulation, lining and coating, testing, disinfection, excavation, backfill and encasement, to provide a functional installation. B. The piping shown is intended to define the general layout, configuration, routing, method of support, pipe size, and pipe type. The mechanical drawings are not pipe construction or fabrication drawings. It is the DBF's responsibility to develop the details necessary to construct all mechanical piping systems, to accommodate the specific equipment provided, and to provide and install all spools, spacers, adapters, connectors, etc., for a complete and functional system. 1.3 RELATED WORK A. Division 2 as applicable. B. Section 02200 - Earthwork. C. Section 02221 - Excavation and Backfilling Utilities D. Section 02641 – Valves, General 1.4 REFERENCE STANDARDS A. Codes: All codes, as referenced herein are specified in Section 01090, "Reference Standards". B. Commercial Standards: ANSI/ASME B1.20.1 Pipe Threads, General Purpose (inch). ANSI B16.5 Pipe Flanges and Flanged Fittings, Steel Nickel Alloy and other Special Alloys. ANSI/AWWA C100 Ductile Iron Pipe ANSI/AWWA C900 Plastic Pipe ANSI/AWWA C207 Steel Pipe Flanges for Water Works Service, Sizes 4 inch through 144 inch. ANSI/AWWA C606 Grooved and Shouldered Joints. ANSI/AWS D1.1 Structural Welding Code. ASTM A 307 Specification for Carbon Steel Bolts and Studs, 6,000 psi Tensile. ASTM A 325 Specification for High-Strength Bolts for Structural Steel Joints. ASTM D 792 Test Methods for Specific Gravity and Density of Plastics by Displacement. . Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F SECTION 02610 PIPING, GENERAL ASTM D 2000 Classification System for Rubber Products in Automotive Applications. 1.5 SUBMITTALS A. The DBF shall submit complete shop drawings and certificates, test reports, affidavits of compliance, of all piping systems, in accordance with the requirements in Section 01340, "Shop Drawings, Product Data and Samples", and as specified in the individual sections. The shop drawings shall include all necessary dimensions and details on pipe joints, fittings, fitting specials, valves, appurtenances, design calculations, and material lists. The submittals shall include detailed layout, spool, or fabrication drawings which show all pipe spools, spacers, adapters, connectors, fittings, and pipe supports necessary to accommodate the equipment and valves provided in a complete and functional system. B. All expenses incurred in making samples for certification of tests shall be borne by the DBF. C. The DBF shall submit as part of the shop drawings a certification from the pipe fabricator stating that all pipes that are fabricated are subject to a recognized Quality Control Program. An outline of the program shall be submitted to the CITY for review prior to the fabrication of any pipe. 1.6 QUALITY ASSURANCE A. Inspection: All pipes shall be subject to inspection at the place of manufacture. During the manufacture of the pipe, the CITY shall be given access to all areas where manufacturing is in progress and shall be permitted to make all inspections necessary to confirm compliance with the Specifications. B. Tests: Except where otherwise specified, all materials used in the manufacture of the pipe shall be tested in accordance with the applicable Specifications and Standards. 1.7 MANUFACTURER'S SERVICE REPRESENTATIVE A. Where the assistance of a manufacturer's service representative is advisable, in order to obtain perfect pipe joints, supports, or special connections, the DBF shall furnish such assistance at no additional cost to the OWNER. 1.8 MATERIAL DELIVERY, STORAGE, AND HANDLING A. All piping materials, fittings, valves, and accessories shall be delivered in a clean and undamaged condition and stored off the ground, to provide protection against oxidation caused by ground contact. All defective or damaged materials shall be replaced with new materials. 1.9 CLEANUP A. After completion of the work, all remaining pipe cuttings, joining and wrapping materials, and other scattered debris, shall be removed from the site. The entire piping system shall be handed over in a clean and functional condition. 02610 - Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F SECTION 02610 PIPING, GENERAL PART 2 PRODUCTS 2.1 GENERAL A. All pipes, fittings, and appurtenances shall be furnished in accordance with the requirements of the applicable Sections of Division 2 and as specified herein. B. Lining: All requirements pertaining to thickness, application, and curing of pipe lining, are in accordance with the requirements of the applicable Sections of Division 2, unless otherwise specified. C. Coating: All requirements pertaining to thickness, application, and curing of pipe coating, are in accordance with the requirements of the applicable Sections of Division 2, unless otherwise specified. Pipes above ground or in structures shall be field-painted as directed by the CITY. D. Grooved Piping Systems: Piping systems with grooved joints and fittings may be provided in lieu of screwed, flanged, welded, or mechanical joint systems for ductile iron yard piping. (All piping above and below ground within the property limits of treatment plants, pump stations, and similar installations). All grooved couplings on buried piping must be bonded. To assure uniform and compatible piping components, all grooved fittings, couplings, and valves shall be from the same manufacturer. The DBF shall make the coupling manufacturer responsible for the selection of the correct style of coupling and gasket for each individual location. 2.2 PIPE FLANGES A. Flanges: Where the design pressure is 150 psi or less, flanges shall conform to either ANSI/AWWA C207 Class D or ANSI B16.5 150-lb class. Where the design pressure is greater than 150 psi, up to a maximum of 275 psi, flanges shall conform to ANSI/AWWA C207 Class E, Class F, or ANSI B16.5 150-lb class. However, AWWA flanges shall not be exposed to test pressure greater than 125 percent of rated capacity. For higher test pressures, the next higher rated AWWA flange or an ANSI-rated flange shall be selected. Where the design pressure is greater than 275 psi up to a maximum of 700 psi, flanges shall conform to ANSI B16.5 300-lb class. Flanges shall have flat faces and shall be attached with boltholes straddling the vertical axis of the pipe unless otherwise shown. Attachment of the flanges to the pipe shall conform to the applicable requirements of ANSI/AWWA C207. Flanges for miscellaneous small pipes shall be in accordance with the standards specified for these pipes. B. Blind Flanges: Blind flanges shall be in accordance with ANSI/AWWA C207, or with the standards for miscellaneous small pipes. All blind flanges for pipe sizes 12 inches and over shall be provided with lifting eyes in form of welded or screwed eyebolts. C. Flange Coating: All machined faces of metal blind flanges and pipe flanges shall be coated with a temporary rust-inhibitive coating to protect the metal until the installation is completed. D. Flange Bolts: All bolts and nuts shall conform to pipe manufacturers recommendations. Studs and bolts shall extend through the nuts a minimum of 1/4- inch. All-thread studs shall be used on all valve flange connections, where space restrictions preclude the use of regular bolts. E. Insulating Flanges: Insulated flanges shall have boltholes 1/4-inch diameter . Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F SECTION 02610 PIPING, GENERAL greater than the bolt diameter. F. Insulating Flange Sets: Insulating flange sets shall be provided where shown. Each insulating flange set shall consist of an insulating gasket, insulating sleeves and washers and a steel washer. Insulating sleeves and washers shall be one piece when flange bolt diameter is 1-1/2-inch or smaller and shall be made of acetal resin. For bolt diameters larger than 1-1/2-inch, insulating sleeves and washers shall be 2-piece and shall be made of polyethylene or phenolic. Steel washers shall be in accordance with ASTM A 325. Insulating gaskets shall be full-face. G. Insulating Flange Manufacturers, or approved equal: 1. JM Red Devil, Type E; 2. Maloney Pipeline Products Co., Houston; 3. PSI Products, Inc., Burbank, California. H. Flange Gaskets: Gaskets for flanged joints shall be full-faced, 1/16-inch thick compressed sheets of aramid fiber base, with nitrile binder and non-stick coating, suitable for temperatures to 700 degrees F, a pH of one to eleven, and pressures to 1000 psi. Blind flanges shall have gaskets covering the entire inside face of the blind flange and shall be cemented to the blind flange. Ring gaskets shall not be permitted. I. Flange Gasket Manufacturers, or approved equal: 1. John Crane, style 2160; 2. Garlock, style 3000. 2.3 THREADED INSULATING CONNECTIONS A. General: Threaded insulating bushings, unions, or couplings, as appropriate, shall be used for joining threaded pipes of dissimilar metals and for piping systems where corrosion control and cathodic protection are involved. B. Materials: Threaded insulating connections shall be of nylon, Teflon, polycarbonate, polyethylene, or other non-conductive materials, and shall have ratings and properties to suit the service and loading conditions. 2.4 MECHANICAL-TYPE COUPLINGS (GROOVED OR BANDED PIPE) A. General: Cast mechanical-type couplings shall be provided where shown. The couplings shall conform to the requirements of ANSI/AWWA C606. All gaskets for mechanical-type couplings shall be compatible with the piping service and fluid utilized, in accordance with the coupling manufacturer's recommendations. The wall thickness of all grooved piping shall conform with the coupling manufacturer's recommendations to suit the highest expected pressure. To avoid stress on equipment, all equipment connections shall have rigid-grooved couplings, or harness sets in sizes where rigid couplings are not available, unless thrust restraint is provided by other means. The DBF shall have the coupling Manufacturer's service representative verify the correct choice and application of all couplings and gaskets, and the quality of work, to assure a correct installation. B. Couplings for Steel Pipe, Manufacturers, or approved equal: 1. Gustin-Bacon (banded or grooved); 2. Victaulic Style 41 or 44 (banded, flexible); 3. Victaulic Style 77 or 07 (grooved). 02610 - Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F SECTION 02610 PIPING, GENERAL C. Ductile Iron Pipe Couplings, Manufacturers, or approved equal: 1. EBAA Iron 2. Romac. 3. Sigma Note: Ductile iron pipe couplings shall be furnished with flush seal gaskets. 2.5 SLEEVE-TYPE COUPLINGS A. Construction: Sleeve-type couplings shall be provided where shown, in accordance with ANSI/AWWA C219 unless otherwise specified, and shall be of steel with steel bolts, without pipe stop, and shall be of sizes to fit the pipe and fittings shown. The middle ring shall be not less than 1/4-inch in thickness and shall be either 5 or 7 inches long for sizes up to and including 30 inches and 10 inches long for sizes greater than 30 inches, for standard steel couplings, and 16 inches long for long-sleeve couplings. The followers shall be single-piece contoured mill section welded and cold expanded as required for the middle rings. They shall be of sufficient strength to accommodate the number of bolts necessary to obtain adequate gasket pressures without excessive rolling. The shape of the follower shall be of such design as to provide positive confinement of the gasket. Buried sleeve-type couplings shall be epoxy-coated at the factory as specified. B. Pipe Preparation: The ends of the pipe, where specified or shown, shall be prepared for flexible steel couplings. Plain ends for use with couplings shall be smooth and round for a distance of 12 inches from the ends of the pipe, with outside diameter not more than 1/64-inch smaller than the nominal outside diameter of the pipe. The middle ring shall be tested by cold-expanding a minimum of one percent beyond the yield point, to proof-test the weld to the strength of the parent metal. The weld of the middle ring shall be subjected to air test for porosity. C. Gaskets: Gaskets for sleeve-type couplings shall be rubber-compound material that will not deteriorate from age or exposure to air under normal storage or use conditions. Gaskets for wastewater and sewerage applications shall be Buna "N," grade 60, or equivalent suitable elastomer. The rubber in the gasket shall meet the following specifications: 1. Color - Jet Black 2. Surface - Non-blooming 3. Durometer Hardness - 74 ± 5 4. Tensile Strength - 1000 psi Minimum 5. Elongation - 175 percent Minimum D. The gaskets shall be immune to attack by impurities normally found in water or wastewater. All gaskets shall meet the requirements of ASTM D 2000, AA709Z, meeting Suffix B13 Grade 3, except as noted above. All gaskets shall be compatible with the piping service and fluid utilized. E. Insulating Couplings: Where insulating couplings are required, both ends of the coupling shall have a wedge-shaped gasket which assembles over a rubber sleeve of an insulating compound in order to obtain insulation of all coupling metal parts from the pipe. F. Restrained Joints: All sleeve-type couplings on pressure lines shall be harnessed . Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F SECTION 02610 PIPING, GENERAL unless thrust restraint is provided by other means. Harnesses shall be in accordance with the requirements of the appropriate reference standard, or as shown. G. Manufacturers or Equal: 1. JCM Industries 2. Hymax 3. Smith-Blait 2.6 FLEXIBLE CONNECTORS A. Flexible connectors shall be installed in all piping connections to engines, blowers, compressors, and other vibrating equipment, and where shown. Flexible connectors for service temperatures up to 180 degrees F shall be flanged, reinforced Neoprene or Butyl spools, rated for a working pressure of 40 to 150 psi, or reinforced, flanged duck and rubber, as best suited for the application. Flexible connectors for service temperatures above 180 degrees F shall be flanged braided stainless-steel spools with inner, annular, corrugated stainless steel hose, rated for minimum 150 psi working pressure, unless otherwise shown. The connectors shall be 9 inches long, face-to-face flanges, unless otherwise shown. The manufacturer shall approve the final material selection. The DBF shall submit manufacturer's shop drawings and calculations. 2.7 EXPANSION JOINTS A. All piping subject to expansion and contraction shall be provided with sufficient means to compensate for such movement, without exertion of undue forces to equipment or structures. This may be accomplished with expansion loops, bellow- type expansion joints, or sliding-type expansion joints. Expansion joints shall be of stainless steel, monel, rubber, or other materials, best suited for each individual service. The DBF shall submit detailed calculations and manufacturer's shop drawings, guaranteeing satisfactory performance of all proposed expansion joints, piping layouts showing all anchors and guides, and information on materials, temperature and pressure ratings. 2.8 PIPE THREADS A. All pipe threads shall be in accordance with ANSI/ASME B1.20. PART 3 EXECUTION 3.1 GENERAL A. All pipes, fittings, and appurtenances shall be installed in accordance with the requirements of the applicable Section of Divisions 2. The lining manufacturer shall take full responsibility for the complete, final product and its application. All pipe ends and joints at screwed flanges shall be epoxy-coated, to assure continuous protection. B. Where core drilling is required for pipes passing through existing concrete, core drilling locations shall be determined by radiograph of concrete construction to avoid damage to embedded raceways and rebars. C. All exposed piping shall be painted. All piping to be painted shall be color coded in 02610 - Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F SECTION 02610 PIPING, GENERAL accordance with OWNER's standard color code. Color samples shall be submitted to CITY for final color selection. D DDD D DDD DrnTIDDDD D Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F SECTION 02610 PIPING, GENERAL PART 1 GENERAL 1.1 RELATED DOCUMENTS A. Provide all labor, materials, necessary equipment and services to complete the water distribution and wastewater transmission system work, as indicated on the drawings, as specified herein or both, except as for items specifically indicated as "NIC ITEMS". 1.2 WORK INCLUDED A. The DBF shall provide all tools, supplies, materials, equipment, and labor necessary for furnishing, epoxy coating, installing, adjusting, and testing of all valves and appurtenant work, complete and operable, in accordance with the requirements of the Contract Documents. Where buried valves are shown, the DBF shall furnish and install valve boxes to grade, with covers, extensions, and position indicators. B. The provisions of this Section shall apply to all valves and valve operators specified in the various Sections and Division 2 of these Specifications except where otherwise specified in the Contract Documents. Valves and operators in particular locations may require a combination of units, sensors, limit switches, and controls specified in other Sections of these Specifications. 1.3 RELATED WORK A. Section 02221 - Excavation and Backfilling for Utilities B. Section 02610 - Piping, General 1.4 REFERENCE STANDARDS A. Codes: All codes, as referenced herein, are specified in Section 01090, "Reference Standards". B. Commercial Standards: ANSI B16.1 Cast Iron Pipe Flanges and Flanged Fittings, Class 25, 125, 250, and 800. ANSI B16.5 Pipe Flanges and Flanged Fittings, Steel Nickel Alloy and Other Special Alloys. ANSI/ASME B31.1 Power Piping. ASTM A 36 Specification for Structural Steel. ASTM A 48 Specification for Gray Iron Castings. ASTM A 126 Specification for Gray Iron Castings for Valves, Flanges, and Pipe Fittings. ASTM A 536 Specification for Ductile Iron Castings. ASTM B 61 Specification for Steam or Valve Bronze Castings. ASTM B 62 Specification for Composition Bronze or Ounce Metal Castings. ASTM B 148 Specification for Aluminum-Bronze Castings. ASTM B 584 Specification for Copper Alloy Sand Castings for General Applications. ANSI/AWWA C500 Gate Valves for Water and Sewerage Systems. ANSI/AWWA C502 Dry-Barrel Fire Hydrants. 02610 - Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F SECTION 02641 VALVES, GENERAL ANSI/AWWA C503 Wet-Barrel Fire Hydrants. ANSI/AWWA C504 Rubber-Seated Butterfly Valves. ANSI/AWWA C507 Ball Valves 6 Inches Through 48 Inches. ANSI/AWWA C508 Swing-Check Valves for Waterwork Service, 2 Inches Through 24 Inches NPS. ANSI/AWWA C509 Resilient-Seated Gate Valves for Water and Sewage Systems. ANSI/AWWA C511 Reduced-Pressure Principle Backflow- Prevention Assembly. ANSI/AWWA C550 Protective Interior Coatings for Valves and Hydrants. SSPC-SP-2 Hand Tool Cleaning. SSPC-SP-5 White Metal Blast Cleaning. 1.5 SUBMITTALS A. Shop Drawings: Shop drawings of all valves and operators including associated wiring diagrams and electrical data, shall be furnished as specified in Section 01340, "Shop Drawings, Product Data and Samples". B. Valve Labeling: The DBF shall submit a schedule of valves to be labeled indicating in each case the valve location and the proposed wording for the label. 1.6 QUALITY ASSURANCE A. Valve Testing: Unless otherwise specified, each valve body shall be tested under a test pressure equal to twice its design water-working pressure. B. Bronze Parts: Unless otherwise specified, all interior bronze parts of valves shall conform to the requirements of ASTM B 62, or where not subject to dezincification, to ASTM B 584. C. Certification: Prior to shipment, the DBF shall submit for all valves over 12 inches in size, certified, notarized copies of the hydrostatic factory tests, showing compliance with the applicable standards of AWWA, ANSI, ASTM, etc. PART 2 PRODUCTS 2.1 VALVES, GENERAL A. General: The DBF shall furnish all valves, gates, valve-operating units, stem extensions, and other accessories as shown or specified. All valves and gates shall be new and of current manufacture. All shut-off valves, 6-inch and larger, shall have operators with position indicators. Where buried, these valves shall be provided with valve boxes and covers containing position indicators, and valve extensions. Shut-off valves mounted higher than 5 feet-6 inches above working level shall be provided with chain operators. B. Valve Flanges: The flanges of valves shall be in accordance with Section 02610, "Piping, General". C. Gate Valve Stems: Where subject to dezincification, gate valve stems shall be of bronze conforming to ASTM B 62, containing not more than 5 percent of zinc nor more than 2 percent aluminum. Gate valve stems shall have a minimum tensile strength of 60,000 psi, a minimum yield strength of 40,000 psi, and an elongation . Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F SECTION 02610 PIPING, GENERAL of at least 10 percent in 2 inches, as determined by a test coupon poured from the same ladle from which the valve stems to be furnished are poured. Where dezincification is not a problem, bronze conforming to ASTM B 584 may be used. D. Protective Coating: Except where otherwise specified, ferrous surfaces, exclusive of stainless steel surfaces, in the water passages of all valves 4-inch and larger, as well as the exterior surfaces of all submerged valves, shall be coated with 2 part thermal setting epoxy coatings. Flange faces of valves shall not be epoxy coated. The valve manufacturer shall certify in writing that such coating has been applied and tested in the manufacturing plant prior to shipment, in accordance with these Specifications. E. Valve Operators: Where shown, certain valves and gates shall be furnished with electric operators, provided by the valve or gate manufacturer. The same manufacturer shall furnish all operators of a given type. Where different manufacturers supply these operators, the DBF shall coordinate their selection to provide uniformity of each type of electric operator. All valve operators, regardless of type, shall be installed, adjusted, and tested by the valve manufacturer at the manufacturing plant. F. Valve Labeling: Except when such requirement is waived by the ENGINEER in writing, a label shall be provided on all shut-off valves exclusive of hose bibbs and chlorine cylinder valves. The label shall be of 1/16-inch plastic or stainless steel, minimum 2 inches by 4 inches in size, and shall be permanently attached to the valve or on the wall adjacent to the valve as directed by the ENGINEER. Valve labels shall be photographed and marked on the As-Built Drawings. Valves are also required to have an Identification Marker in accordance with the Contract Documents. G. Nuts and Bolts: All nuts and bolts on valve flanges and supports shall be in accordance with manufacturers recommendations. Where submerged or buried, all nuts and bolts on valve flanges and valve bodies shall be stainless steel. 2.2 GATE VALVES A. All buried gate valves shall be of the inside screw, non-rising stem type. Valves shall be capable of being repacked under line pressure. Valves 14-inch and larger installed on vertical pipes with their stems horizontal shall be fitted with bronze slides, tracks, rollers, and scrapers to assist the travel of the gate assembly. Quick opening valves shall have quick opening levers and cams in lieu of handwheel operators. B. Knife Gate Valves. 1. Knife gate valves shall be provided with raised face and resilient seats for positive seating. Wetted parts shall be constructed of Type 316 stainless steel. Gates shall be finish-ground on both sides to prevent packing or seat damage. Valves 2 to 4 inches in size shall be furnished with cast stainless steel bodies; valves 6 to 24 inches in size shall be furnished with cast semi- steel bodies with stainless steel linings. Valve ends shall be of the flanged or wafer design, as shown. Gate guides and jams shall be steel. Actuator shall be handwheel. Port design shall be full-round. 2. Manufacturers or approved equal: a. Red Valve Company Inc.; 02610 - Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F SECTION 02641 VALVES, GENERAL b. DeZurik Corporation c. Fabri-Valves; d. Rovang, Inc. C. Resilient-Seated Gate Valves 3. Resilient-seated gate valves conforming to ANSI/AWWA C509 shall be provided. Resilient-seated gate valves shall have cast iron bodies with flanged, bell, or mechanical joint ends, rubber-coated cast iron disc, flanged bonnet, bronze stem, O-ring seals, and operators with handwheel or square nut, unless otherwise shown. Rubber and rubber composition materials (EPDM) shall be suitable for use in water chlorine or chloramines and in sanitary sewage. 4. Manufacturers or approved equal: a. Clow Valve Co.; b. Kennedy Valve; c. Mueller Company; d. M&H Valve 2.3 ECCENTRIC PLUG VALVES A. Equipment Requirements: Plug valves shall be of the non-lubricated, eccentric type with resilient faced plugs, port areas shall be 100% of full pipe area regardless of the size. The body shall be of semi-steel (ASTM A-126 C1.B) and shall have bolted bonnet, which gives access to the intervals of the valve. Seats shall be welded overlay of high nickel content, or a stainless-steel plate locked in the body cavity. If a plate is used, it shall be replaceable through the bonnet access. Bearings shall be permanently lubricated of stainless steel, bronze or teflon lined, fiberglass backed duralon. Bearing areas shall be isolated from the flow with grit seals. Valves shall have packing bonnets where the shaft protrudes from the grit seals. Valves shall have packing bonnets where the shaft protruded from the valve and the packing shall be self-adjusting chevron type, which can be replaced without removing the bonnet. All nuts, bolts, springs and washers shall be stainless steel. B. Valves shall be designed for a working pressure of 150 PSI. The valve and actuator shall be capable of satisfactory operation in either direction of flow against pressure drops up to and including 100 PSI (for plug valves over 12 inches in diameter). Valves shall be bubble tight in both directions at 100-psi differential. C. Plug valves over 12 inches in diameter shall have worm gear operators. The operating mechanism shall be for buried service with a 2-inch square-operating nut. D. Plug valves are to be installed with the sear pointed towards the upstream flow, when specified. E. Manufacturers or approved equal: 1. Val-Matic. 2. DeZurik Corporation. 3. Clow Valve Co. 4. American 2.4 BALL VALVES (4-INCH AND SMALLER) . Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F SECTION 02610 PIPING, GENERAL A. General Requirements: Unless otherwise specified or shown, general purpose ball valves in sizes up to 4-inch shall have manual operators with lever or handwheel. Ferrous surface of 4-inch valves, which will be in contact with water, shall be epoxy-coated. All ball valves shall be of best commercial quality, heavy- duty construction. B. Body: All ball valves up to 1-1/2 inch (incl.) in size shall have bronze or forged brass 2- or 3-piece bodies with screwed ends for a pressure rating of not less than 300 psi WOG (water-oil-gas). Valves 2-inch to 4-inch in size shall have bronze forged brass or steel 2- or 3-piece bodies with flanged ends for a pressure rating of 125 psi or 150 psi. C. Balls: The balls shall be solid brass or chrome plated bronze, or stainless steel, with large or full openings. D. Stems: The valves seats shall be of Polytetrafluoroethylene (PTFE) or Buna N, for bi-directional service and easy replacement. E. Manufacturers or approved equal: 1. Jamesbury Corporation; 2. Jenkins Bros.; 3. Lunkenheimer Flow Control; 4. Wm. Powell Company; 5. Worcester Controls; 6. Valve Primer Corporation. 2.5 SWING CHECK VALVES (3-INCH AND LARGER) A. General: Swing check valves for water, sewage, sludge, and general service shall be of the outside lever and spring or weight type, in accordance with ANSI/AWWA C 508 - Swing-Check Valves for Waterworks Service, 2-inch through 24-inch NPS, unless otherwise indicated, with full-opening passages, designed for a water- working pressure of 150 psi. They shall have a flanged cover piece to provide access to the disc. B. Body: The valve body and cover shall be of cast iron conforming to ASTM A 126, with flanged ends conforming to ANSI B 16.1, or mechanical joint ends, as shown. C. Disc: The valve disc shall be of cast iron, ductile iron, or bronze conforming to ASTM B 62. D. Seat and Rings: The valve seat and rings shall be of bronze conforming to ASTM B 62 or B 148, or of Buna-N. E. Hinge Pin: The hinge pin shall be of bronze or stainless steel. F. Manufacturers or approved equal: 1. American 2. Clow 2.6 AIR-VACUUM AND AIR-RELEASE VALVES A. Air and Vacuum Valves: Air and vacuum valves shall be capable of venting large quantities of air while pipelines are being filled and allowing air to re-enter while pipelines are being drained. They shall be of the size shown, with flanged or screwed ends to match piping. Bodies shall be of high-strength cast iron. The float, seat, and all moving parts shall be constructed of Type 316 stainless steel. 02610 - Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F SECTION 02641 VALVES, GENERAL Seat washers and gaskets shall be of a material insuring water tightness with a minimum of maintenance. Valves shall be designed for minimum 150-psi water- working pressure, unless otherwise shown. B. Air-Release Valves: Air-release valves shall vent accumulating air while system is in service and under pressure and be of the size shown and shall meet the same general requirements as specified for air and vacuum valves except that the vacuum feature will not be required. They shall be designed for a minimum water- working pressure of 150 psi, unless otherwise shown. C. Combination Air Valves: Combination air valves shall combine the characteristics of air and vacuum valves and air release valves by exhausting accumulated air in systems under pressure and releasing or re-admitting large quantities of air while a system is being filled or drained, respectively. They shall have the same general requirements as specified for air and vacuum valves. D. Manufacturers or approved equal: 1. ARI 2.7 CORPORATION STOPS (Ball Valve Type) A. Unless otherwise shown, corporation stops shall be made of brass alloy for key operation, with screwed ends with corporation thread or iron pipe thread, as required. AWWA taper thread for inlet thread and compression type fittings for outlet. B. Manufacturer or approved equal: 1. Ford Meter Box Company; 2. Cambridge Brass; 3. Mueller Company. C. Electric Motor Operators 1. All motorized valves shall be furnished by the DBF through the valve manufacturers as a complete package. Motor driven valve operators shall be furnished and installed in accordance with the applicable requirements shown on the process and instrumentation diagrams and electrical elementary diagrams. Operators shall comply with AWWA requirements for electrical operators. 2. Electric operators including the motor, all required gearing, integral continuous duty rated reversing starter, AC line surge suppressors, controls and switches shall be as manufactured by Rotork, Limitorque, EIM; or approved equal. 3. The motorized operators for modulating service shall be furnished with an integral position indicator/transmitter/controller. The above unit shall be internally powered, factory calibrated and furnished with adjustable zero, span, gain and deadband controls. 4. The position indicator/transmitter shall provide a linear, isolated, 4-20 mA, 24 VDC output to remote instrumentation and controls proportional to 0-100 percent travel span. An external DC power source shall not be required. 5. The position controller shall accept a linear 4-20 mA, 24 VDC input signal proportional to 0-100 percent travel span and shall generate appropriate outputs to the reversing starter to open/close the valve until the desired . Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F SECTION 02610 PIPING, GENERAL portion has been reached as determined by the position feedback signal to the position controller. Input signal isolation shall be provided. 6. The controller shall be furnished with circuitry to "lock in the last position” upon loss of control signal. DBF shall be responsible for proper transmitter/controller calibration in accordance with the manufacturer's recommendations. 7. Operator capacity shall be adequate to continuously operate the valve under all operating conditions. Unless otherwise indicated, or specified, motor operators shall be furnished complete with motors, limit switch operating mechanisms, travel limit switches, torque switches, transmitters, controllers, starters, lightening and surge suppression, terminal blocks, gear reducers, handwheel, gearing, necessary components, and incidental accessories as follows: a. All phases of the power supply shall be monitored. The DBF shall de- energize the motor upon detection of single phasing. • Logic circuits shall be protected against spurious voltage spikes, using opto-isolators in circuits connected to any remote input or output signals. 8. 8. Enclosure: The starter for 240 volt single phase motor operators and all local devices shall be mounted on a common NEMA 4 and PVC coated cast aluminum enclosure. The enclosure shall be permanently affixed to the valve operator housing. 9. Valve Stops: Valve stops for the operators shall be positive in action. Closing shall be complete, and opening full. Stops shall be field adjustable to the required settings. The torque switches shall prevent any excessive mechanical stress or electrical overloading any direction of travel. 10. Limit switches and gearing shall be an integral part of the motorized valve operator. The limit switch gearing shall be of the intermittent type, totally enclosed in its own gear case, grease lubricated to prevent direct and foreign matter from entering the gear train and shall be made of bronze or stainless steel. Limit switches shall be of the adjustable type capable of being adjusted to trip at any point between the normal position (full open, or full closed) and 75 percent of the travel to the opposite position. 11. Local (Motor) Devices: Local devices shall include, but not be limited to the following: a. Torque Switches: Torque switches, responsive to high torque encountered in either direction of travel. A torque switch, which has tripped due to mechanical load, shall not reset when the operator motor has come to a halt. • Limit Switches: Travel limit switches, for opening and closing direction of travel. Contract operations shall be as indicated on the Drawings. If not shown on the Drawings, the operator shall be furnished with a minimum of two DPDT switches. All switches shall be furnished with 5- ampere contacts. Switches shall be connected such that when the valve is fully open, or fully closed, the "open" or "close" light shall be illuminated. All limit switch contacts shall be wired out to a terminal strip so that the electrician in the field does not have to connect to the 02610 - Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F SECTION 02641 VALVES, GENERAL switches. • Local/remote selector switch with phase motor relay and auxiliary to provide dry contacts for collective indication of placement in the "remote" operating mode, the unit is powered, and that all safety/overload interlocks are satisfied to provide the above signal. For further requirements refer to electrical elementary control schematic. • Open/close push-button for local manual operation (modulating service). • Position indicator calibrated to 0-100 percent travel span. • Terminals for remote indication of full open, full closed and overload (torque). 12. Operating Unit Gearing: The actuator shall be double reaction unit with the capability of quickly changing the output speed with a gear change. The power gearing shall consist of generated spur or helical gears of heat-treated steel, and worm gearing where required by the type of operator. Quarter turn or traveling unit operators do not specifically require worm gearing. The worm shall be of hardened alloy steel and the worm gear shall be of alloy bronze. All power gearing shall be grease-lubricated. Ball or roller bearings shall be used throughout for all motor operators. A mechanical dial position indicator to display valve position in percent of valve opening shall be provided. The gearing shall comply with AWWA requirements. 13. Stem Nuts: The actuator for other than quarter turn valves shall have a stem nut of high tensile bronze or other material compatible with the valve stem and suited to the application. The nut arrangement, where possible, shall be of the two-piece type to simplify field replacement. The stem nut for rising stem valves must be capable of being removed from the top of the actuator without removing the actuator from the valve, disconnecting the electrical wiring, or disassembling any of the gearing within the actuator. 14. Manual Operation: A handwheel shall be provided for manual operation. The handwheel shall not relocate during hand operation nor shall a fused motor prevent manual operation. 15. When in manual operating position, the volt motor driven unit will remain in this position until motor is energized at which time the valve operator will automatically return to electric operation and shall remain in motor position until handwheel operation is desired. This movement from motor operation to handwheel operation shall be accomplished by a positive declutching knob or lever, which will disengage the motor and motor gearing mechanically not electrically. Hand operation must be reasonably fast and require no more than 100 lbs. of rim effort at the maximum required torque. It shall not be possible for the unit to be simultaneously in manual and motor operation. 16. 240 Volt Single Phase Motors: All motors on valves shall be designed for 240 volts 1-phase 60 Hz power. The motor shall be specifically designed for valve actuator service and shall be of high torque, squirrel cage reversible, totally enclosed, non-ventilated construction, with motor leads brought into the limit switch compartment without having external piping or conduit box. Motor insulation shall be NEMA Class B with maximum continuous temperature rating of 120˚ C (rise + ambient). Motors shall be sized to have . Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F SECTION 02610 PIPING, GENERAL a rated running time at the rated running torque of 15 minutes without exceeding the temperature rating of the insulation system. Running load torque shall be not more than 20 percent of the rated seating/unseating torque. 17. Speed-torque curves for the motors and torque calculations for seating, unseating, and running conditions shall be submitted. The maximum valve torque (seating/unseating) shall be less than 50 percent of stall torque or starting torque potential of the motor whichever is greater. 18. Operator Type: Type A: Remote set point using a 4-20 mA analog signal a. Local Operation (1) LOCAL/REMOTE selector (2) OPEN/CLOSE push buttons (3) Position set-point potentiometer/indicator (4) LOCAL accepts local position set point (5) OPEN/CLOSE indication (6) Fault (torque) indication b. Remote operation (1) REMOTE - accept a remote 4-20 mA position set-point (2) Position transmitter 4-20mA signal to RTU (3) Available Ready of Auto to RTU (4) Fault torque status to RTU 19. Valve Closure Time: Valve closure time shall be 1 minute. 20. Spare Parts: a. DBF shall furnish loose, one unit valve operator, complete with all the devices specified herein and with all the features and characteristics similar to the equipment supplied in this Contract. The spare operator shall be delivered to the OWNER still in crates. 2.8 BUTTERFLY VALVES A. General: Butterfly valves used for 12 inch diameter and larger ONLY. All valves shall meet or exceed ANSI/NSF 61, latest revision. All valves shall meet or exceed AWWA C-504, Class 150B, latest revision. Valves shall open left, or counterclockwise. Buried service valves shall have a 2-inch operating nut. 1. Body: Body and disc material shall be cast or ductile iron meeting or exceeding ASTM A126 (latest revision) or A536, latest revision. Seat and all rubber material shall be chloramine resistant. 2. Shaft: Shaft, nuts, screws, and hardware material shall be stainless steel (Type 304 minimum). Valve disc shall be rigidly attached to the shaft to eliminate any relative motion. Shaft shall be offset from the disc and body seats so that they do not intersect. Shafts of 3-inch diameter and smaller shall be one piece through the valve with factory set thruster(s) to center the disc in the seat. Shafts larger than 3 inches diameter shall be stub-shafts rigidly keyed to the disc. Stub-shafts shall be provided with an adjustable thruster(s) to move the disc and shaft assembly positively in either direction to center the disc in the seat 02610 - Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F SECTION 02641 VALVES, GENERAL 3. Coating: Except where otherwise specified, interior and exterior ferrous surfaces, exclusive of stainless-steel surfaces, in all valves shall be coated with two-part thermosetting epoxy coating or fusion bonded epoxy coating. Flange faces of valves shall not be epoxy coated. The epoxy shall be suitable for use in potable water, reclaimed water, and wastewater. 4. Manufacturers or approved equal: a. Mueller • Val-Matic • Pratt • Clow PART 3 EXECUTION 3.1 VALVE INSTALLATION A. General: All valves, gates, operating units, stem extensions, valve boxes, and accessories shall be installed in accordance with the manufacturer's written instructions and as shown and specified. All gates shall be adequately braced to prevent warpage and bending under the intended use. Valves shall be firmly supported to avoid undue stresses on the pipe. B. Access: All valves shall be installed to provide easy access for operation, removal, and maintenance and to avoid conflicts between valve operators and structural members or handrails. C. Valve Accessories: Where combinations of valves, sensors, switches, and controls are specified, it shall be the responsibility of the DBF to properly assemble and install these various items so that all systems are compatible and operating properly. The relationship between interrelated items shall be clearly noted on shop drawing submittals. D. Butterfly Valves: All exposed butterfly valves shall be installed with a means of removing the complete valve assembly without dismantling the valve or operator. END OF SECTION 02641 . Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F SECTION 02722 SANITARY SEWERADE SYSTEM PART 1 GENERAL 1.1 RELATED DOCUMENTS A. All applicable provisions of the Bidding and Contract Requirements, and Division 1 (General Requirements) shall govern the WORK under this section. 1.2 WORK INCLUDED A. The work under this Section shall consist of furnishing and installing sewer pipes and service connections and/or abandonment of pipelines in place as indicated on the plans and in accordance with these Specifications. 1.3 RELATED WORK A. Section 02221 - Excavation and Backfilling for Utilities B. Section 02601 - Subterranean Structures C. Section 02610 - Piping – General D. Section 02641 - Valves – General PART 2 PRODUCTS 2.1 PIPE A. PVC plastic pipe and fittings for gravity sanitary sewers shall be un-plasticized, PVC Plastic Gravity Sewer Pipe conforming to ASTM D 3034 with SDR 26 (minimum pipe stiffness of 115 lbs/in/in) and integral wall bell and spigot joints for conveyance of domestic sewage that shall meet or exceed the requirements of ASTM D3212, latest revision. Sewer pipe, including laterals and fittings shall be of the same material composed of PVC plastic having a cell classification of 12454B or 12454C as defined in ASTM D 1784. Gaskets shall meet the requirements of ASTM F477, latest revision. No solvent welded pipe will be permitted. 1. In addition to the above requirements, pipe shall also conform to the following tests: a. Drop Impact Test in accordance with ASTM D 2444. b. Pipe Stiffness Test in accordance with ASTM D2412. c. Acetone Immersion Test in accordance with ASTM D 2152. B. PVC plastic gravity sewer pipe shall be as manufactured by JM Eagle or approved equal. Prior to delivery of PVC plastic pipe to the jobsite, DBF shall furnish the ENGINEER complete data from the manufacturer of the type of PVC pipe and fittings DBF proposes to install. C. C900 plastic gravity sewer pipe (or SDR 18) shall conform to ANSI/AWWA standard for pipes 4 inch through 12 inch made from class 12454-A or class 12454- B material. C-900 or C-905 plastic gravity sewer pipe will be required to be installed where the depth of installation is 12 foot or deeper. C-900 or C-905 plastic gravity sewer pipe (SDR 18) shall conform to ANSI/AWWA for pipe 14 inch through 48 inch made from class 12454- B material. D. Ductile iron pipe shall be epoxy lined and conform to ANSI/AWWA standard C151/A21.51 and C150/A21.50. E. DIP pipe shall conform with pressure class 350 for 4 inch through 24 inch. Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F SECTION 02722 SANITARY SEWERAGE SYSTEM 2.2 SUBMITTALS A. Shop Drawings: Shop drawings of all sanitary sewerage system products and materials shall be furnished as specified in Section 01340, "Shop Drawings, Product Data and Samples" 2.3 FORCE MAIN A. Pipe Material 1. Force main shall be Protecto 401 (or approved equal) epoxy lined ductile iron pipe as specified on the plans. All pipes material shall be in accordance with material specified in Section 02610 “Piping General”. PART 3 EXECUTION 3.1 GRAVITY SEWER INSTALLATION A. All sewer pipes shall be true to line and grade with bells up grade. The sections of the pipe shall be so laid and fitted together that when complete, the sewer shall have a smooth and uniform invert. The pipe shall be maintained clean. All pipe shall be free from defects. Trenches shall be kept dry while the pipe is being laid. B. Bedding of the pipe shall consist of well graded ASTM C33 #67 rock or better, requiring the bottom of the trench to be shaped to fit the bottom of the pipe for distance equal to one-half of the outside diameter of the pipe. Bell holes shall be deep enough to ensure proper bearing of the pipe barrel on the bedding. C. All joints shall be carefully fitted so as to ensure a tight waterproof joint. Joints shall not be covered until approved by the CITY. The exposed end of all pipes shall be protected so as to prevent dirt or other debris from entering the pipe. Pipes shall be thoroughly flushed at the completion of the work. D. SDR 26 shall be per ASTM D2321 with Class I embedment material. E. A minimum cover of thirty (30) inches is required for DIP and thirty-six (36) inches for PVC pipe unless otherwise shown on the plan and approved by the CITY. 3.2 SERVICE LATERAL CONNECTIONS A. All connections, which are for future use, shall be properly capped. No pipe shall be cut for connections unless approved by the CITY. Wyes for service connections shall be installed as shown on the plans. The upper end of service connections shall be laid at a depth not less than 36 inches nor more than 48 inches below finish grade elevation, unless specifically noted otherwise on plans. All private property connections shall have a minimum slope of 1%. Additional cleanouts are required on all lateral connections over 75 feet in length. DBF is to take all necessary measures to ensure that all private property connections to existing main are switched over the new sanitary sewer facilities prior to abandonment of existing main. 3.3 ABANDONMENT OF PIPELINE IN PLACE A. All sanitary sewer gravity or force mains shown on the drawings to be abandoned in place shall be properly cut and plugged after new mains or services are installed . Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F SECTION 02722 SANITARY SEWERADE SYSTEM and service is properly restored to the homeowner. The pipeline shall be filled with concrete one foot from end of pipe as specified in Division 3 - Concrete, and Section 03010. Excavation, backfill, and restoration shall be executed in accordance with requirements for removing existing and installing new pipelines. 3.4 TESTS A. After the joints have been inspected and approved, backfilling may be done until backfilled to one foot over the pipes. Backfilling shall be in accordance with Section 02221 of these Specifications. B. After backfilling gravity sewers to the pavement rock base, the ENGINEER will "lamp" the lines between MAS. If this alignment is true and no pipes are broken or misaligned, the backfilling shall be completed. After the Engineer has determined that the pipe has been properly backfilled and sufficient time has passed to allow any settlement but not more than 30 days after backfill, a deflection test is to be performed on all sections of gravity pipeline between MAS. Refer to SECTION 02723 for details on sanitary sewer pipe video requirements. C. Tests for water tightness of gravity sewers shall be made by the DBF in the presence of the ENGINEER. The sewer and connections shall not leak under the normal exterior ground water pressure at a rate in excess of 100 gallons per inch of diameter per mile per 24 hours for any section of line up to 15 inches in diameter. Special consideration shall be given to leakage allowance for sizes larger than 15 inches in diameter. Exfiltration from individual MAS shall not exceed 4 gallons in 24 hours. A maximum run of 3 MAS may be used per test. D. Where the crown of the pipe is below the natural ground water table at the time and place of testing, the pipe shall be tested for infiltration. Suitable watertight plugs shall be installed and sections of pipe to be tested shall be pumped dry before start of the test. Where the crown of the pipe is above the natural water table, the pipe shall be tested for exfiltration by installing necessary plugs and filling pipes and MAS with water and maintaining a static head of water of two feet above the crown of the pipe during the test. Exfiltration tests shall be conducted on gravity lines, building and house lateral lines, unless waived by the ENGINEER. With sanitary sewers, the water level or internal pressure to be used for exfiltration tests shall be determined by the ENGINEER. E. All visible leaks, regardless of results of infiltration tests, shall be repaired. All repairs shown necessary by the tests are to be made, broken or cracked pipe replaced, all deposits removed, the sewer left true to line and grade and entirely clean, free from lumps of cement, protruding gaskets, bulkheads, etc., and ready for use before final acceptance is made. F. Repair of any defects found in the system are to be completed at the expense of the DBF. G. On sanitary sewers, final infiltration and exfiltration tests shall be made by the DBF at their expense after all limerock base installations are completed and the sewers are cleaned and ready for use. H. The ENGINEER shall maintain a record showing date and time of inspection, calculation of allowable exfiltration or infiltration and amount of measured Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F SECTION 02722 SANITARY SEWERAGE SYSTEM exfiltration or infiltration. I. DBF will provide video of the sanitary sewer pipe installed. Video review of gravity sanitary sewer pipe will be performed by the ENGINEER and reviewed for compliance with the CITY Sewer Standard Details. First lift of rock must be installed before the gravity sewer pipe is videoed and available for review and approval by the ENGINEER. 3.5 WARRANTY A. Repair and replacement. Any repairs or replacement necessitated by mechanical failure due to faulty materials, improper installation or poor quality of work shall be completed within five (5) days after notification by the ENGINEER. At the expiration of this time, the OWNER shall be entitled to have work done by others at the expense of the DBF. Such repair work done by others shall not void the warranty nor the responsibility of the DBF for the balance of the installation by the DBF. END OF SECTION 02722 . Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F SECTION 02722 SANITARY SEWERADE SYSTEM PART 1 GENERAL 1.1 RELATED DOCUMENTS A. All applicable provisions of the Bidding and Contract Requirements, and Division 1- General Requirements shall govern the WORK under this section. 1.2 WORK INCLUDED A. The work included in this section consists of furnishing all labor, supplies equipment and materials necessary to complete the installation of all landscaping as shown on the Plans as base bid including the installation of sod and seeding as shown, as well as all other related responsibilities as described in these Specifications and accompanying plans. B. Installation: All plant materials included shall be of the specific size and quality indicated on the plans and in these specifications and shall be installed in strict accordance with sound nursery practices and shall include maintenance and watering for all work outlined on the plans and specifications until final acceptance. C. Quantities and Locations: The CITY reserves the right to adjust the number and locations of the designated types and species to be used at any of the locations shown in order to provide for any modifications which might become necessary. 1.3 RELATED WORK A. Section 02910 – Sodding 1.4 QUALITY ASSURANCE A. Responsibility for Assuring Quality Work: The DBF'S Superintendent shall be well versed in Florida plant material, planting operations, blueprint reading, and coordination with other performing contracts or services in the job area. B. All employees shall be competent and highly skilled in their particular job in order to properly perform the work assigned to them. The DBF shall be responsible for maintaining the quality of the material on the job throughout the duration of the CONTRACT. C. Correct Grade of Plants: In the event that it becomes apparent that any nursery supplying plants for this work has knowingly and consistently represented the grade of plants as being higher than their actual grades as determined under these provisions, all plants already delivered from such sources shall be removed from the job at the DBF'S expense, and no further plants will be accepted from such nursery until written evidence is submitted and confirmed that all material for delivery has been inspected and approved by inspectors of the State Plant Board as being of the grade as represented. D. Authority for Nomenclature, Species, Etc.: All plant material shall conform to the names given in Hortus Third, 1976 edition. Names of varieties not included therein conform generally with names accepted in the nursery trade. E. Grade Standards: All plant materials shall be nursery grown except where specified as collected material, and shall comply with all required inspections, grading standards and plant regulations as set forth by the Florida Department of Agriculture's "Grades and Standards for Nursery Plants" revised 1973, or with any 02900 - 10 Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F SECTION 02900 LANDSCAPE WORK superseding specifications that may be called for on the Plans or in the Specifications. ALL PLANTS NOT LISTED IN THE GRADES AND STANDARDS FOR NURSERY PLANTS, shall conform to a Florida No. 1 as to: (1) Health and Vitality, (2) Condition of Foliage, (3) Root System, (4) Freedom from Pest or Mechanical Damage, (5) Heavily Branched and Densely Foliated according to the accepted normal shape of the species, or sport, (6) Form and branching habit. F. Balled and Burlapped (B&B) and Wire Balled and Burlapped (WB&B) Plants: These plants shall be properly protected until they are planted. The plant shall be handled only by the earth ball and not be the plant itself. G. Any (B&B) or (WB&B) plant which shows evidence of having handled by a method other than the method outlined above and resulting in a cracked or broken ball or of the roots being loosened within the ball shall be rejected. H. For plants grown in soil of loose texture, which does not readily adhere to the root system, (especially in the case of large plant material), WB&B plants may be specified. For WB&B plants, before plant is removed from the hole, sound hog wire shall be placed around the burlapped ball and looped and tensioned until the burlapped ball is substantially packaged by the tightened wire netting, such as to prevent disturbing of the loose soil around the roots during handling. Any wire, synthetic material or chemically treated material will be removed from the rootball at planting time, all ties shall be removed from the rootball and around the trunk at planting. I. Container Grown Plants (CG): Any Container Grown (CG) plants, which have become "pot bound" or for which the top system is out of proportion (larger) to the size of the container, will not be acceptable. J. With metal containers, unless the root-ball system slips easily and unbroken from the can, a nursery can-cutter shall be used to slit the can in such a way that the can may be opened fully. K. CG plants shall not be removed from the can until immediately before planting, and with all due care to prevent damage to the root system. L. Submit to the CITY the names and locations of nurseries proposed as sources of acceptable plant material. The CITY reserves the right to visit the nursery to inspect and/or select the specified material. M. The CITY will be included in the hand selecting of all Live Oaks for the project. 1.5 DELIVERY, STORAGE AND HANDLING A. Inspection and Transporting: Movement of nursery stock shall comply with all Federal, State, and local laws and regulations. Therefore, required inspection certificates shall accompany each shipment, and shall be filed with the CITY. B. Wrap root balls with burlap. Wire wraps burlap if root ball is not sufficiently compacted. Palms will not require burlap wrapping if the following requirements are met: 1. Dug from marl or heavy soil that adheres to roots and retains shape without shattering. 2. Moistened material used to cover ball and roots not exposed to wind and sun. 3. Transport material on vehicles large enough to allow plants not to be crowded. Plants shall be covered to prevent wind damage during transit and . Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F SECTION 02722 SANITARY SEWERADE SYSTEM shall be kept moist, fresh and protected at all times. Such protection shall encompass the entire period, which the plants are in transit, being handled, or are in temporary storage. C. All plant material shall not remain on the work site longer than two (2) days prior to being installed. 1.6 SUBSTITUTIONS A. Substitutions of plant types or change in the size of plant material will only be permitted upon submission of documented proof that the particular plant type and size specified is not obtainable. B. Where B&B or WB&B plants are specified, CG plants of the same species, etc., will not be accepted. Where a B&B or WB&B is not specified on a particular plant material, B&B, WB&B or CG plants may be used provided they meet all specifications. 1.7 GUARANTEE A. All plant material shall be guaranteed for a minimum of one (1) calendar year from the time of final acceptance. 1.8 REPLACEMENT A. The guaranteeing of plant material shall be construed to mean the complete and immediate replacement of plant material if it is: 1. Not in a healthy growing condition. 2. There is a question to its survival ability at the end of the guarantee period. 3. It is dead. 1.9 SIZE, QUALITY AND GRADE OF REPLACEMENT A. Replacement plant material shall be of the same species, quality and grade as that of the plant to be replaced. The size of the replacement shall not necessarily be the same size as the original specified plant at its initial planting but shall closely match specimens of the same species. Replacements shall be guaranteed for a period equal to the originally specified guarantee. This guarantee period shall begin at time of plant replacement. 1.10 GUARANTEE NULL AND VOID A. The guarantee shall be null and void for plant material which is damaged or dies as a result of "Act of God" limited to hail, freeze, lightening, winds which exceed hurricane force, and lethal yellowing, providing the plant was in a healthy growing condition prior to these "Acts of God". PART 2 MATERIALS 2.1 PLANT MATERIAL A. Florida No. 1: Except where another grade is specifically called for in the Plans, all plant material shall be no less than Florida No. 1 at the time of final inspection immediately prior to the acceptance by the OWNER. 02900 - 10 Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F SECTION 02900 LANDSCAPE WORK B. Habit of Growth: All plant material shall have a habit of growth that is normal for that species and shall be sound, healthy, vigorous and free from insects, plant diseases, injuries, and dead limbs. C. Branching, Leafing, Measurements and Ball Sizes: 1. Trees and Shrubs: Requirements for the measurement, branching character, ball diameter, depth and other standards shall follow the Code of Standards recommended by the American Association of Nursery Stock, Bulletin Z-60.1- 1973 and as revised. 2. Palms: Requirements for the measurement of clear trunk, clear wood and graywood ball diameter and depth shall comply with requirements as set forth by the Florida department of Agriculture's "Grades and Standards for Nursery Plants, Part II for Palms and Trees". D. Die-Back and Leaf-Drop: Plant material showing signs of die-back or leaf-drop will not be accepted and must be removed from the job immediately if so directed by the CITY. Therefore, any plant material with tendencies toward leaf-drop or dieback must be root pruned early enough to provide a sound network of hair roots prior to relocation to the job site. E. Mechanical Destruction of Foliage: Mechanical destruction of foliage resulting from root pruning shall not effect more than 10% of the total foliage prior to planting on the job site. Loss of foliage caused by seasonal change will be accepted. F. Spanish Moss: If Spanish Moss (Tillandsia usneoides) exists on plant material, it shall be completely removed prior to planting on the job site. G. Palms: Before transporting, see Delivery, Storage and Handling; for requirements related to wrapping of root balls. 1. Remove a minimum of fronds from the crown of the palms to facilitate transporting and handling. 2. Palms with burn marks, nail holes, and frond boots on trunk shall not be accepted. 3. Using untreated burlap strip or untreated cotton twine, tie Sabal Palmetto buds and leave in place until Palmetto is established. Tying shall be as set forth in Florida Department of Agriculture's "Grades and Standards for Nursery Plants". Tying of other palms shall be at the option of the DBF. 4. To reduce head volume, Palm fronds may be taper trimmed by not more than one- third (1/3). 5. Palm trees showing cable or chain marks and equipment scars shall be rejected. H. Chlorosis: The allowable level of Chlorosis in foliage shall be as set forth in the Florida Department of Agriculture's "Grades and Standards for Nursery Plants". 2.2 PLANTING SOILS A. General Type: All plant material with the exception of Sabal Palmetto shall be planted with planting soil mixed with 50% original soil, if the soil is of good quality, as determined by the CITY. The planting soils shall be sandy loam (50% sand, and 50% muck) typical of the locality. The soil must be taken from ground that has never been stripped, with a slight acid reaction (5.5 to 6.5 pH) and without an . Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F SECTION 02722 SANITARY SEWERADE SYSTEM excess of calcium or carbonate. Soil shall be delivered in a loose friable condition. B. Special Type: Planting soil for palms shall be a good grade of salt free sand, which is free of all weeds. 2.3 WATER A. Water shall be potable, from municipal water supplies or other sources, which are approved by a public health department. 2.4 MULCH A. Mulch shall be Eucalyptus mulch or other approved non-native tree bark mulch. It must be uniformly shredded and be free from pieces of bark larger than 1 inch, foreign matter, weed seeds and any other organic or inorganic material. Submit sample for approval. DBF shall apply one application at initial installation and a second application prior to final acceptance. 2.5 FERTILIZER A. New Plant Material: Trees, palms and shrubs, fertilize with Agriform planting tablets, 20- 20-5 formula, 21 gram or approved equal. B. New Ground Covers: Fertilize with an approved fertilizer of fifty percent (50%) or greater organic 6-6-6 or 8-8-8 with minor elements including, but not limited to, iron zinc and manganese. C. Composition of Quality: All fertilizer shall be uniform in composition and dry. Granular fertilizer shall be free flowing and delivered in manufacturers standard container with name of material, weight and guaranteed analysis printed on container. Tabletized fertilizer shall be delivered in unopened containers or boxes. All bags, containers or boxes shall be fully labeled with the manufacturer's analysis. Submit labels to CITY for approval prior to placement of fertilizer. D. All shall comply with the State of Florida fertilizer laws. 2.6 PRUNING PAINT A. Pruning paint shall be commercial tree paint, which is waterproof, antiseptic, adhesive, elastic and free of kerosene, water, cresol, and any other substances harmful to plant material. 2.7 VEGETATIVE ROOT INHIBITOR A. A vegetative root inhibitor shall consist of a polypropylene fabric with root control time- release modules of Trifluralin with an effective life of 100 years or approved equal B. Vegetative root inhibitor shall be Bio-Barrier as manufactured by Reemay, Inc. or approved equal. PART 3 EXECUTION 3.1 INSPECTION A. Utilities: The location and existence of utilities (overhead and underground) shall be thoroughly investigated and verified by the DBF before the work begins in the 02900 - 10 Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F SECTION 02900 LANDSCAPE WORK area of said utilities. The DBF shall exercise care in digging and work so as not to damage existing utilities in said areas, such as underground pipes, cables, wires, etc. Should such overhead or underground obstructions be encountered which interfere with planting, the CITY shall be consulted immediately in order for a decision to be made on the relocations of plant material to clear such obstruction. The DBF shall be responsible for the immediate repair of any damage to utilities caused by DBF’s work. 3.2 PREPARATION A. Staking Plant Locations: Plant locations must be staked or marked prior to plant hole excavation or placing on deck, by scaling the plants from existing features found on-site and shown on the plans or by given dimensions if shown. B. Spacing of Shrubs: Shrub beds located next to another bed, walkway, structure, etc., shall have the plants along the perimeter spaced so that the plants can mature properly without growing into the other bed, walkway, structure, etc. C. Excavation of Plant Holes: Excavation of plant holes shall be roughly cylindrical in shape with the sides approximately vertical. The CITY reserves the right to adjust the size and shape of the plant hole and the location of the plant in the hole to compensate for unanticipated structures or unanticipated factors. All plant holes shall be sufficiently deep to allow the rootball to set on existing soil and have root collar at grade level. Plants shall be centered in the holes with the tree trunk locations scaled from existing permanent structures as shown on the drawings. Plants shall be set straight or plumb in locations. All plant holes to accommodate plants with ball sizes less than 24 inches in diameter shall be at least 18 inch greater than the diameter of the ball. All plants holes to accommodate plants with ball sizes two feet (2') and larger in diameter shall be at least twice the diameter of the ball. The excavated material from the plant holes may not be used to back-fill around the plant material. Such material shall be disposed of either on the project site or off the site as directed by the CITY. Plant holes for shrub material planted in mass shall meet all requirements listed above for plant holes. However, they shall not be individual holes but one continuous hole or excavation. Plant holes for hedge material shall also meet all requirements listed above for plant holes, however, a continuous trench shall be used in lieu of individual holes. 3.3 INSTALLATION A. Setting of Plants: 1. When lowered into the hole the plant shall rest on the prepared hole bottom such that the roots after settlement are level, or slightly above the level of its previous growth condition and the final level of the ground around the plant shall conform to the surrounding grade. The plants shall be set straight or plumb or normal to the relationship of their growth prior to transplanting. The CITY reserves the right to realign any plant material after it has been set. 2. Palms of the Sabal species may be set deeper than the depth of their original growth condition in order to lessen the necessity for support or bracing. For such deeper planting however, it will be required that the underlying soil be . Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F SECTION 02722 SANITARY SEWERADE SYSTEM friable and that the clear trunk requirements set forth in the plant list be maintained from the finished grade and NOT from the previous grade of the palm trees before it was transplanted. 3. Plant material of the shrub category and smaller must be handled by the ball only. Plant material too large for hand handling, if moved by winch or crane, must be thoroughly protected from chain, rope or cable marks, girdling, bark slippage, limb breakage and any other damage that might occur by improper handling or negligence. 4. All palm trees handled by the trunks must be wrapped with burlap and wood battens, held in place by banding strips as called for in the details. B. Backfilling: 1. Use planting soils approved by the City. Backfill to the bottom two thirds of the planting hole and firmly tamp and settle by watering as backfilling progresses. After having tamped and settled the bottom two thirds (2/3) of the hole, thoroughly puddle with water and fill remaining one third (1/3) of the hole with planting soil, tamping and watering to eliminate air pockets. C. Application of Fertilizer: 1. Fertilize New Planting (Trees, Palms and Shrubs) as follows: a. Specified Container Size Application Rate 1 gallon container 1 tablet 3 gallon container 2 tablets 5 gallon container 3 tablets 7 gallon container 5 tablets b. Large tubs or boxes and B&B material shall receive one (1) tablet for each one- half (1/2) inch of trunk diameter (measured three (3) feet from ground). For large shrubs, one (1) tablet for each one (1) foot of height or spread. D. Mulch: Within 24 hours after planting, planting areas must be mulched as called for in these specifications. The mulch shall be uniformly applied to a depth of two (2) inches over all shrub, tree and groundcover areas and any areas indicated on the plans. E. Staking and Guying shall be installed within 24 hours; in accordance with details. F. Initial Watering: Initially, water the plant material to develop uniform coverage and deep- water penetration of at least six inches (6"). Avoid erosion, puddling, and washing soil away from plant roots. G. Hand Watering: Provide hand watering of plant material as necessary subject to weather conditions, to maintain healthy growing conditions until final acceptance. This shall be in addition to water received from irrigation system, if any. H. Pruning 1. The amount of general pruning shall be limited to the minimum necessary to remove dead or injured twigs and branches and to compensate for the loss of roots as a result of transplanting operations. Pruning shall be done in such a manner as not to change the natural habit of shape of a plant, and in accordance with National Arborist Association standards for pruning. 2. All broken or damaged roots shall be cut off smoothly. The tops of all trees 02900 - 10 Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F SECTION 02900 LANDSCAPE WORK shall be pruned in a manner complying with standard horticultural practices. All cut surfaces of one-half inch (1/2") or more in diameter above ground level shall be treated with approved commercial tree paint. I. Weeding: In the event that weeds or undesirable vegetation becomes prevalent to such an extent that they threaten plant material, they shall be removed as directed by the CITY. If necessary, the plant material and/or planting soil shall be replaced as needed to eliminate the weeds at the expense of the DBF. 3.4 CLEANING AND PROTECTION A. Disposal of Trash: All debris and other objectionable material created through planting operations and landscape construction shall be removed completely on a daily basis from the job or as directed by the CITY. Excess soil shall be disposed of as directed by the CITY. B. Responsibility for Protection and Restoration of Property: The DBF shall be responsible for all damage to property whether it is accidental or necessary for the completion of the contract. C. Protection Against Mechanical Damage: The DBF's responsibility for protection against mechanical damage shall include providing protection from vehicles and providing warning signs and barricades as might be necessary and DBF shall repair, restore and replace any planting areas which become damaged as a result of any negligence of the DBF or DBF’s employees in complying with these requirements. Coordination shall be with the OWNER. D. Responsibility Prior to Final Acceptance: 1. Maintenance shall begin immediately after each plant is planted and continue until final acceptance. 2. Plants shall be watered by hose, soaking thoroughly each day for the first two weeks (14 calendar days) and every other day for the following two week period. Soaking then shall continue on a twice weekly basis for another period of three (3) weeks for material over five feet (5') height, amounting to a total of 28 days after installation of planting under five feet (5') and a total of 45 days for plants over five feet (5'). All watering is required without regard to an irrigation system. 3. Plant maintenance shall include watering, pruning, weeding, cultivating, mulching, tightening and repairing of guys, stakes, braces, etc., replacement of sick or dead plants, resetting plants to proper grades or upright position and maintenance of the watering saucer, and all other care needed for proper growth of the plants. Plant material rejected during the course of the construction shall be removed within five (5) working days and replaced before the inspection for completion will be scheduled. 4. During the maintenance period and up to the issuance of Certificate of Final Acceptance, the DBF shall do all seasonal spraying and/or dusting of all planting. The materials and methods shall be in accordance with the highest standard nursery practices and as recommended by the CITY prior to implementation. 5. Planting areas and plants shall be protected against trespassing and . Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F SECTION 02722 SANITARY SEWERADE SYSTEM damage. If any plants become damaged or injured they shall be treated or replaced, as directed and in compliance with this specification. No work shall be done within or over planting areas or adjacent to plants without proper safeguards and protection. END OF SECTION 02900 02900 - 10 Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F SECTION 03010 CONCRETE PART 1 GENERAL 1.2 RELATED DOCUMENTS A. All applicable provisions of the Bidding and Contract Requirements, and Division 1- General Requirements shall govern the WORK under this section. 1.2 WORK INCLUDED A. Provide all labor, materials, necessary equipment and services to complete the concrete work, as indicated on the drawings, as specified herein or both, except as for items specifically indicated as "NIC ITEMS". B. Including but not necessarily limited to the following: 1. Form work, shoring, bracing and anchorage. 2. Concrete reinforcement and accessories. 3. Cast-in-place concrete. 4. Plugging abandoned pipelines and/or structures in place. 1.2 RELATED WORK A. Section 02510 - Concrete sidewalk B. Section 02513 - Asphaltic Concrete Paving – General C. Section 03300 - Cast-in-Place Concrete. D. All applicable sections of Division 1, 2, 3 and 4. 1.2 QUALITY ASSURANCE A. All work shall be in accordance with ACI 301, latest edition, a copy of which shall be maintained on site. B. Requirements of Regulatory Agencies: perform work in accordance with local building and other applicable codes. C. Installation: Performed only by skilled laborers with satisfactory record of performance on completed projects of comparable size and quality D. Inspection and Testing 1. Test Cylinders - As per ASTM C-39. a. Minimum of three (3) concrete test cylinder shall be taken for every 75 or less cubic yards of concrete placed each day. b. Minimum of one (1) slump test shall be taken during any cold weather concreting, and be cured on job site under same conditions as the concrete it represents. 2. Slump Test - As per ASTM C-143. a. Minimum of one (1) slump test shall be taken for each set of test cylinders taken. 1.2 SUBMITTALS A. Test Reports: Reports of concrete compression, yield, air content and slump tests. B. Certificates: 1. Manufacturer's certification that materials meet specification requirements. 2. Material content per cubic yards of each class of concrete furnished. a. Dry weights of cement. . Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F SECTION 03010 CONCRETE b. Saturated surface-dried weights of fine and coarse aggregate. c. Quantities, type and name of all mixtures. d. Weight of water. 3. Ready-mix delivery tickets as per ASTM C-94. C. Shop Drawings: 1. Show sizes and dimensions for fabrication and placing of reinforcing steel and bar supports. 2. Indicate reinforcement sizes, spaces, locations and quantities or reinforcing steel, and wire fabric, bending and cutting schedules, splicing and supporting and spacing devices. 3. Indicate formwork dimensioning, materials, arrangement of joints and ties. 4. Shop drawings shall be prepared under seal of a Professional Structural Engineer, registered in the State of Florida. 1.2 DELIVERY, STORAGE AND HANDLING A. Deliver reinforcement to project site in bundles marked with metal tags indicating bar size and length. B. Handle and store materials to prevent contamination. 1.2 JOB CONDITIONS A. Allowable concrete temperatures: 1. Hot weather: Maximum 90 degrees F as per ASTM C-94. B. Do not place concrete during rain, unless protection is provided. PART 2 PRODUCTS 2.1 FORM MATERIALS A. Materials shall conform to ACI 301, latest edition B. Plywood forms: Douglas Fir Species, solid one side, form grade, sound undamaged sheets. C. Lumber: Southern Pine Species, No. 2 Grade, with grade stamp clearly visible. D. Form Ties: Removable, snap-off metal, of fixed and adjustable length, cone ends. E. Tubular Column Type: Round, spirally wound laminated fiber material, clearly visible. 2.2 REINFORCING STEEL A. Reinforcing steel shall conform to ASTM A615, 60 ksi yield grade billet steel reformed bars; uncoated finish. B. Welded steel wire fabric shall confirm to ANSI/ASTM A185, plain type; coiled rolls, uncoated finish. 2.3 CONCRETE MATERIALS A. Cement: shall conform to ASTM C150, normal Type II Portland, gray color. B. Fine and coarse aggregate shall conform to ASTM C33. C. Water: clean and not detrimental to concrete. Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F SECTION 03010 CONCRETE 2.4 ADMIXTURES A. Air Entraining: ASTM C-260 B. Chemical: Type (as required) ASTM C-494. C. Fly Ash and Pozzolans: ASTM C-618 D. Color - Conditioned Concrete: ASTM C-494 and ASTM C-979 2.5 ACCESSORIES A. Non-shrink grout: pre-mixed compound with non-metallic aggregate, cement, water reducing and plasticizing agents; capable of minimum compressive strength of 3500 psi. B. Construction joints: locate and install construction joints, which are not shown on drawings, so as not to impair strength and appearance of the structure, as acceptable to the CITY. Place construction joints perpendicular to the main reinforcement, continue reinforcement across construction joints. C. Expansion joints: shall be a minimum of 3/4-inch thick asphalt impregnated fiberboard as per ASTM D-1751. D. Form release agent shall be a colorless material, which will not stain concrete, absorb moisture or impair natural bonding or color characteristics of coating intended for use on concrete. E. Water shall be clear and potable. 2.6 CURING MATERIALS A. Water shall be clean and potable. B. Absorptive mat shall be burlap fabric of 9 oz./sq. yd. clean, roll goods complying with AASHTO M182, Class 3. C. Membrane curing compound shall conform to ASTM C309. D. Clear Sealer: "Clear Bond" as manufactured by Guardian Chemical Co., Dayton Day- Chem Cure-W (J-9-A) or approved equal. E. Color curing compound shall be liquid membrane-forming conforming to ASTM C 309 two- component Lithochrome Colorwax by L.M. Scofield Company, or approved equal, color to match admixture for color-conditioned concrete. 2.7 CONCRETE MIX A. Mix concrete in accordance with ASTM C94. B. Concrete: 1. Compressive strength (28 days): 3000 psi. 2. Slump: 4(+) 1 inch. C. Concrete / Flowable fill for grouting and plugging: 1. Compressive strength (28 days) 2000 psi. 2. Slump: as required to grout and plug. PART 3 EXECUTION 3.1 FORMWORK ERECTION A. Verify lines, levels, and measurement before proceeding with formwork. B. Hand trimmed sides and bottom of earth forms; remove loose dirt. . Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F SECTION 03010 CONCRETE C. Align form joints. D. Do not apply form release agent where concrete surfaces receive special finishes or applied coatings, which may be affected by agent. E. Coordinate work of other sections in forming and setting openings, slots, recesses, chases, sleeves, bolts, anchors and other inserts. 3.2 REINFORCING A. Place, support and secure reinforcement against displacement. 3.3 PLACING CONCRETE A. Color Conditioned concrete, when batching, shall not be less than one-third of the capacity of the mixing drum (a minimum of four yards for a ten-yard mixer) and will be in full cubic yard increments. B. Notify CITY minimum 24-hours prior to commencement of concreting operations. C. Scratch, float, trowel, broom or belt finish surfaces, as scheduled or indicated on the Drawings. D. Place 2000 psi concrete for pugging and grouting pipelines and structures in-place as required after proper connection to new service and function of system is completes. 3.4 TOLERANCES A. Provide Class B tolerance to floor slabs according to ACI 301. Pitch to drains 1/4 inch per foot. 3.5 FINISHES FOR EXPOSED SURFACES A. Provide exposed surfaces with finishes as called for on the Drawings. 3.6 CONCRETE CURING A. Curing for standard grey work after finishing, cure concrete by keeping moist for one (1) week after placement. Floors and vertical surfaces may be sprayed with an approved curing compound to retard evaporation of water, if spraying is not objectionable because of future finishing requirements. Begin curing operations as soon as concrete has attained its initial set. Keep exposed concrete surface moist for at least one (1) week. B. Apply a liquid membrane-forming compound, conforming with ASTM C 309, color to match that of the color condition concrete. Apply on flat work immediately after the finishing operation pursuant to the manufacturer’s recommendations. END OF SECTION 03010 Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F SECTION 03100 CONCRETE FRAMEWORK PART 1 GENERAL 1.1 RELATED DOCUMENTS A. All applicable provisions of the Bidding and Contract Requirements, and Division 1- General Requirements shall govern the WORK under this section. 1.2 WORK INCLUDED A. Formwork for Cast-In-Place Concrete, with shoring, bracing, and anchorage. B. Openings for other affected work. C. Form accessories. D. Stripping forms. 1.3 RELATED WORK A. Section 03010 - Concrete. B. Section 03300 - Cast-In-Place Concrete. 1.4 SYSTEM DESCRIPTION A. Design, engineer and construct formwork, shoring and bracing to meet design code requirements, so that resultant concrete conforms to required shapes, lines, and dimensions. 1.5 QUALITY ASSURANCE A. Construct and erect concrete formwork in accordance with ACI 301 and 347. 1.6 SUBMITTALS A. Indicate pertinent dimensions, materials, and arrangement of joints and ties. B. Prepare shop drawings under seal of Professional Structural Engineer registered in the State of Florida. C. Manufacturers certification that materials meet specification requirements. 1.7 DELIVERY, STORAGE AND HANDLING A. Deliver, store and handle materials in accordance with manufacturers recommendations. B. Deliver form materials in manufacturer's packaging with installation instructions. C. Store off ground in ventilated and protected area to prevent deterioration from moisture or damage. D. Remove packaging from void forms. PART 2 PRODUCTS 2.1 FORM MATERIALS A. Plywood: Douglas Fir Species; medium density overlaid one side grade; sound, undamaged sheets with straight edges. B. Lumber: Southern Pine Species; No. 2 grade; with grade stamp clearly visible. C. Tubular Column: Round, of spirally wound laminated fiber type; surface treated with release agent; of size required. . Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F SECTION 03100 CONCRETE FRAMEWORK 2.2 FORMWORK ACCESSORIES A. Form Ties: Snap-off metal of adjustable length; cone type; 1 1/2 inch break back dimension; free of defects that will leave holes no larger than 1-1/4 inches diameter in concrete surface. B. Form Release Agent: Colorless material which will not stain concrete, absorb moisture, or impair natural bonding in color characteristics of coating intended for use on concrete. C. Fillets for Chamfered Corners: Wood strips or rigid PVC plastic in maximum possible lengths. D. Nails, Spikes, Lag Bolts, Through Bolts, Anchorages: Sized as required; or strength and character to maintain formwork in place while placing concrete. PART 3 EXECUTION 3.1 INSPECTION A. Verify lines, levels, and measurements before proceeding with formwork. 3.2 PREPARATION A. Hand-trim sides and bottoms of earth forms; remove loose dirt prior to placing concrete. B. Minimize form joints. Symmetrically align joints and make weathertight to prevent leakage of mortar. C. Arrange and assemble formwork to permit dismantling, stripping, so that concrete is not damaged during its removal. D. Arrange forms to allow stripping without removal of principal shores, where required to remain in place. 3.3 ERECTION A. Provide bracing to ensure stability of formwork. Strengthen formwork liable to be overstressed by construction loads. B. Camber slabs and beams to achieve ACI 301 tolerances. C. Provide temporary ports in formwork to facilitate cleaning and inspection. Locate openings at bottom of forms to allow flushing water to drain. Close ports with tight fitting panels, flush with inside face of forms, neatly lifted so that joints will be apparent in exposed concrete surfaces. D. Provide expansion strips on external corners of beams and columns, where exposed. E. Install void forms. Protect from moisture before concrete placement. Protect from crushing during concrete placement. F. Construct formwork to maintain tolerances in accordance with ACI 301. 3.4 APPLICATION OF FORM RELEASE AGENT A. Apply form release agent on formwork in accordance with manufacturer's instructions. Apply prior to placing reinforcing steel, anchoring devices, and embedded items. B. Do not apply form release agent where concrete surfaces are scheduled to receive Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F SECTION 03100 CONCRETE FRAMEWORK special finishes or applied coverings, which may be affected by agent. Soak contact surfaces of untreated forms with clean water. Keep surfaces wet prior to placing concrete. 3.5 INSERTS, EMBEDDED PARTS, AND OPENINGS A. Provide formed openings where required for work embedded in or passing through concrete. B. Coordinate work of other sections in forming and setting openings, slots, recesses, chases, sleeves, bolts, anchors, and other inserts. C. Install accessories in accordance with manufacturer's instructions, level and plumb. Ensure items are not disturbed during concrete placement. 3.6 FORM REMOVAL A. Notify CITY prior to removing formwork. B. Do not remove forms and shoring until concrete has sufficient strength to support its own weight, and construction and design loads which may be imposed upon it. Remove load- supporting forms when concrete has attained 75 percent of required 28-day compressive strength, provided construction is reshored. C. Formwork not supporting weight of concrete, such as sides of beams, walls, columns, and similar parts of the work, may be removed after cumulatively curing at not less than 50 degrees F for 24-hours after placing concrete, provided concrete is sufficiently hard to not be damaged by form removal operations, and provided curing and protection operations are maintained. D. Formwork supporting weight of concrete, such as beam soffits, joints, slabs and other structural elements, may not be removed in less than 14 days and until concrete has attained design minimum compressive strength at 28-days. Determine potential compressive strength of in place concrete by testing field-cured specimens representative of concrete location of members. E. Reshore structural members due to design requirements or construction conditions to permit successive construction. F. Remove formwork progressively so no unbalanced loads are imposed on structure. G. Do not damage concrete surfaces during form removal. H. Store reusable forms for exposed architectural concrete to prevent damage to contact surfaces. I. Remove formwork in same sequence as concrete placement to achieve similar concrete surface coloration. 3.7 CLEANING A. Clean forms to remove foreign matter as erection proceeds. B. Ensure that water and debris drain to exterior through clean-out ports. END OF SECTION 03100 . Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F SECTION 03300 CAST-IN-PLACE CONCRETE PART 1 GENERAL 1.1 RELATED DOCUMENTS A. All applicable provisions of the Bidding and Contract Requirements, and Division 1- General Requirements shall govern the WORK under this section. 1.2 WORK INCLUDED A. Provide all labor, materials, necessary equipment and services to complete the Cast-In- Place Concrete Work, as indicated on the drawings, as specified herein or both except as for items specifically indicated as "NIC ITEMS". B. Including but not necessarily limited to the following: 1. Cast-In-Place concrete walls, footings, foundation walls, paving, walks, slabs, formwork, reinforcing and all other components as indicated on the Drawings. 1.3 RELATED WORK A. Section 03010 - Concrete. B. Section 03100 - Concrete Form work. C. Section 03370 - Concrete Curing. D. Section 02510 - Concrete Sidewalk 1.4 QUALITY ASSURANCE A. Applicator Qualifications: Minimum of five years’ experience on 5 comparable concrete projects. B. Requirements of Regulatory Agencies: Perform work in accordance with local building codes. C. Allowable Tolerances: Flat work true to plane 1/8 inch in 10 feet. D. Slump tests as per ASTM C-143, and test cylinders as per ASTM C-39. 1.5 TESTS A. Submit proposed mix design of each class of concrete to appointed firm for review prior to commencement of work. B. Testing firm will take cylinders and perform slump and air entrainment tests in accordance with ACI 301 C. Tests of cement and aggregates will be performed to ensure conformance with requirements stated herein. D. Three (3) concrete test cylinders will be taken for every 75 cubic yards. or less of each class of concrete placed each day. E. One (1) slump test will be taken for each set of test cylinders taken. F. All testings shall be at the expense of the DBF. 1.6 SUBMITTALS A. Provide product data for specified products. B. Test Reports: Reports of concrete compression, yield, air content, and slump tests. C. Certificates: 1. Manufacturer's certification that materials meet specification requirements. Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F SECTION 03300 CAST-IN-PLACE CONCRETE 2. Ma a. terial content per cubic yard of each class of concrete furnished. Dry weights of cement. b. Saturated surface-dried weights of fine and coarse aggregate. c. d. Quantities, type and name of admixtures. Weight of water. 3. Ready-mix delivery tickets, ASTM C-94. D. Shop Drawings: 1. Show sizes and dimensions for fabrication and placing of reinforcing steel and bar supports. 2. Indicate bar schedules, stirrup spacing, and diagrams of bend bars. 3. Detail items of form systems affecting appearance of architectural concrete surfaces such as joints, tie holes, liners, patterns and textures. Show items in relation to entire form system. 1.7 DELIVERY, STORAGE AND HANDLING A. Deliver reinforcement to project site in bundles marked with metal tags indicating bar size and length. B. Handle and store materials to prevent contamination. 1.8 ENVIRONMENTAL REQUIREMENTS A. Allowable concrete temperatures: 1. - Hot Weather: Maximum 90° F as per ASTM C-94. B. Do not place concrete during rain, unless protection is provided. PART 2 PRODUCTS 2.1 MATERIALS & MANUFACTURERS A. Concrete Ready-Mix concrete ASTM C-94. a Cement: • ASTM C 150, Type II b Admixtures: • Air entraining: ASTM C-260 • Chemical: Type (as required) ASTM C-494. • Fly ash and pozzolans: ASTM C-618 • Vapor Barrier: 6-mil thick film of type recommended for below grade application. c Coarse aggregate: Not less than 50% clean, hard, crushed stone conforming to requirements of Table 2, size number 467 ASTM C-33. d Slump 4 inch maximum; plus tolerance 0, minus tolerance 1 inch. e Air content: 5% + 1%. f Mix proportioning: • In accordance with ASTM C-94. • 28 day compressive strength of moist cured laboratory samples 3,000 PSI. . Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F SECTION 03300 CAST-IN-PLACE CONCRETE B. Bars. • Use set retarding admixtures during hot weather only when approved by CITY. • Minimum cement contents 5 sacks/cubic yards. • Add air-entraining agent to concrete work exposed to exterior. g Curing Material: Liquid membrane, ASTM C-309, Type 1. h Mixes: • ASTM C-94. • Mix concrete only in quantities for immediate use. • Do not retemper or use set concrete. 1. Deformed billet steel: ASTM A 615, Grade 60. C. Wire Fabric: 1. Welded Wire Fabric Steel: ASTM A 185 D. Tie Wire: FS QQ-W-461-G, annealed steel, black 16 ga. minimum. E. Bar supports: Conform to "Bar Support Specification," CRSI Manual of Standard Practice. F. Forms: 1. Conform with ACI 347, Chapter 3, Material and Form Work. G. Lumber: 1. Softwood framing lumber: Kiln dried, PS-20. 2. Boards less than 1 1/2 inch thick and 2 inch wide, used for basic forms and form liners: Kiln dried. 3. Grade marked by grading rules agency approved by American Lumber Standards Committee. 4. Light framing or studs for board or plywood forms, 2 inch to 4 inch width and thickness Construction Standard grade. 5. Boards for basic forms Construction Standard grade. 6. Board surface: Smooth. H. Plywood: 1. Exterior type softwood plywood, PS 1-66. 2. Each panel stamped or branded indicating veneer grades, species, type and identification. 3. Wood faced plywood for architectural concrete surfaces. 4. Panel veneer grades: B - C. 5. Mill-oiled sides and mill-sealed edges of panels. I. Ties: 1. Materials: Stainless Steel. 2. Type: Snap Ties. 3. Depth of breakback: 1 inch. 4. Maximum diameter 1/4 inch. J. Form coatings: 1. Non-staining type. 2. Agent: Pine oil derivative. K. Water: Clean and potable. PART 3 EXECUTION Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F SECTION 03300 CAST-IN-PLACE CONCRETE 2.2 FORMWORK A. Conform to ACI 347, Chapter 2, Construction; and Article 4.2, architectural Concrete. B. Framing, Bracing and Plywood Form Liners: APA Form V 345-72. C. Provide temporary openings in framework for concrete placement. D. Fill voids of plywood joints with sealant and tool smooth. E. DBF is responsible for the design, construction, removal and complete safety of formwork and shoring. F. Form construction shall be provided to shape, lines dimensions of members shown; substantial, tight enough to prevent leakage, and properly braced or tied to maintain position and size, form sides and bottoms of members unless specifically excepted. 2.3 REINFORCING A. Fabrication shall be provided to latest ACI Manual of Practice ACI-315. B. Reinforcing free from excessive rust, scale or coating reducing bond. Bars bent cold in fabrication plant. Chairs, support bars, and other accessories furnished to carry and provide coverage as required by ACI Manual. C. Unless otherwise indicated the minimum coverage is 3-inch for footings (slabs to have 3/4 inch minimum). Call any "crowding" of reinforcement to CITYs attention during placing. D. Splices shall be Mesh 6-inch lap, bars 30 X diameter minimum. E. Conduit or pipes embedded in concrete must have specific approval and be located to avoid cracking or reduction in strength. Provide extra strong pipe sleeves where pipes are allowed to pierce concrete beams or walls. F. Placement: a Bar supports: CRSI 65. b Reinforcing bars: CRSI 63. G. Steel Adjustment: a Move within allowable tolerances to avoid interference with other reinforcing steel, conduits, expansion joints, or embedded items. b Do not move bars beyond allowable tolerances without concurrence of CITY. c Do not heat, bend, or cut bars without concurrence of CITY. H. Splices: I. Wire Fabric: . a Lap splices: Tie securely with wire to prevent displacement of splices during placement of concrete. b Splice devices: Install in accordance with manufacturer's written instructions. c Welding: Perform in accordance with AWS Standards. d Do not splice bars except at locations shown on drawings without concurrence of CITY. a Install in longest practicable length. b Lap adjoining pieces one full mesh minimum, and lay splices with 16-gauge wire. Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F SECTION 03300 CAST-IN-PLACE CONCRETE c Offset end laps in adjacent widths to prevent continuous laps. J. Cleaning: Remove dirt, grease, oil, loose mill scale, excessive rust, and foreign matter that will reduce bond with concrete. K. Protection During Concreting: Keep reinforcing steel in proper position during concrete placement. 2.4 JOINTS A. Construction pours shall be continuous pours except where joints are indicated. No additional joints except by special acceptance in writing by the CITY. Allow no construction or interrupted pour joints in any exposed surface, unless treated as part of design. a Where indicated and as detailed, provide saw cut type construction joints of sizes as called for on the drawings. B. Expansion joints shall be constructed as shown on drawings. a Expansion material shall be ½ inch continuous full depth strips set ½ inch below finish surface with ½ inch x ½ inch joint sealant filler above. 2.5 BUILT-IN ANCHORING DEVICES, FIXTURES, PIPE SLEEVES AND OTHER INSERTS A. Build-in and coordinate as required and called for on the drawings all items to be constructed into concrete such as anchoring devices, fixtures, piping, sleeves and other inserts and items as required for a complete installation. 2.6 INSPECTION A. Assure that excavation and formwork are completed, with smooth rubbed finish, and that excess water is removed. B. Check that reinforcement is secured in place. C. Verify that expansion joint material, anchors, and other embedded items are secured in position. D. Verify anchors, seats, plates, reinforcement, and other items to be cast into concrete are accurately placed, held securely, and will not cause hardship in placing concrete. 2.7 CONCRETE QUALITY A. Design of mix shall be a laboratory designed mix to satisfy the following requirements and shall be approved by the CITY. a Ready mixed concrete as per ASTM C-94 with 28 day strength 3,000 PSI minimum, for all standard grey concrete work. b Proportion the concrete to work readily into forms and around reinforcement, without excessive manipulation, segregation or water gain. Approved additives may be used to achieve the above results. c Slump shall be maximum 3 inch for footings, and for all other concrete shall be 3 inch to 5 inch. d Submit for approval representative test results by independent laboratory to Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F SECTION 03300 CAST-IN-PLACE CONCRETE substantiate proposed mix design. 2.8 PREPARATION FOR POURS A. Notify the OWNER's Representative, CITY and other inspectors at least 36 hours prior to inspection. B. Equipment forms, and reinforcing shall be clean and wet down, reinforcing firmly secured in place, runways set up and not resting on or displaying reinforcing. C. Prepare previously placed concrete by cleaning with steel brush and applying bonding agent. Apply bonding agent in accordance with manufacturer's instruction. D. At locations where new concrete is dowelled to existing work, drill holes in existing concrete, insert steel dowels, and pack solid with non-shrink grout. 2.9 PLACING A. Mixing and conveying shall be as per ASTM C-94 and as follows: a Maximum elapsed time from addition of water to placing in forms -60 minutes, (total mixing time). b Concrete handled and placed by methods, which keep concrete plastic, prevent separation of materials, and do not displace reinforcement. B. Deposit as close as possible to final position to avoid segregation of materials. Restrict drop to 3 foot maximum (less for exposed concrete), using tremie if necessary. a Compact by mechanical vibration to thoroughly work around reinforcing and eliminate honeycomb. C. Place concrete in accordance with ACI 301. D. Hot Weather Placement: ACI 301. E. Cold Weather Placement: ACI 301. F. Ensure reinforcement, inserts, embedded parts and formed joints are not disturbed during concrete placement. G. Maintain concrete cover around reinforcing as follows: Item Coverage Beams 1 1/2 inch Supported Slabs 3/4 inch Column Ties 1 1/2 inch Walls (exposed to weather or backfill) 2 inch Footings and Concrete Formed Against Earth 3 inch Slabs on Fill 2 inch H. Place concrete continuously between predetermined construction and control joints. Do not break or interrupt successive pours such that cold joints occur. I. Saw cut control joints at an optimum time after finishing. Use 3/16 inch thick blade, cutting 1/3 depth of slab thickness. J. Separate exterior slabs on fill from vertical surfaces with joint filler. Extend joint filler from bottom of slab to within 1/2 inch of finished slab surface. K. Excessive honeycomb or embedded debris in concrete is not acceptable. Notify CITY upon discovery. . Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F SECTION 03300 CAST-IN-PLACE CONCRETE 2.10 CONCRETE CURING A. Curing for standard grey work after finishing, cure concrete by keeping moist for one (1) week after placement. Floors and vertical surfaces may be sprayed with an approved curing compound to retard evaporation of water, if spraying is not objectionable because of future finishing requirements. Begin curing operations as soon as concrete has attained its initial set. Keep exposed concrete surface moist for at least one (1) week. B. Apply a liquid membrane-forming compound, conforming to ASTM C 309, color to match that of the color condition concrete. Apply on flat work immediately after the finishing operation pursuant to the manufacturer’s recommendations. 2.11 CONCRETE FINISHING A. Unexposed concrete work shall be patched and repaired immediately after removal of forms. a Cut off metal ties a minimum of 1 inch back from surface of concrete. b Moderate honeycomb cut out and prepared for patching. Severe honeycomb with exposed steel reinforcing is to be removed or "united" at the discretion of the CITY. c Wet areas for patching and pack carefully with rich mortar rubbed to match surface. B. Provide concrete surfaces to be left exposed, walls, columns, beams, with smooth rubbed finish. C. Provide Class B tolerances to floor slabs and toppings according to ACI 301. D. Pitch to drains 1/4 inch per foot. E. Exposed concrete work shall be patched and repaired as accepted by CITY after consultation. Patching and rubbing will be kept to a minimum if possible, but when necessary will be done with great care to obtain maximum degree of matching in color and texture to adjacent finished concrete surfaces F. Monolithic finish using care to obtain a level surface; floors out of level or with variation greater than 1/8 inch in 10 feet shall be corrected. G. All finishes shall be as called for on the drawings. 2.12 SEPARATE FLOOR TOPPINGS A. Prior to placing, roughen concrete base course and remove foreign materials. Broom and vacuum clean. B. Place dividers, edge strips, reinforcing and other items to be cast in. C. Apply bonding agent on base course in accordance with manufacturer's instructions. Apply sand and cement slurry coat on base course immediately prior to placing toppings. D. Place concrete floor toppings to required lines and levels. 2.13 PATCHING A. Notify CITY immediately upon removal of forms. B. Patch imperfections. Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F SECTION 03300 CAST-IN-PLACE CONCRETE 2.14 DEFECTIVE CONCRETE A. Modify or replace concrete not conforming to required levels and lines, details, and elevations. B. Repair or replace concrete not properly placed or of the specified type. 2.15 FIELD QUALITY CONCRETE A. Maintain records of placed concrete items. Record date, location of pour, quantity, air temperature, and test samples taken. 2.16 PROTECTION A. Immediately after placement, protect concrete from premature drying, excessively hot or cold temperatures, and mechanical injury. B. Maintain concrete with minimal moisture loss at relatively constant temperature for period necessary for hydration of cement and hardening of concrete. C. During curing period, protect concrete from damaging mechanical disturbances, water flow, loading, shocking, and vibration. 2.17 APPLICATION OF BOND COAT FOR CONCRETE LEVELING COAT FOR PAVERS AND TEXTURED SURFACES A. Provide installation as per manufacturer's standard printed specifications, instructions and recommendations. END OF SECTION 03300 . Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F SECTION 03300 CAST-IN-PLACE CONCRETE PART 1 GENERAL 1.1 RELATED DOCUMENTS A. All applicable provisions of the Bidding and Contract Requirements, and Division 1- General Requirements shall govern the WORK under this section. 1.2 WORK INCLUDED A. Maintenance of conditions for proper concrete curing. 1.3 RELATED WORK A. Section 03010 - Concrete. B. Section 03300 – Cast-in-Place Concrete C. Section 02510 - Concrete Sidewalk 1.4 QUALITY ASSURANCE A. Conform to requirements of ACI 301. 1.5 REFERENCES A. ACI 301 - Specifications for Structural Concrete for Buildings. B. ASTM C309 - Liquid Membrane-Forming Compounds for Curing Concrete. 1.6 SUBMITTALS A. Provide product data for specified products. 1.7 ENVIRONMENTAL REQUIREMENTS A. Maintain ambient temperature at 70 degrees F for three (3) days. PART 2 PRODUCTS 2.1 MATERIALS A. Water: Clean and not detrimental to concrete. B. Absorptive Mat: Burlap fabric of 9 ounce per square yard. Clean, roll goods. C. Curing Compound: As per ASTM C309. PART 3 EXECUTION 3.1 INSPECTION A. Verify concrete surfaces are ready for curing. 3.2 CURING COMPOUND A. Apply curing compound in two (2) coats with second coat at right angles to first. B. Apply in accordance with manufacturer's instructions. 3.3 SPRAYING A. Spray water over slab areas; maintain wet for three (3) days. 3.4 ABSORPTIVE MAT A. Saturate burlap side of burlap fabric mat. Place over slab areas, burlap side down; Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F SECTION 03370 CONCRETE CURING lap edges and ends 12 inches. Maintain in place for seven (7) days. 3.5 CONCRETE CURING A. Curing for standard grey work after finishing, cure concrete by keeping moist for one (1) week after placement. Floors and vertical surfaces may be sprayed with an approved curing compound to retard evaporation of water, if spraying is not objectionable because of future finishing requirements. Begin curing operations as soon as concrete has attained its initial set. Keep exposed concrete surface moist for at least one (1) week. B. Apply a liquid membrane-forming compound, conforming to ASTM C 309, color to match that of the color condition concrete. Apply on flat work immediately after the finishing operation pursuant to the manufacturer’s recommendations. C. Cure concrete as scheduled or indicated. D. Remove absorptive mat after curing. END OF SECTION 03370 . Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F SECTION 03300 CAST-IN-PLACE CONCRETE PART 1 GENERAL 1.1 RELATED SECTIONS A. Requirements specified within this section apply to all sections in Division 16, ELECTRICAL. Work specified herein shall be performed as if specified in the individual sections. 1.2 DESIGN REQUIREMENTS A. All electronic boards as part of electrical equipment shall meet the atmospheric conditions of the space the equipment is installed in. All electronic boards which are not installed in a conditioned environment shall be fungus-resistant. B. All electrical equipment shall be rated for the conditions the equipment is installed in. 1.3 STANDARDS, CODES, PERMITS, AND REGULATIONS A. Perform all work; furnish and install all materials and equipment in full accordance with the latest applicable rules, regulations, requirements, and specifications of the following: a. Local Laws and Ordinances. b. State and Federal Laws. c. National Electrical Code (NEC). d. State Fire Marshal. e. Underwriters' Laboratories (UL). f. National Electrical Safety Code (NESC). g. American National Standards Institute (ANSI). h. National Electrical Manufacturer's Association (NEMA). i. National Electrical Contractor’s Association (NECA) Standard of Installation. j. Institute of Electrical and Electronics Engineers (IEEE). k. Insulated Cable Engineers Association (ICEA). l. Occupational Safety and Health Act (OSHA). m. National Electrical Testing Association (NETA). n. American Society for Testing and Materials (ASTM). o. Florida Building Code, including Local County amendments. B. Conflicts, if any, which may exist between the above items, will be resolved at the discretion of the ENGINEER. C. Wherever the requirements of the Specifications or Drawings exceed those of the above items, the requirements of the Specifications or Drawings govern. Code compliance is mandatory. Construe nothing in the Contract Documents as permitting work not in compliance with these codes. D. Obtain all permits and pay all fees required by any governmental agency having jurisdiction over the work. Arrange all inspections required by these agencies. On completion of the work, furnish satisfactory evidence to the ENGINEER that the work is acceptable to the regulatory authorities having jurisdiction. 1.4 ELECTRICAL COORDINATION A. Work Provided Under this Contract: a. Provide and install complete electrical power system shown on drawings and as per specifications for lift station A-06, located on the corner of Ashbury Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F SECTION 16010 BASIC ELECTRICAL REQUIREMENTS Road and Edgewater Drive. Coordinate with local utility company (FPL – phone number is listed on electrical drawing E-01) for installation of new service to each lift station complete in place. Coordinate with other disciplines for demolition of the existing lift station A-06. b. Provide and install all electrical equipment indicated on the drawings and as described in the specifications including new utility meter, main/MTS, lift station control panel, control transformers, SPD (Surge Protection Device), etc. complete in place. c. Provide and install all new underground conduit and wiring indicated on the drawings complete in place. d. Provide and install new grounding system complete in place. e. Provide and install all electrical required to support instrumentation and control system as shown on the drawings complete in place. f. Provide all miscellaneous electrical including switches, terminations, fittings, wiring, conduit, junction box, terminal junction box, etc., not specified but obviously necessary for a complete working system in place. g. Provide an Electrical Systems Analysis and Arc Flash Study per Specification 16015. B. Temporary Power: a. Provide temporary power for all office trailers and for all construction areas. Coordinate with local power and telephone utility for temporary construction power and telephone service during construction. 1.5 SUBMITTALS A. The following information shall be provided for all electrical equipment: a. A copy of each specification section, with addendum updates included, and all referenced and applicable sections, with addendum updates included, with each paragraph check-marked to indicate specification compliance or marked to indicate requested deviations from specification requirements. Check- marks () shall denote full compliance with a paragraph as a whole. If deviations from the specifications are indicated, and therefore requested by the DBF, each deviation shall be underlined and denoted by a number in the margin to the right of the identified paragraph. The remaining portions of the paragraph not underlined shall signify compliance on the part of the DBF with the specifications. The submittal shall be accompanied by a detailed, written justification for each deviation. b. Electrical equipment submittals shall be made by specification section. Submit one package per specification section and do not group multiple specification sections under one submittal package. c. Provide complete conduit and equipment layouts: a scaled plan layout of the electrical room(s) showing spatial relationships of all equipment as well as the overall size of the room. Minimum scale shall be ¼”=1’-0”. d. Provide a conduit plan for major power, instrumentation and control conduits, both interior and exterior, showing routing, size and stub up locations for buried or in slab conduits. B. As part of the electrical submittal, the DBF shall provide a minimum of ¼”=1’- 0” scaled layout of the electrical equipment in the electrical room or major electrical equipment in a mechanical room showing sizes of all equipment and their spatial relationship. Non-electrical equipment shall be approved before finalizing the electrical layout in mechanical rooms. . Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F SECTION 03300 CAST-IN-PLACE CONCRETE 1.6 ENVIRONMENTAL CONDITIONS A. All chemical rooms and areas shall be designated as corrosive. B. All indoor chemical and process equipment areas shall be considered wet locations. C. Electrical equipment in rooms designated as Classified by NFPA 70 (national electrical code) as Division 1 or Division 2 shall meet all requirements set forth for that classification as described in NEC article 500. 1.7 INSPECTION OF THE SITE AND EXISTING CONDITIONS A. The Electrical Drawings were developed from past record drawings and information supplied by the OWNER. Verify all scaled dimensions prior to submitting bids. B. Before submitting a bid, visit the site and determine conditions at the site and at all existing structures in order to become familiar with all existing conditions and electrical system which will, in any way or manner, affect the work required under this Contract. No subsequent increase in Contract cost will be allowed for additional work required because of the DBF's failure to fulfill this requirement. C. Carry out any work involving the shutdown of the existing services to any piece of equipment now functioning in existing areas at such time as to provide the least amount of inconvenience to the OWNER. Do such work when directed by the ENGINEER. D. After award of Contract, locate all existing underground utilities at each area of construction activity. Protect all existing underground utilities during construction. Pay for all required repairs without increase in Contract cost, should damage to underground utilities occur during construction. 1.8 RESPONSIBILITY A. The DBF shall be responsible for: a. Complete systems in accordance with the intent of these Contract Documents. b. Coordinating the details of facility equipment and construction for all Specification Divisions which affect the work covered under Division 16, ELECTRICAL. c. Furnishing and installing all incidental items not actually shown or specified, but which are required by good practice to provide complete functional systems. 1.9 INTENT OF DRAWINGS A. Electrical plan Drawings show only general location of equipment, devices, and raceway, unless specifically dimensioned. The DBF shall be responsible for the proper routing of raceway, subject to the approval of the ENGINEER. B. Electrical equipment sizes and characteristics have been based on Square D and Eaton. C. If the DBF chooses to and is allowed to substitute, the DBF shall be responsible for fitting all the equipment in the available space as shown on the Drawings or re- designing the space, at no additional cost to the OWNER, and shall reimburse the ENGINEER for time and materials spent in reviewing revised design. Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F SECTION 16010 BASIC ELECTRICAL REQUIREMENTS PART 2 PRODUCTS 2.1 GENERAL A. Provide materials and equipment listed by UL wherever standards have been established by that agency. If a UL listing is not available, equipment shall have a label and listing from a nationally recognized testing laboratory (NRTL) acceptable to the authority having jurisdiction (AHJ) over the project location. B. Equipment Finish: a. Provide manufacturers' standard finish and color, except where specific color is indicated. b. If manufacturer has no standard color, provide equipment with ANSI No. 61, light gray color. PART 3 EXECUTION 3.1 GENERAL A. Electrical Drawings show general locations of equipment, devices, and raceway, unless specifically dimensioned. B. Install work in accordance with NECA Standard of Installation, unless otherwise specified. 3.2 LOAD BALANCE A. Drawings and Specifications indicate circuiting to electrical loads and distribution equipment. B. Balance electrical load between phases as nearly as possible on switchboards, panel boards, motor control centers, and other equipment where balancing is required. C. When loads must be reconnected to different circuits to balance phase loads, maintain accurate record of changes made, and provide circuit directory that lists final circuit arrangement. 3.3 CHECKOUT AND STARTUP A. Voltage Field Test: a. Check voltage at point of termination of power company supply system to project when installation is essentially complete and is in operation. b. Check voltage amplitude and balance between phases for loaded and unloaded conditions. c. Record supply voltage (all three phases simultaneously on the same graph) for 24 hours during normal working day. 1) Submit Voltage Field Test Report within 5 days of test. d. Unbalance Corrections: Make written request to power company to correct condition if balance (as defined by NEMA) exceeds 1 percent, or if voltage varies throughout the day and from loaded to unloaded condition more than plus or minus 4 percent of nominal. 1) Obtain a written certification from a responsible power company official that the voltage variations and unbalance are within their normal standards if corrections are not made. B. Equipment Line Current Tests: . Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F SECTION 03300 CAST-IN-PLACE CONCRETE a. Check line current in each phase for each piece of equipment. b. Make line current check after power company has made final adjustments to supply voltage magnitude or balance. c. If any phase current for any piece of equipment is above rated nameplate current, prepare Equipment Line Phase Current Report that identifies cause of problem and corrective action taken. C. Startup: a. Demonstrate satisfactory operation of all 240-volt electrical equipment. Participate with other trades in all startup activities. b. Assist the I&C Contractor in verifying signal integrity of all control and instrumentation signals. D. Conflicts, if any that may exist between the above items will be resolved at the discretion of the ENGINEER. E. Wherever the requirements of the Specifications or Drawings exceed those of the above items, the requirements of the Specifications or Drawings govern. Code compliance is mandatory. Construe nothing in the Contract Documents as permitting work not in compliance with these codes. F. Obtain all permits and pay all fees required by any governmental agency having jurisdiction over the work. Arrange all inspections required by these agencies. On completion of the work, furnish satisfactory evidence to the ENGINEER that the work is acceptable to the regulatory authorities having jurisdiction. END OF SECTION 16010 Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F SECTION 16015 ELECTRICAL SYSTEM ANALYSES PART 1 GENERAL 1.1 REFERENCES A. The following is a list of standards that may be referenced in this Section a Institute of Electrical and Electronics Engineers, Inc. (IEEE): • IEEE 242: Recommended Practice for Protection and Coordination of Industrial and Commercial Power Systems. • IEEE 399: Recommended Practice for Industrial and Commercial Power System Analysis. • IEEE 1584-2002: Guide for Performing Arc Flash Hazard Calculations. b American National Standards Institute (ANSI): C57.12.00, Standard General Requirements for Liquid-immersed Distribution, Power, and Regulating Transformers. c National Fire Protection Association: a. NFPA 70E: National Electrical Safety Code Chapter 1. b. NFPA 70: National Electrical Code. d Occupational Safety & Health Administration (OSHA): a. 29-CFR, Part 1910, sub part S. 1.2 SCOPE OF WORK A. The requirements of this specification shall apply to the electrical distribution system and all external control panels, disconnect switches, etc. The end result shall be a fully protected and properly coordinated system with proper labels provided and installed for short-circuit values, and arc flash safety and personal protective equipment recommendations. 1.3 SUBMITTALS A. Shop Drawings: Provide five copies of study in hard cover, three-ring binders, to include: 1. Short circuit study and labels. 2. Protective Device Coordination Study shall include all equipment protective devices. Submit within 30 days after approval of the short circuit study. 3. Arc Flash Analysis/Assessment and labels. 1.4 QUALITY ASSURANCE A. Short circuit, protective device coordination, and arc flash studies shall be prepared by the manufacturer of the existing electrical power distribution equipment, or a professional electrical engineer registered in the State of Florida, in accordance with IEEE 242 and IEEE 399. 1.5 SEQUENCING AND SCHEDULING A. An initial, complete short circuit and protective device coordination study and arc flash study must be submitted with 90 days after notice to proceed. B. The short circuit, protective device coordination and arc flash studies shall be updated prior to Project Substantial Completion. Utilize characteristics of as- installed equipment actual wire run lengths and materials. . Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F SECTION 03300 CAST-IN-PLACE CONCRETE 1.6 GENERAL A. Equipment and component titles used in the studies shall be identical to the equipment and component titles shown on the Drawings. B. Perform studies using digital computer with a software package such as SKM Power*Tools for Windows DAPPER, CAPTOR and ARC FLASH, ETAP, or approved equal. C. Perform complete fault calculations for all busses on utility and generator power sources. Perform load flow and voltage drop studies for major feeders and loads with long feeder runs. Analysis shall include expected fault currents at industrial control panels manufactured in accordance with UL 508A and NEC article 409. D. Fault source combinations shall include large motors, large transformers, utility and generator. E. Utilize proposed and existing load data for the study obtained from Contract Documents and field survey. Coordinate with local power utility for available fault currents from utility services. F. Existing Equipment: 6. Include fault contribution of existing motors, services, generators and equipment, as appropriate, in the study. 7. Obtain required existing equipment data from the field and FPl. G. Provide a comprehensive report document containing the short circuit, device coordination and arc flash studies. As a minimum the report structure shall contain the following: 1. Executive Summary. 2. Methodology. 3. One Line Diagram(s). 4. Short Circuit Analysis. 5. Short Circuit Analysis Results/Conclusions/Recommendations. 6. Device Coordination Analysis. 7. Recommended protective devices settings. 8. Arc Flash Analysis. 9. Arc Flash PPE recommendations. 1.7 SHORT CIRCUIT STUDY A. General 1. Use cable impedances based on copper conductors. 2. Use bus impedances based on copper bus bars. 3. Use cable and bus resistances calculated at 25 degrees C. 4. Use 600-volt cable reactance based on use of typical data of conductors to be used in this project. 5. Use transformer impedances 92.5 percent of "nominal" impedance based on tolerances specified in ANSI C57.12.00. B. Provide 1. Calculation methods and assumptions. 2. Selected base per unit quantities. 3. One-line diagrams annotated with results of short circuit analysis. a. Three phase, line-to-line and single line to ground faults Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F SECTION 16015 ELECTRICAL SYSTEM ANALYSES b. Equipment Short Circuit Rating 4. Source impedance data, including electric utility system and motor fault contribution characteristics. 5. Short circuit report, demand load report, load flow report and input data reports. 6. Results, conclusions, and recommendations. C. Calculate short circuit interrupting and momentary (when applicable) duties for an assumed symmetrical three-phase bolted fault, bolted line-to-ground fault, and bolted line-to-line fault at each: 1. Calculation methods and assumptions. 2. Main breaker. 3. Low voltage switchboard and/or distribution panelboard. 4. Motor control centers, Motor starters, and VFD’s. 5. Standby generator. 6. Automatic Transfer Switch. 7. All branch circuit panelboards. 8. Industrial control panels manufactured in accordance with UL 508A and NEC article 409. 9. Disconnect switches and other significant locations throughout the system. 10. Future load contributions as shown on one-line diagram. D. Verify: 1. All equipment, main breaker, ATS, and protective devices are applied within their ratings. 2. Adequacy of switchgear, switchboard, panelboards, and motor control centers bus bars to withstand short circuit stresses. 3. Adequacy of transformer windings to withstand short circuit stresses. 4. Cable and busway sizes for ability to withstand short circuit heating, besides normal load currents. 1.8 PROTECTIVE DEVICE COORDINATION STUDY A. Proposed protective device coordination time-current curves for distribution system, graphically displayed on conventional log-log curve sheets. Time Current Curve plots from the software program are acceptable. B. Each curve sheet to have title and one-line diagram that applies to specific portion of system associated with time-current curves on that sheet. C. Terminate device characteristic curves at a point reflecting maximum symmetrical or asymmetrical fault current to which device is exposed. D. Identify device associated with each curve by manufacturer type, function, and, if applicable, tap, time delay, and instantaneous settings recommended. E. Perform device coordination on time-current curves for low voltage distribution system(s). F. Provide Individual protective device time-current characteristics on log-log paper or software generated graphs. G. Plot Characteristics on Curve Sheets: 1. Electric utility's relays (if applicable). 2. Electric utility's fuses including manufacturer's minimum melt, total clearing, . Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F SECTION 03300 CAST-IN-PLACE CONCRETE tolerance, and damage bands (if applicable). 3. Medium voltage equipment relays (if applicable). 4. Medium and low voltage fuses including manufacturer's minimum melt, total clearing, tolerance, and damage bands. 5. Low voltage equipment circuit breaker trip devices, including manufacturer’s tolerance bands. 6. Pertinent transformer full-load currents at 100 and 600 percent. 7. Transformer magnetizing inrush currents. 8. Transformer damage curves. 9. ANSI transformer fault withstand parameters. 10. Significant symmetrical and asymmetrical fault currents. 11. Ground fault protective device settings. 12. Cable damage curves. 13. Circuit breaker panelboard main breakers, where appropriate. 14. Motor circuit protectors for major motors 1.9 ARC FLASH ANLYSIS A. Perform incident energy calculations in accordance with IEEE 1584-2002 Guide for Performing Arc Flash Hazard Calculations for all equipment analyzed in the short circuit study. Tabular results and recommended labels from the software program are acceptable. B. Furnish recommendations for Personal Protective Equipment, in accordance with OSHA standards, and proper labels to be located on the electrical equipment in accordance with NEC Article 110.16. C. Use data from short circuit and device coordination study. D. Use manufacturer data for: enclosure type; gap between exposed conductors or busway; grounding type; number of phases and connection; and working distance. 1.10 TABULATIONS A. General Data: 1. Short circuit reactances of rotating machines. 2. Cable and conduit material data. 3. Bus data. 4. Transformer data. 5. Circuit resistance and reactance values. B. Short Circuit Data 1. Fault impedances. 2. X to R ratios. 3. Asymmetry factors. 4. Motor contributions. 5. Short circuit kVA. 6. Symmetrical and asymmetrical fault currents. C. Recommended Protective Device Settings: 1. Relays: a. Relay name. • Device number. Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F SECTION 16015 ELECTRICAL SYSTEM ANALYSES • Description. • TCC catalog number. • Short circuit ratings. • Current tap. • Time dial (as applicable). • Instantaneous pickup (as applicable). • Ground fault settings (as applicable). 2. Circuit Breakers: a. Breaker name. • Breaker Description. • Model number. • TCC catalog number. • Short circuit rating. • Frame/Sensor rating. 3. Motor Circuit Protectors (MCP): a. MCP name. • MCP Description. • Model number. • TCC catalog number. • Short circuit rating. • Frame/Sensor rating. • Instantaneous settings. 4. Fuses: a. Fuse name. • Fuse Description. • Model number. • TCC catalog number. • Short circuit rating. • Fuse rating. 1.11 STUDY ANALYSES B. Written Summary: 1. Scope of studies performed. a Explanation of bus and branch numbering system. b Selected equipment deficiencies. c Results of short circuit and coordination studies. d Comments or suggestions. C. Suggest changes and additions to equipment rating and/or characteristics. D. Notify Engineer in writing of existing circuit protective devices improperly rated for new fault conditions. PART 2 PRODUCTS (NOT USED) PART 3 EXECUTION 3.1 GENERAL A. Adjust relay and protective device settings according to values established by the coordination study. . Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F SECTION 03300 CAST-IN-PLACE CONCRETE B. Make other minor modifications to equipment as required to accomplish conformance with the short circuit and protective device coordination studies. C. Provide and install short-circuit and arc flash labels on all electrical panels, enclosed circuit breakers, motor starters, VFD’s, and disconnect switches in accordance with NFPA 70-2014 and NFPA 70E-2015. D. Notify Engineer in writing of any required major equipment modifications. END OF SECTION 16015 Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F SECTION 16050 ELECTRICAL GENERAL PROVISIONS PART 1 GENERAL 1.1 RELATED DOCUMENTS A. The Drawings and general provisions of the Contract, including General and Supplementary Conditions, apply to this Division. 1.2 SCOPE OF WORK A. Furnish all labor, materials, equipment and incidentals required for a complete electrical system as hereinafter specified and shown on the Drawings. Electrical work to be performed under this Contract includes, but is not limited to, the following: 1. Provide and install all equipment, conduit, and wiring for the electrical work indicated on the civil site plans and the electrical drawings in accordance with Division 16 of the specifications. B. The work, apparatus and materials which shall be furnished under these Specifications and accompanying Drawings shall include all items listed hereinafter and/or shown on the Drawings. Certain equipment will be furnished as specified in other Sections of these Specifications which will require wiring thereto and/or complete installation as indicated. All materials necessary for the complete installation shall be furnished and installed by the DBF to provide complete power, communication systems, instrumentation, wiring and control systems as indicated on the Drawings and /or as specified herein. C. The work shall include complete testing of all equipment and wiring at the completion of the work and making any minor connection changes or adjustments necessary for the proper functioning of the system and equipment. All workmanship shall be of the highest quality; sub-standard work will be rejected. 1.3 GENERAL INFORMATION A. Each bidder or his authorized representatives shall, before preparing his proposal, visit all areas of the sites in which work under this Section is to be performed and carefully inspect the existing conditions. The submission of the proposal by the bidder shall be considered evidence that he or his representative has visited the sites and noted the locations and conditions under which the work will be performed and that he takes full responsibility for a complete knowledge of all factors governing his work. B. It is the intent of these Specifications that the electrical system shall be suitable in every way for the service required. All material and all work which may be reasonably implied as being incidental to the work of this Section shall be furnished at no extra cost. 1.4 CODES, INSPECTIONS AND FEES A. All material and installation shall be in accordance with the latest edition of the National Electrical Code and all applicable national, local and state codes. B. All equipment and material shall be U.L. listed. C. Pay all fees required for permits and inspections. 1.5 UTILITY COORDINATION A. The DBF shall coordinate with local representatives of the power utility to ensure . Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F SECTION 03300 CAST-IN-PLACE CONCRETE the proper installation of these utilities at the project sites. Utility installation(s) shall be in accordance with the requirements of the Contract Documents and meet all requirements of the respective utility 1.6 TEMPORARY ELECTRICAL FACILITIES A. The DBF shall furnish, install, and maintain all materials and equipment required to provide temporary light and power to perform the work of all trades during construction until work is completed. Adequate lighting and receptacle outlets for operation of hand tools shall be provided throughout the project, including trailers, field offices, etc. and shall be extended as construction progresses. B. All reasonable safety requirements shall be observed to protect workers and the public from shock and fire hazards. 1. Ground fault circuit interrupters shall be employed in accordance with codes. a Ground wires are required in all circuits. Ground poles are required on all outlets. All metallic cases shall be grounded. b Raintight cabinets shall be used for all equipment in wet locations. 1.7 INTERPRETATION OF DRAWINGS A. The Drawings are not intended to show exact locations of conduit runs. B. Unless otherwise approved by the Engineer conduit shown exposed shall be installed exposed; conduit shown concealed shall be installed concealed. C. Where circuits are shown as "home-runs" all necessary fittings and boxes shall be provided for a complete raceway installation. D. All wire, conduit, circuit breaker, and motor starter sizes shown on the drawings are indicative of the sizes required based upon the equipment shown. These may vary depending upon the actual equipment furnished. The DBF shall make adjustments as required to meet the installation requirements of equipment. E. The locations of equipment and devices shown on the Drawings are approximate only. Exact locations shall be as approved by the Engineer during construction. Obtain in the field all information relevant to the placing of electrical work and in case of any interference with other work, proceed as directed by the Engineer and furnish all labor and materials necessary to complete the work in an approved manner. F. Circuit layouts shown are not intended to show the number of fittings, or other installation details. Furnish all labor and materials necessary to install and place in satisfactory operation all power, lighting, and other electrical systems shown. Additional circuits shall be installed whenever needed to conform to the specific requirements of the equipment. G. All connections to equipment shall be made as shown, specified, and directed and in accordance with the approved shop drawings. H. All cutting and patching necessary throughout the existing site shall be done in a thoroughly workmanlike manner. 1.8 COMPONENT INTERCONNECTIONS A. Component equipment furnished under this Specification will not be furnished as integrated systems. Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F SECTION 16050 ELECTRICAL GENERAL PROVISIONS B. Analyze all systems components and their shop drawings; identify all terminals and prepare drawings or wiring tables necessary for component interconnection 1.9 MATERIALS A. The materials used in all systems shall be new, unused, of the manufacturer’s latest design, and as hereinafter specified. All materials where not specified shall be of the very best of their respective kinds. Samples of materials or Manufacturer's Specifications shall be submitted for approval as required by the Engineer. B. Materials and equipment used shall be Underwriters Laboratories, Inc. listed. C. Electrical equipment shall at all times during construction be adequately protected against mechanical injury or damage by water. Electrical equipment shall not be stored out-of-doors. Electrical equipment shall be stored in dry permanent shelters. If any apparatus has been damaged, such damage shall be repaired by the DBF at his own cost and expense. If any apparatus has been subject to possible injury by water, it shall be thoroughly dried-out and put through such special tests as directed by the Engineer, at the cost and expense of the DBF, or shall be replaced by the DBF at his own expense. D. All electrical panels, enclosures, raceways, conduits, wireways, boxes, cabinets, etc., shall be fabricated of metal, Non-metallic substitutes are not acceptable. This does not apply to buried work. 1.10 SHOP DRAWINGS A. Shop drawings shall be submitted for approval of all materials, equipment, apparatus, and other items as required by the Engineer. B. Shop drawings shall be submitted for all equipment supplied under Division 16 of the specifications. C. Prior to submittal by the DBF, all shop drawings shall be checked for conformance with the Contract requirements. Shop drawings shall bear the date checked checker’s name and indication of approval. Provide an itemized list noting all discrepancies with the Specifications and Drawings. Shop drawings not so checked and noted shall be returned. D. The Engineer's check shall be only for conformance with the design concept of the project and compliance with the Specifications and Drawings. E. No material shall be ordered, or shop work started until the Engineer's approval of shop drawings has been given. 1.11 WARRANTY A. All equipment furnished and installed, and all work performed under Division 16 shall be guaranteed by the DBF against defects of workmanship, materials, and proper installation for a minimum period of one (1) year from date of acceptance. This time shall be increased to the periods stated within individual specification sections as required. 1.12 RECORD DRAWINGS As the work progresses, legibly record all field changes on a set of project Contract Drawings. When the project is complete, furnish a complete set of "as-built" . Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F SECTION 03300 CAST-IN-PLACE CONCRETE drawings for the Project Record Documents. 1.13 TESTS A. Test all systems in the presence of the Engineer and repair or replace all defective work. Make all necessary adjustments to the systems and instruct the Owner's personnel in the proper operation of the systems. END OF SECTION 16050 Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F SECTION 16110 RACEWAYS PART 1 GENERAL 1.1 SCOPE OF WORK B. Furnish and install complete raceway systems as shown on the Drawings and as specified herein. 1.2 APPLICATIONS A. Schedule 40 PVC conduit shall be used underground, unless otherwise noted. Transitions to exposed, outdoor locations shall be made using rigid aluminum conduit starting with the last 90 degree elbow. B. Rigid aluminum conduit shall be used in exposed, outdoor locations except where specified otherwise. C. PVC coated RGS conduit shall be used as raceways for shielded wiring. D. All conduit of a given type shall be the product of one manufacturer. PART 2 PRODUCTS 2.1 RIGID CONDUIT A. PVC conduit shall be rigid polyvinyl chloride type as manufactured by Carlon, an Indian Head Company, Phillips Petroleum Company, Triangle Pipe and Tube Company, Inc., or approved equal. B. PVC coated rigid steel conduit shall be hot-dipped galvanized inside and out including threads. The PVC coating shall be UL listed for corrosion protection and be at least 40 mil thick. A 2 mil green urethane interior coating shall be provided. PVC coated rigid steel conduit shall be as manufactured by the Perma-Cote Company, Gilmer, Texas, or approved equal. C. Rigid Aluminum Conduit: 1. Meet requirements of ANSI C80.5 and UL 6. 2. Material: Type 6063, copper-free aluminum alloy. 2.2 BOXES AND FITTINS A. Terminal boxes, junction boxes, pull boxes, etc., shall be schedule 80 PVC unless otherwise shown on the Drawings. Covers shall be gasketed and fastened with stainless steel screws. Boxes shall be as manufactured by Hoffman Engineering Company or approved equal. B. Conduit hubs shall be as manufactured by Meyers Electric Products, Inc., Raco Division, Appleton Electric Company, or approved equal. PART 3 EXECUTION 3.1 INSTALLATION A. No conduit smaller than 3/4 inch electrical trade size shall be used, nor shall any have more than four (4) 90 degree bends in any one run. Pull boxes shall be provided as required or directed. B. An equipment grounding conductor sized per article 250-95 of the N.E.C. shall be installed in every raceway whether or not shown on the Drawings. C. All underground conduit shall be buried at least 24 inches below grade. D. A three (3) inch wide warning tape, red with black stenciled letters "CAUTION - CAUTION - CAUTION ELECTRICAL LINE BURIED BELOW" shall be installed at . Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F SECTION 03300 CAST-IN-PLACE CONCRETE least 12 inches above, and along the entire length of all underground conduit. E. No wire shall be pulled until the conduit system is complete in all details. F. The ends of all conduits shall be tightly plugged to exclude dust and moisture while under construction. G. Conduit supports shall be spaced at intervals of eight (8) feet or less, as required to obtain rigid construction. H. Single conduits shall be supported by means of one-hole pipe clamps in combination with one-screw back plates, to raise conduits from the surface. I. All conduits on exposed work shall be run at right angles to and parallel with the surrounding wall or slab. No diagonal runs will be allowed. Bends in parallel conduit runs shall be concentric. All conduits shall be run perfectly straight and true. J. All earth, sod, etc., moved during the installation of underground conduit shall be replaced by the DBF to its original state. K. Conduits terminating in gasketed enclosures shall be terminated with conduit hubs. L. The ends of all conduits terminating in panels and cabinets shall be filled with silicone gel. Filling shall be done after the cable has been pulled in order to prevent moisture in the terminating enclosure. END OF SECTION 16110 Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F SECTION 16120 WIRES AND CABLES PART 1 GENERAL 1.1 SCOPE OF WORK A. Furnish, install and test all wire, cable, and appurtenances as shown on the Drawings and as hereinafter specified 1.2 APPLICATIONS A. Wire for all low voltage power and motor circuits shall be type XHHW, stranded. B. Single conductor wire for control, indication and metering shall be type THHN/THWN No. 14 AWG, stranded. C. Wire for process instrumentation shall be shielded pairs No. 16 AWG, stranded with individual drain wires. 1.3 SUBMITTALS A. Samples of proposed wire and cable shall be submitted for approval. Each sample shall have the size, type of insulation and voltage stencilled on the jacket. B. Approved samples will be sent to the project location for comparison by the Resident Engineer with the wire actually installed. C. Installed, unapproved wire shall be removed and replaced at no additional cost to the Owner. PART 2 PRODUCTS 2.1 MATERIALS A. All wires and cables shall be of annealed, 98 percent conductivity, soft drawn copper conductors. B. All conductors No. 8 AWG and larger shall be stranded. C. Type XHHW shall be 600 volt cross-linked polyethylene (XLP) and type THHN/THWN shall be 600 volt as manufactured by the Hi-Tech Company, Rome Cable Corporation, The Okonite Company or approved equal. D. Process instrumentation wire shall be 600 volt, PVC or polyethylene insulated, aluminum/polyester tape shielded, polyvinyl chloride jacketed, type “TC” as manufactured by the American Insulated Wire Company, Belden Corporation, “Beldfoil” 9342, or approved equal. PART 3 EXECUTION 3.1 INSTALLATION A. All conductors shall be carefully handled to avoid kinks or damage to insulation. B. Lubrications shall be used to facilitate wire pulling. Lubricants shall be U.L. listed for use with the insulation specified. C. Shielded instrumentation wire shall be installed from terminal to terminal with no splicing at any intermediate point. D. Instrumentation cables shall be separated from power and control cables in pullboxes. E. Shielding on instrumentation wire shall be grounded at the transmitter end only, or as directed by the supplier of the instrumentation equipment. Wire and cable connections to terminals, splices, and taps shall be made with compression connectors. Connections of insulated conductors shall be insulated and covered. All connections shall be made using materials and installation . Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F SECTION 03300 CAST-IN-PLACE CONCRETE methods in accordance with instructions and recommendations of the manufacturer of the particular item of wire and cable. The conductivity of all completed connections shall be not less than that of the uncut conductor. The insulation resistance of all completed connections of insulated conductors shall be not less than that of the uncut conductor. F. All wire and cable shall be continuous and without splices between points of connection to equipment terminals, except a splice will be permitted by the Engineer if the length required between the points of connection exceeds the greatest standard shipping length available from the manufacturer specified or approved by the Engineer as the manufacturer of the particular item of wire and cable. G. Steel fish tapes and/or steel pulling cables shall not be used in PVC conduit runs. 3.2 TESTS A. All 600 volt wire insulation shall be tested with a megohm meter after installation. Tests shall be made at not less than 1,000 VDC END OF SECTION 16120 Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F SECTION 16405 ELECTRIC MOTORS PART 1 GENERAL 1.1 RELATED SECTIONS A. A. This section applies only when referenced by a motor-driven equipment specification. Application, horsepower, enclosure type, mounting, shaft type, synchronous speed, and any deviations from this section will be listed in the equipment specification. Where such deviations occur, they shall take precedence over this section. 1.2 REFERENCES A. The following is a list of standards which may be referenced in this section: a. Anti-Friction Bearing Manufacturers' Association (AFBMA): 1) 9, Load Ratings and Fatigue Life for Ball Bearings. 2) 11, Load Rating and Fatigue Life for Roller Bearings. b. American National Standards Institute (ANSI): C50.41, Polyphase Induction Motors for Power Generating Stations. c. Institute of Electrical and Electronics Engineers, Inc. (IEEE): 1) 85, Test Procedure for Airborne Sound Measurements on Rotating Machines. 2) 112, Standard Test Procedures for Polyphase Induction Motors and Generators. 3) 114, Standard Test Procedures for Single-Phase Induction Motors. 4) 620, Guide for Construction and Interpretation of Thermal Limit Curves for Squirrel-Cage Motors Over 500 Horsepower. 5) 841, Recommended Practice for Chemical Industry Severe-Duty Squirrel- Cage Induction Motors, 600V and Below. d. National Electrical Manufacturers Association (NEMA): 1) MG 1, Motors and Generators. 2) MG 13, Frame Assignments for Alternating Current Integral Horsepower Induction Motors. 3) 250, Enclosures for Electrical Equipment (1,000 Volts Maximum). e. National Fire Protection Association (NFPA): 70, National Electrical Code. (NEC) f. Underwriters Laboratories (UL): 1) 547, Thermal Protectors for Electric Motors. 2) 674, Electric Motors and Generators Used in Hazardous (Classified) Locations. 1.3 DEFINITIONS A. CISD-TEFC: Chemical industry, severe-duty enclosure. B. DIP: Dust-ignition-proof enclosure. C. EXP: Explosion-proof enclosure. D. ODP: Open drip-proof enclosure. E. TEFC: Totally enclosed, fan cooled enclosure. F. TENV: Totally enclosed, nonventilated enclosure. G. WPI: Open weather protected enclosure, Type I. H. WPII: Open weather protected enclosure, Type II. I. Motor Nameplate Horsepower: That rating after any derating required to allow for extra heating caused by the harmonic content in the voltage applied to the motor by its controller. . Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F SECTION 03300 CAST-IN-PLACE CONCRETE 1.4 SUBMITTALS A. Shop Drawings: a. Descriptive information. b. Nameplate data in accordance with NEMA MG 1. c. Additional Rating Information: 1) Service factor. 2) Locked rotor current. 3) No load current. 4) Safe stall time for motors 200 horsepower and larger. 5) Multispeed load classification (e.g., variable torque). 6) Adjustable frequency drive motor load classification (e.g., variable torque) and minimum allowable motor speed for that load classification. d. Enclosure type and mounting (e.g. horizontal, vertical). e. Dimensions and total weight. f. Conduit box dimensions and usable volume as defined in NEMA MG 1 and NFPA 70. g. Bearing type. h. Bearing lubrication. i. Bearing life. j. Space heater voltage and watts. k. Description and rating of motor thermal protection. l. Motor sound power level in accordance with NEMA MG 1. m. Maximum brake horsepower required by the equipment driven by the motor. n. Description and rating of submersible motor moisture sensing system. B. Quality Control Submittals: a. Factory test reports, certified. b. Manufacturer's Certificate of Proper Installation, 100 horsepower and larger. c. Operation and Maintenance Manual. PART 2 PRODUCTS 2.1 MANUFACTURERS A. General Electric. B. Reliance. C. MagneTek. D. Siemens. E. Baldor. F. U.S. Motors. G. Westinghouse. H. Toshiba. 2.2 GENERAL A. For multiple units of the same type of equipment, furnish identical motors and accessories of a single manufacturer. B. In order to obtain single source responsibility, utilize a single supplier to provide a drive motor, its driven equipment, and specified motor accessories. C. Meet requirements of NEMA MG 1. D. Frame assignments in accordance with NEMA MG 13. Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F SECTION 16405 ELECTRIC MOTORS E. Provide motors for hazardous (classified) locations that conform to UL 674 and have an applied UL listing mark. F. Motors shall be specifically designed for the use and conditions intended, with a NEMA design letter classification to fit the application. G. Lifting lugs on all motors weighing 100 pounds or more. H. Operating Conditions: a. Maximum ambient temperature not greater than 50 degrees C. b. Motors shall be suitable for operating conditions without any reduction being required in the nameplate rated horsepower or exceeding the rated temperature rise. c. Overspeed in either direction in accordance with NEMA MG 1. 2.3 HORSEPOWER RATING A. As designated in motor-driven equipment specifications. B. Constant Speed Applications: Brake horsepower of the driven equipment at any head capacity point on the pump curve not to exceed motor nameplate horsepower rating, excluding any service factor. C. Adjustable Frequency, Adjustable Speed Applications: Driven equipment brake horsepower at any head capacity point on the pump curve not to exceed motor nameplate horsepower rating, excluding any service factor. 2.4 SERVICE FACTOR A. 1.15 minimum at rated ambient temperature, unless otherwise indicated. 2.5 VOLTAGE AND FREQUENCY RATING A. System Frequency: 60-Hz. B. Voltage Rating: Unless otherwise indicated in motor-driven equipment specifications: Size Voltage Phases 1/2 hp and smaller 115 1 3/4 hp through 400 hp 460 3 450 hp and larger 4,000 3 C. Suitable for full voltage starting. D. One hundred horsepower and larger also suitable for reduced voltage starting with 65 or 80 percent voltage tap settings on reduced inrush motor starters. E. Suitable for accelerating the connected load with supply voltage at motor starter supply terminals dipping to 90 percent of motor rated voltage. 2.6 EFFICIENCY AND POWER FACTOR A. For all motors except single-phase, under 1 horsepower, multispeed, short time rated and submersible motors, or motors driving gates, valves, elevators, cranes, trolleys, and hoists: a. Efficiency: 1) Tested in accordance with NEMA MG 1, paragraph 12.54.1. 2) Guaranteed minimum at full load in accordance with Table 1 or as indicated in motor-driven equipment specifications. . Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F SECTION 03300 CAST-IN-PLACE CONCRETE b. Power Factor: Guaranteed minimum at full load in accordance with Table 1 or as indicated in motor-driven equipment specifications. 2.7 LOCKED ROTOR RATINGS A. Locked rotor kVA Code F or lower if motor horsepower not covered by NEMA MG 1 tables. B. Safe stall time 15 seconds or greater. 2.8 INSULATION SYSTEMS A. Single-Phase, Fractional Horsepower Motors: Manufacturer's standard winding insulation system. B. Motors rated over 600 Volts: Sealed windings in accordance with NEMA MG 1. C. Three-Phase and Integral Horsepower Motors, Unless Otherwise Indicated in Motor-Driven Equipment Specifications: Class F with Class B rise at nameplate horsepower and designated operating conditions, except EXP and DIP motors which must be Class B with Class B rise. 2.9 ENCLOSURES A. All enclosures to conform to NEMA MG 1. B. Unless otherwise noted, all motors shall be TEFC and shall furnish with a drain hole with porous drain/weather plug. C. Explosion-Proof (EXP): a. TEFC listed to meet UL 674 and NFPA 70 requirements for Class 1, Division 1, Group C and D hazardous locations. b. Drain holes with drain and breather fittings. c. Integral thermostat opening on excessive motor temperature in accordance with UL 547 and NFPA 70. d. Thermostat leads to terminate in a terminal box separate from main terminal box. D. Dust-Ignition-Proof (DIP): a. TEFC listed to meet UL 674 and NFPA 70 requirements for Class II, Division 1, Group E, F, G. b. Integral thermostat opening on excessive motor temperature in accordance with UL 547 and NFPA 70. c. Thermostat leads to terminate in a terminal box separate from main terminal box. E. Submersible: In accordance with Paragraph SPECIAL MOTORS. F. Chemical Industry, Severe-Duty (CISD-TEFC): In accordance with Paragraph SPECIAL MOTORS. 2.10 TERMINAL (CONDUIT) BOXES A. Oversize main terminal boxes for all motors. B. Diagonally split, rotatable to each of four 90-degree positions. Threaded hubs for conduit attachment. C. Except ODP, furnish gaskets between box halves and between box and motor frame. D. Minimum usable volume in percentage of that specified in NEMA MG 1-11.06 and 20.62 and NFPA 70, Article 430: Voltage Horsepower Percentage Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F SECTION 16405 ELECTRIC MOTORS Below 600 15 thru 125 500 Below 600 150 thru 300 275 Below 600 350 thru 600 225 Above 600 All Sizes 200 E. Terminal for connection of equipment grounding wire in each terminal box. 2.11 BEARINGS AND LUBRICATION A. Horizontal Motors: a. 3/4 horsepower and Smaller: Permanently lubricated and sealed ball bearings, or regreasable ball bearings in labyrinth sealed end bells with removable grease relief plugs. b. 1 Through 400 horsepower: Regreasable ball bearings in labyrinth sealed end bells with removable grease relief plugs. c. Above 400 horsepower: Regreasable antifriction bearings in labyrinth sealed end bells with removable grease relief plugs. d. Minimum 100,000 hours L-10 bearing life for ball and roller bearings as defined in AFBMA 9 and 11. B. Vertical Motors: a. Thrust Bearings: 1) Antifriction bearing. 2) Manufacturer's standard lubrication 100 horsepower and larger. 3) Oil lubricated 125 horsepower and larger. 4) Minimum 50,000 hours L-10 bearing life. b. Guide Bearings: 1) Manufacturer's standard bearing type. 2) Manufacturer's standard lubrication 200 horsepower and larger. 3) Oil lubricated 250 horsepower and larger. 4) Minimum 100,000 hours L-1O bearing life. C. Regreasable Antifriction Bearings: a. Readily accessible, grease injection fittings. b. Readily accessible, removable grease relief plugs. D. Oil Lubrication Systems: a. Oil reservoirs with sight level gauge. b. Oil fill and drain openings with opening plugs. c. Provisions for necessary oil circulation and cooling. 2.12 NOISE A. Measured in accordance with IEEE 85 and NEMA MG 1. B. Motors controlled by adjustable frequency drive systems shall not exceed sound levels of 3 dBA higher than NEMA MG 1. 2.13 BALANCE AND VIBRATION CONTROL A. In accordance with NEMA MG 1-12.06. 2.14 EQUIPMENT FINISH A. External Finish: Prime and finish coat manufacturer's standard. Field painting in accordance with Section 09900, PAINTING AND PROTECTIVE COATINGS. B. Internal Finish: Bore and end turns coated with clear polyester or epoxy varnish. . Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F SECTION 03300 CAST-IN-PLACE CONCRETE 2.15 SPECIAL FEATURES AND ACCESSORIES A. Screen Over Air Openings: Stainless steel on motors with ODP, WPI, and WPII enclosures meeting requirements for Guarded Machine in NEMA MG 1. B. Winding Thermal Protection: a. Thermostats: 1) Motors for constant speed and adjustable speed application 30 through 75 horsepower. 2) Bi-metal disk or rod type thermostats embedded in stater windings (normally closed contact). 3) Automatic reset contacts rated 120 volts ac, 5 amps minimum, opening on excessive temperature. (Manual reset will be provided at motor controller.) C. Nameplates: a. Raised or stamped letters on stainless steel or aluminum. b. Display all motor data required by NEMA MG 1-10.37 and NEMA MG 1-10.38 in addition to bearing numbers for both bearings. c. Premium efficiency motor nameplates to also display NEMA nominal efficiency, full load power factor, and maximum allowable kVAR for power factor correction capacitors. 2.16 SPECIAL MOTORS A. Requirements in this article take precedence over conflicting features specified elsewhere in this section. B. Submersible Pump Motors: a. Manufacturers: 1) Reliance. 2) Flygt. b. At 100 Percent Load: Horsepower Guaranteed Minimum Efficiency Guaranteed Minimum Power Factor 5 thru 10 80 82 10.1 thru 50 85 82 50. 1 thru 100 87 82 Over 100 89 82 c. Insulation System: Manufacturer's standard Class B or Class F. d. Motor capable of running dry continuously. e. Enclosure: 1) Hermetically sealed, watertight, for continuous submergence up to 65-foot depth. 2) Listed to meet UL 674 and NFPA 70 requirements for Class 1, Division 1, Group D hazardous atmosphere. 3) Seals: Tandem mechanical. f. Bearing and Lubrication: 1) Permanently sealed and lubricated, replaceable antifriction guide and thrust bearings. 2) Minimum 15,000 hours L-10 bearing life. Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F SECTION 16405 ELECTRIC MOTORS g. Inrush kVA/horsepower no greater than NEMA MG 1 and NFPA 70, Code F. h. Winding Thermal Protection: 1) Thermal sensor and switch assembly, one each phase, embedded in stater windings and wired in series. 2) Switches normally closed, open upon excessive winding temperature, and automatically reclose when temperature has cooled to safe operating level. 3) Switch contacts rated at 5 amps, 120 volts ac. i. Motor Seal Failure Moisture Detection: 1) Probes or sensors to detect moisture beyond seals. 2) Probe or sensor monitoring module for mounting in motor controller, suitable for operation from 120-volt ac supply. 3) Monitoring module with control power transformer, probe test switch and test light, and two independent 120-volt ac contacts, one opening and one closing when the flux of moisture is detected. j. Bearing Overtemperature Protection for Motors Larger than 100 Horsepower: 1) Sensor on lower bearing housing monitoring bearing temperature. 2) Any monitoring relay necessary to provide 120-volt ac contact opening on bearing overtemperature. k. Winding thermal protection, moisture detection, and bearing overtemperature specified above may be monitored by a single device providing two independent 120-volt ac contacts, one closing and one opening on malfunction. l. Connecting Cables: 1) One cable containing power, control, and grounding conductors. 2) Each cable suitable for hard service, submersible duty with watertight seal where cable enters motor. 3) Length: 30 feet minimum, coordinate proper length. 4) UL 1 listed and sized in accordance with NFPA 70. 2.17 FACTORY TESTING A. Tests: a. In accordance with IEEE 112 for polyphase motors and IEEE 114 for single-phase motors. b. Routine (production) tests on all motors in accordance with NEMA MG 1, plus no load power at rated voltage and polyphase, rated voltage measurement of locked rotor current. Test multispeed motors at all speeds. c. For energy efficient motors, test efficiency at 50, 75, and 100 percent of rated horsepower: 1) In accordance with IEEE 112, Test Method B, and NEMA MG 1, paragraphs 12.54 and 12.57. 2) For motors 500 horsepower and larger where facilities are not available to test by dynamometer (Test Method B), determine efficiency by IEEE 112, Test Method F. d. Power factor: 1) Speed. 2) Current at rated horsepower. 3) kW input at rated horsepower. 4) On motors of 100 horsepower and smaller, furnish a certified copy of a . Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F SECTION 03300 CAST-IN-PLACE CONCRETE motor efficiency test report on an identical motor. B. Test Report Forms: a. Routine Tests: IEEE 112, Form A-1. PART 3 EXECUTION 3.1 INSTALLATION A. In accordance with manufacturer's instructions and recommendations. B. Align motor carefully and properly with driven equipment. C. Secure equipment to mounting surface with anchor bolts. Provide anchor bolts meeting manufacturer's recommendations and of sufficient size and number for the specified seismic conditions. 3.2 FIELD QUALITY CONTROL A. General: Inspection and testing limited to motors rated 5 horsepower and larger. B. Visual and Mechanical Inspection: a. Proper electrical and grounding connections. b. Shaft alignment. c. Blockage of ventilating air passageways. d. Operate Motor and Check For: 1) Excessive mechanical and electrical noise. 2) Overheating. 3) Correct rotation. 4) Check vibration detectors, resistance temperature detectors, or motor inherent protectors for functionability and proper operation. 5) Excessive vibration. e. Check operation of space heaters. C. Electrical Tests: a. Insulation Resistance Tests: 1) In accordance with IEEE 43 at test voltages established by NETA ATS, Table 10.2 for: • Motors above 200 horsepower for l0-minute duration with resistances tabulated at 30 seconds, 1 minute, and 10 minutes. • Motors 200 horsepower and less for 1-minute duration with resistances tabulated at 30 and 60 seconds. 2) Insulation resistance values equal to, or greater than, ohmic values established by manufacturers. b. Calculate polarization index ratios for motors above 200 horsepower. Investigate index ratios less than 1.5 for Class A insulation and 2.0 for Class B insulation. c. Insulation resistance test on insulated bearings in accordance with manufacturer's instructions. d. Measure running current and voltage and evaluate relative to load conditions and nameplate full-load amperes. e. Overpotential Tests: 1) Applied dc voltage in accordance with IEEE 95. 2) Limited to 4,000-volt motors rated 1,000 horsepower and greater. 3) Test results evaluated on pass/fail basis. Exhibit A- Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F SECTION 16405 ELECTRIC MOTORS DITD DDDDDDMDDDDD A. Table supplemenlsOD Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F SECTION 03300 CAST-IN-PLACE CONCRETE TABLE 1 MOTOR PERFORMANCE REQUIREMENTS % Guar. Min. Full Load Efficiency %Guar. Min. Full Load Power Factor Horizontal Vertical Horizontal Vertical hp Nom.Speed rpm Drip-proof ODP TEFC Drip-proof ODP TEFC Drip-proof ODP TEFC Drip-proof ODP TEFC 1 1800 80.0 81.5 Mfr.'s Std. Mfr.'s Std. 1200 78.5 79.3 Mfr.'s Std. Mfr.'s Std. 1.5 3600 79.3 81.5 Mfr.'s Std. Mfr.'s Std. 1800 79.3 82.0 Mfr.'s Std. Mfr.'s Std. 1200 82.5 84.0 82.0 Mfr.'s Std. Mfr.'s Std. Mfr.'s Std. 2 3600 82.0 84.0 Mfr.'s Std. Mfr.'s Std. 1800 81.5 83.7 Mfr.'s Std. Mfr.'s Std. 1200 85.5 85.5 83.7 83.7 Mfr.'s Std. Mfr.'s Std. Mfr.'s Std. Mfr.'s Std. 900 82.9 82.5 82.9 81.7 Mfr.'s Std. Mfr.'s Std. Mfr.'s Std. Mfr.'s Std. 3 3600 82.0 84.0 82.0 82.0 Mfr.'s Std. Mfr.'s Std. Mfr.'s Std. Mfr.'s Std. 1800 84.8 86.5 84.8 84.8 Mfr.'s Std. Mfr.'s Std. Mfr.'s Std. Mfr.'s Std. 1200 87.5 88.1 87.5 86.6 Mfr.'s Std. Mfr.'s Std. Mfr.'s Std. Mfr.'s Std. 900 84.1 82.9 84.1 82.9 Mfr.'s Std. Mfr.'s Std. Mfr.'s Std. Mfr.'s Std. 5 3600 84.8 86.5 84.8 84.8 Mfr.'s Std. Mfr.'s Std. Mfr.'s Std. Mfr.'s Std. 1800 86.5 86.5 84.8 84.8 Mfr.'s Std. Mfr.'s Std. Mfr.'s Std. Mfr.'s Std. 1200 87.5 88.1 87.5 86.6 Mfr.'s Std. Mfr.'s Std. Mfr.'s Std. Mfr.'s Std. 900 87.5 86.5 87.5 86.6 Mfr.'s Std. Mfr.'s Std. Mfr.'s Std. Mfr.'s Std. 7.5 3600 86.5 88.1 84.8 86.6 Mfr.'s Std. Mfr.'s Std. Mfr.'s Std. Mfr.'s Std. 1800 89.3 89.5 89.3 88.4 Mfr.'s Std. Mfr.'s Std. Mfr.'s Std. Mfr.'s Std. 1200 88.5 88.5 88.4 87.5 Mfr.'s Std. Mfr.'s Std. Mfr.'s Std. Mfr.'s Std. 900 87.5 86.5 87.5 86.6 Mfr.'s Std. Mfr.'s Std. Mfr.'s Std. Mfr.'s Std. 10 3600 89.3 89.5 89.3 88.4 Mfr.'s Std. Mfr.'s Std. Mfr.'s Std. Mfr.'s Std. Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F SECTION 16405 ELECTRIC MOTORS TABLE 1 MOTOR PERFORMANCE REQUIREMENTS % Guar. Min. Full Load Efficiency %Guar. Min. Full Load Power Factor Horizontal Vertical Horizontal Vertical hp Nom.Speed rpm Drip-proof ODP TEFC Drip-proof ODP TEFC Drip-proof ODP TEFC Drip-proof ODP TEFC 1800 89.3 89.5 89.3 88.4 Mfr.'s Std. Mfr.'s Std. Mfr.'s Std. Mfr.'s Std. 1200 89.5 89.5 89.3 88.4 Mfr.'s Std. Mfr.'s Std. Mfr.'s Std. Mfr.'s Std. 900 89.3 88.5 89.3 88.4 Mfr.'s Std. Mfr.'s Std. Mfr.'s Std. Mfr.'s Std. 15 3600 88.5 89.8 88.4 88.4 Mfr.'s Std. Mfr.'s Std. Mfr.'s Std. Mfr.'s Std. 1800 91.0 91.0 90.9 90.2 Mfr.'s Std. Mfr.'s Std. Mfr.'s Std. Mfr.'s Std. 1200 90.2 90.2 90.2 89.3 Mfr.'s Std. Mfr.'s Std. Mfr.'s Std. Mfr.'s Std. 900 89.3 88.5 89.3 88.4 Mfr.'s Std. Mfr.'s Std. Mfr.'s Std. Mfr.'s Std. 20 3600 91.0 90.6 90.9 89.3 Mfr.'s Std. Mfr.'s Std. Mfr.'s Std. Mfr.'s Std. 1800 91.7 91.7 91.7 90.9 Mfr.'s Std. Mfr.'s Std. Mfr.'s Std. Mfr.'s Std. 1200 91.0 90.6 90.2 89.3 Mfr.'s Std. Mfr.'s Std. Mfr.'s Std. Mfr.'s Std. 900 90.2 89.5 89.3 88.4 Mfr.'s Std. Mfr.'s Std. Mfr.'s Std. Mfr.'s Std. 25 3600 91.7 91.0 91.7 90.2 Mfr.'s Std. Mfr.'s Std. Mfr.'s Std. Mfr.'s Std. 1800 92.4 92.4 92.4 91.7 Mfr.'s Std. Mfr.'s Std. Mfr.'s Std. Mfr.'s Std. 1200 91.7 91.0 90.9 89.3 Mfr.'s Std. Mfr.'s Std. Mfr.'s Std. Mfr.'s Std. 900 90.2 89.5 89.3 88.4 Mfr.'s Std. Mfr.'s Std. Mfr.'s Std. Mfr.'s Std. 30 3600 91.7 91.4 89.5 88.4 Mfr.'s Std. Mfr.'s Std. Mfr.'s Std. Mfr.'s Std. 1800 92.4 92.4 92.4 91.7 Mfr.'s Std. Mfr.'s Std. Mfr.'s Std. Mfr.'s Std. 1200 91.7 91.0 91.7 90.2 Mfr.'s Std. Mfr.'s Std. Mfr.'s Std. Mfr.'s Std. 900 91.7 91.7 90.9 90.9 Mfr.'s Std. Mfr.'s Std. Mfr.'s Std. Mfr.'s Std. 40 3600 91.7 91.7 90.2 89.3 86.6 86.1 87.0 89.0 1800 93.6 93.0 92.8 91.7 78.2 78.2 83.0 84.5 1200 92.4 92.4 91.7 90.9 81.5 81.5 81.5 81.5 900 91.7 91.0 90.9 90.2 70.0 70.5 70.0 70.5 50 3600 92.0 92.0 90.2 89.3 85.1 86.7 89.0 89.0 1800 93.6 93.0 92.8 91.7 79.5 79.4 82.5 82.5 1200 92.4 92.4 91.7 90.9 81.5 81.5 81.5 81.5 . Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F SECTION 03300 CAST-IN-PLACE CONCRETE TABLE 1 MOTOR PERFORMANCE REQUIREMENTS % Guar. Min. Full Load Efficiency %Guar. Min. Full Load Power Factor Horizontal Vertical Horizontal Vertical hp Nom.Speed rpm Drip-proof ODP TEFC Drip-proof ODP TEFC Drip-proof ODP TEFC Drip-proof ODP TEFC 900 91.7 91.7 90.9 90.9 78.5 72.9 78.5 80.0 60 3600 92.7 93.0 91.7 90.9 85.8 88.3 87.5 89.0 1800 93.6 94.1 93.5 92.8 80.5 79.9 80.5 80.5 1200 93.0 93.0 92.8 91.7 81.5 81.5 81.5 81.5 900 92.4 91.7 91.7 90.9 79.5 73.2 79.5 79.5 70 3600 93.6 93.6 91.7 91.7 87.1 88.5 88.5 88.5 1800 94.5 94.5 93.5 93.5 81.0 81.5 81.0 81.5 1200 93.6 93.5 93.5 92.8 82.0 82.0 82.0 82.0 900 92.8 92.4 92.8 91.7 80.5 74.5 80.5 81.0 100 3600 93.6 93.3 91.7 90.7 87.0 88.2 87.0 88.5 1800 95.1 94.5 94.0 93.5 81.0 81.0 81.0 81.0 1200 93.6 93.6 92.8 92.8 82.1 81.7 85.5 85.5 900 93.5 92.4 92.8 91.7 77.0 77.3 77.0 80.0 125 3600 93.6 93.7 91.7 91.7 86.4 89.1 87.0 90.5 1800 94.5 94.7 93.5 92.8 85.4 85.5 87.5 86.0 1200 93.6 94.1 93.5 92.8 82.7 82.3 85.5 85.5 900 93.5 93.0 92.8 92.4 78.5 78.5 78.5 78.5 150 3600 93.6 93.7 92.4 91.7 86.5 90.0 86.5 90.5 1800 95.0 95.2 94.5 94.0 82.5 85.0 84.5 85.0 1200 94.5 94.5 93.5 94.0 81.5 81.5 81.5 81.5 900 93.5 93.0 92.8 92.4 78.0 78.5 78.0 78.5 200 3600 94.3 94.3 92.4 93.0 87.8 89.4 91.0 91.0 1800 95.0 95.2 94.0 94.0 85.2 86.5 87.0 87.0 1200 94.5 94.5 93.5 93.5 79.0 82.5 79.0 82.5 250 3600 94.3 94.7 91.7 92.4 85.0 86.5 85.0 96.5 Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F SECTION 16405 ELECTRIC MOTORS TABLE 1 MOTOR PERFORMANCE REQUIREMENTS % Guar. Min. Full Load Efficiency %Guar. Min. Full Load Power Factor Horizontal Vertical Horizontal Vertical hp Nom.Speed rpm Drip-proof ODP TEFC Drip-proof ODP TEFC Drip-proof ODP TEFC Drip-proof ODP TEFC 1800 85.4 95.4 94.5 94.5 79.0 79.0 79.0 79.0 1200 95.0 94.5 94.5 93.5 82.0 82.0 82.0 82.0 300 3600 93.7 94.3 89.8 89.9 1800 95.4 95.2 94.5 94.0 80.0 80.0 800 80.0 1200 93.7 93.7 84.5 90.1 350 3600 94.3 94.7 89.4 85.9 1800 94.7 94.7 85.9 85.9 400 3600 94.3 88.4 1800 9437 86.8 450 3600 94.7 89.1 500 3600 94.7 88.3 END OF SECTION 16405 . Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F SECTION 03300 CAST-IN-PLACE CONCRETE PART 1 1.1 GENERAL SCOPE OF WORK A. Furnish and install a complete grounding system in strict accordance with Article 250 of the National Electric Code and as hereinafter specified and shown on the Drawings. PART 2 PRODUCTS 2.1 GROUND RODS A. Ground rods shall be copper clad steel 5/8 inch diameter x 20 foot minimum length. Ground rods shall be Copperweld or be an approved equal product. PART 3 EXECUTION 3.1 INSTALLATION A. DBF shall not allow any grounding connections to be painted. If the connections are painted, they shall be disassembled and remade with new fittings. B. Grounding electrodes shall be driven as required. Where rock is encountered, grounding plates may be used in lieu of grounding rods. C. All equipment enclosures, motor frames, conduits systems, exposed structural steel, and similar items shall be grounded. D. Exposed connections shall be made by means of approved grounding clamps. Exposed connections between different metals shall be sealed with No-Oxide Paint Grade A or approved equal. All buried connections shall be made by welding process equal to Cadweld. E. All grounding conductors shall be laid slack and where exposed to mechanical injury, shall be protected by pipes or other substantial guards. If guards are iron pipe or other magnetic material, conductors shall be electrically connected to both ends of the guard. F. The DBF shall exercise care to insure good ground continuity, in particular between the conduit system and equipment frames and enclosures. Where necessary, jumper wires shall be installed. 3.2 TESTS A. The DBF shall test the ground resistance of the system. Testing shall not be performed within 48 hours of rainfall. All test equipment shall be provided by the DBF and approved by the Engineer. Dry season resistance of the system shall not exceed 5 ohms. Submit test results to the Engineer for approval. In the event that the specified resistance cannot be achieved through the grounding as shown, provide additional grounding as directed by the Engineer. B. All grounding system continuity shall be checked with a low range ohmmeter. END OF SECTION 16452 Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F SECTION 16485 VARIABLE FREQUENCY DRIVES PART 1 1.1 GENERAL SCOPE OF WORK A. Provide all labor, materials, equipment, and incidentals required, and install, place in operation and field test variable frequency drive(s) (VFD’s). B. The variable frequency drive shall be a space vector Pulse-Width Modulated (PWM) design. Modulation methods which incorporate "gear-changing" techniques are not acceptable. The final responsibility of distributor or packager modifications to a third- party standard product will reside with the VFD manufacturer. The VFD manufacturer shall have overall responsibility for the drives. All drives shall be supplied by one manufacturer. The VFD shall be manufactured within the United States of America to alleviate concerns of future serviceability and parts availability. C. VFD’s shall be six (6) pulse units. 1.2 RELATED WORK SPECIFIED ELSEWHERE A. Pumps, General 1.3 QUALITY ASSURANCE A. The entire VFD system as described in section 2.01B shall be factory assembled and system tested by the VFD manufacturer to assure a properly coordinated system. B. Codes: Provide equipment in full accordance with the latest applicable rules, regulations, and standards of: a. Local Laws and Ordinances. b. State and Federal Laws. c. National Electric Code (NEC). d. Underwriters Laboratories (UL). e. American National Standards Institute (ANSI). f. National Electrical Manufacturers Association (NEMA). g. Institute of Electrical and Electronics Engineers (IEEE). C. The complete drive system shall be UL listed. D. Acceptable Manufacturers: a. Allen Bradley. b. No Approved “or Equal” 1.4 SUBMITTALS A. Submittals shall be custom prepared by the VFD manufacturer for this specific application. B. Submittal information shall include, but not be limited to: a. Equipment dimensions, including stub-up locations, shipping splits and shipping weights. b. Catalog cuts of major components. c. Spare parts list, per Paragraph 3.03. d. Certifications, including: 1) Warranty, per section 1.04. 2) Efficiencies, per section 2.02.A.1. e. Harmonic Distortion Analysis, per section 2.01D. . Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F SECTION 03300 CAST-IN-PLACE CONCRETE 1.5 WARRANTY A. All equipment furnished under this section shall be warranted for onsite parts and labor by the DBF and the equipment manufacturers for a period of five (5) years after completion of startup. PART 2 PRODUCTS 2.1 MATERIAL AND EQUIPMENT A. Any modifications to a standard product required to meet this specification shall be performed by the VFD manufacturer only. Distributor or system integrator changes to the VFD manufacturer's product are specifically disallowed. B. The VFD system shall consist of a power factor correction / harmonic filter unit, input rectifier-grade phase-shifting transformer, 6 pulse converter section, output inverter and control logic section, harmonic filtering unit, and input line reactor. All components listed including power factor correction / harmonic filter shall be integral to the VFD lineup, factory wired and tested as a complete system. The entire VFD system shall meet the requirements of NEC article 409 and IEEE 508A for fault current withstand ratings as indicated on the project electrical drawings. C. Input circuit breaker, interlocked with the enclosure door, with through-the-door handle to provide positive disconnect of incoming AC power and shall be capable of being locked in the open position. D. VFD system shall maintain a 0.95 minimum true power factor throughout the entire speed range. 2.2 VARIABLE FREQUENCY DRIVES A. Ratings a. The drive system shall be 96% efficient at full load and full speed and 95.5% efficient at 51% load and 80% speed. Losses to be utilized in drive system efficiency calculation shall include input transformer, harmonic filter, and power factor correction if applicable, VFD converter and output filter if applicable. Auxiliary controls, such as internal VFD control boards, cooling fans or pumps, shall be included in all loss calculations. b. Rated Input Power: 460 Volts 60 Hz, +10%, -5% at rated load, 3-phase. 1) Voltage Dip Ride-Through: VFD shall be capable of sustaining continued operation with a 40% dip in nominal line voltage. Output speed may decline only if current limit rating of VFD is exceeded. 2) Power Loss Ride-through: VFD shall be capable of a minimum 3 cycle power loss ride-through without fault activation. c. Output Power: As required by motors supplied. d. Ambient Temperature Range: 0 to 40°C. e. Elevation: Up to 3300 feet (1000 meters) above MSL without derating. f. Atmosphere: Non-condensing relative humidity to 95%. g. AC Line Frequency Variation: +/- 3 Hertz. h. Power Unit Rating Basis: 110% rated current continuous, 150% rated current for one minute, at rated temperature. B. Construction a. The controller shall produce an adjustable AC voltage/frequency output. It shall have an output voltage regulator to maintain correct output V/Hz ratio Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F SECTION 16485 VARIABLE FREQUENCY DRIVES despite incoming voltage variations. b. The controller shall have a continuous output current rating of 100% of motor nameplate current. c. The converter section shall be 6 pulse minimum utilizing diodes. d. The inverter output shall be generated by IGBTs. Pulse Width Modulation strategy will be of the space vector type implemented to generate a sine- coded output voltage. The VFD shall not induce excessive power losses in the motor. The worst-case RMS motor line current measured at rated speed, torque and voltage shall not exceed 1.05 times the rated RMS motor current for pure sine wave operation. The inverters shall be able to sustain 1600-volt surges. e. The controller(s) shall be suitable for use with any standard NEMA-B squirrel- cage induction motor(s) having a 1.15 Service Factor or with existing standard NEMA-B squirrel-cage induction motor(s) with nameplate data as shown on the plans. Provide drives with dV/dT output filters manufactured by Trans-Coil type KLC if the pump is more than 50ft of cable length from VFD. At any time in the future, it shall be possible to substitute any standard motor (equivalent horsepower, voltage and RPM) in the field. f. The control logic section shall be fully digital and not require analog adjustment pots or fixed selector resistors. A power failure will not necessitate a reload of any drive parameter or configuration. g. Minimum Starting Speed: When called to operate, the VFD shall immediately ramp to a minimum speed. The minimum speed shall be adjustable but initially set at 70% of maximum speed. The 4-20 MA speed signal from the PLC and potentiometer on the front of the drive shall modulate the signal between the minimum speed setpoint and the maximum output speed of the drive; i.e., at the 4 MA signal, the VFD shall run at the minimum speed. At the 20 MA signal, the VFD shall run at full speed. The potentiometer shall also adjust speed between the minimum speed setpoint and the maximum running speed. Below the minimum speed setpoint, the potentiometer shall have no effect. h. All 6-pulse VFD’s shall be provided with 3% input line reactors. C. Basic Features a. The VFD shall include a customer selectable automatic restart feature. When enabled, the VFD shall automatically attempt to restart after a trip condition resulting from instantaneous overcurrent, overvoltage, out of saturation or overload. For safety, the drive shall shut down and require manual reset and restart if the automatic reset/restart function (programmable for up to 3 attempts) is not successful within a customer programmable time period. Auto-Restart shall be programmable to allow for individual fault selection. b. A door-mounted membrane keypad with integral 2-line minimum, 24-character LCD display shall be furnished, capable of controlling the VFD and setting drive parameters. The keypad shall include the following features: 1) The digital display must present all diagnostic message and parameter values in English engineering units when accessed, without the use of codes. 2) The digital keypad shall allow the operator to enter exact numerical settings in English engineering units. A user menu written in plain English (rather than codes) shall be provided in software in nonvolatile memory as a guide to parameter setting and resettable in the field through the keypad. Multiple levels of password security shall be available to protect . Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F SECTION 03300 CAST-IN-PLACE CONCRETE drive parameters from unauthorized personnel. The drive set up parameters must be able to be transferred to new boards to reprogram spare boards. 3) The following digital door-mounted keypad indications may be selectively displayed: • Speed demand in percent. • Output current in amperes. • Output Frequency in hertz. • Input voltage. • Output voltage. • Total 3-phase KW. • Kilowatt hour meter • Elapsed time running meter. • RPM. • DC bus voltage. 4) VFD shall have the capability of communicating via an RS-232, RS-422, or RS-485 port. 5) VFD parameters, fault log and diagnostic log shall be downloadable via the RS-232, RS-422, or RS-485 port. c. Refer to the VFD wiring diagram in the drawings for remote signals and alarms. D. Enclosure a. All VFD components shall be factory mounted and wired on a dead front, grounded, NEMA-1 enclosure. If a free-standing enclosure is provided, it shall be suitable for mounting on a concrete housekeeping pad. E. Protective Features and Circuits: The controller shall include the following alarms and protective features: a. Instantaneous overcurrent and overvoltage trip. b. Undervoltage and power loss protection. c. Power unit overtemperature alarm and protection. Upon sensing an overtemperature condition, the VFD is to automatically trip. d. Electronic motor inverse time overload protection. e. Responsive action to motor winding temperature detectors or thermostatic switches. A dry contact (NC) input to the VFD is required. f. When power is restored after a complete power outage, the VFD shall be capable of catching the motor while it is still spinning and restoring it to proper operating speed without the use of an encoder. g. The VFD shall be protected from damage due to the following, without requiring an output contactor: 1) Three-phase short circuit on VFD output terminals. 2) Loss of input power due to opening of VFD input disconnecting device or utility power failure during VFD operation. 3) Loss of one (1) phase of input power. h. The VFD shall continue to operate at a reduced capacity under a single-phase fault condition. i. The VFD shall be able to withstand the following fault conditions without damage to the power circuit components: 1) Failure to connect a motor to the VFD output. 2) VFD output open circuit that may occur during operation. 3) VFD output short circuit that may occur during operation. j. Provide input line reactors (3% impedance) when no 12 or 18 pulse Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F SECTION 16485 VARIABLE FREQUENCY DRIVES transformers are supplied or required. k. Three phase lightning and surge protection across the line input at each VFD. Lea International TVSS #GB-100. l. Provide 120V motor heater power that is active when the motor is off and is off when the motor is active. F. Parameter Settings a. The following system configuring settings shall be provided and field adjustable, without exception, through the keypad/display unit. Except for Motor Nameplate Data, all parameters must be adjustable while the processor is on-line and the drive is running. 1) Motor Nameplate Data. • Motor frequency. • Number of poles. • Full load speed. • Motor volts. • Motor full load amps. • Motor HP. • Current limit, max. 2) VFD Configuration Parameters. • Independent accelerate/decelerate rates. • Max/Min speed (frequency). • Catch-a spinning load selection. • No load boosts. • Full load boost. • Volts/Hertz ratio. • Overspeed trip. • Overload trip curve selection. • Overload trip time selection. 3) Automatic VFD Control. • PID utilizing an internal or external setpoint. • Three selectable critical speed avoidance bands with programmable bandwidths. • Auto start functions: On/Off, Delay On/Off. Operable from a 4- 20mA signal or from the PID output, command, or feedback signal. • Speed Profile: Programmable entry and exit points. • Programmable loss of signal control: Stop, maintain last speed, or default to preselected setpoint. b. All drive setting adjustments and operation parameters shall be stored in a parameter log which lists allowable maximum and minimum points as well as the present set values. This parameter log shall be accessible via a RS-232, RS-422, or RS-485 serial port as well as on the keypad display. G. Input/Output Features a. Two programmable analog inputs: VFD speed in, spare. b. Three programmable analog outputs: VFD speed output, Drive (output) current in Amps, spare. c. Two programmable digital inputs: Run, spare. d. Ten programmable digital outputs: VFD fault, VFD running, VFD in remote, 6 spare. e. One Pot input (three wire control, +10 V, wiper and common). . Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F SECTION 03300 CAST-IN-PLACE CONCRETE f. System Program providing built-in drive control or application specific configuration capability. H. Diagnostic Features and Fault Handling a. The VFD shall include a comprehensive microprocessor based digital diagnostic system that monitors its own control functions and displays faults and operating conditions. b. A “Fault Log” shall be accessible via a RS-232, RS-422, or RS-485 serial link as well as line-by-line on the keypad display. The "FAULT LOG" shall record, store, display and output to a serial port upon demand, the following for the 64 most recent events: 4) Date and time of day. 5) Type of fault. 6) All faults and events shall be stored and displayed in English, not fault codes. c. A "HISTORIC LOG" shall record, store, and output to a RS-232, RS-422, or RS- 485 serial link port upon demand, the following selectable control variables at 1 msec. intervals for the 58 intervals immediately preceding and the 20 intervals immediately following a fault trip: 7) Torque demand. 8) Torque command. 9) Torque feedback. 10) Torque error. 11) Torque maximum. 12) Current demand. 13) Peak current. 14) Motor current. 15) DC bus voltage. 16) Line voltage. 17) Velocity demand. 18) Velocity reference. 19) PI min/max limit. 20) Boost. 21) VFD mode (Auto/Manual). PART 3 EXECUTION 3.1 FACTORY TESTING A. The VFD manufacturer shall provide as a minimum, the following quality assurance steps within his factory: 1. Incoming inspection of components and raw materials based on strategic supplier base and experience. Sampling plans based on MIL STD 105E. 2. MIL STD 45662 calibration system. 3. All products subject to 100% testing and final inspection; no sampling plans permitted. 3.2 PRE-DELIVERY TESTING COORDINATION A. One VFD unit of each specified type and application shall be shipped to the pump manufacturer’s test facility for complete operational testing. The VFD Manufacturer shall provide a qualified representative at the pump Manufacturer’s test facility during testing. All costs incurred by the VFD Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F SECTION 16485 VARIABLE FREQUENCY DRIVES Manufacturer to meet this requirement shall be included in the bid. B. Certified test reports shall be submitted to the ENGINEER before the equipment is shipped to the project site. 3.3 STARTUP AND TRAINING A. VFD manufacturer shall provide the services of a factory technician for startup assistance and training. Verification of VFD input harmonic voltage and current distortion limits specified must be verified as part of final startup and acceptance. If harmonic distortion requirements are not met, it is the responsibility of the VFD supplier to meet the specification at the supplier’s expense. A recording type Fluke 41 or equivalent harmonic analyzer displaying individual and total harmonic currents and voltages must be utilized. B. A 10% payment retainage will be released upon field test verification of harmonic specification requirements and final acceptance. 3.4 SPARE PARTS A. The following spare parts shall be furnished: a. Three of each type of fuse rated 460V or less. b. Two of each type of converter power semiconductor. c. Two of each type of inverter power semiconductor. d. One of each type of type control printed circuit board and gate firing boards. e. One keypad assembly. 3.5 FIELD QUALITY CONTROL A. Functional Test: a. Conduct on each VFD. b. Inspect controller for electrical supply termination connections, interconnections, proper installation, and quiet operation. c. Vibration Test: Complete assembly, consisting of motor, load, and flexible shafting, connected and in normal operation, shall not develop amplitudes of vibration exceeding limits recommended by current edition of Hydraulic Institute Standards. Where pumps and motors are separated by intermediate flexible shafting, measure vibration both at top motor bearing and at two points on top pump bearing, 90 degrees apart. d. Record test data for report. B. Performance Test: a. Conduct on each VFD. b. Perform under actual or approved simulated operating conditions. c. Test for continuous 48-hour period without malfunction. d. Demonstrate performance by operating the continuous period while varying the application load, as the input conditions allow, in order to verify system performance. e. Record test data for report. END OF SECTION 16485 . Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F SECTION 03300 CAST-IN-PLACE CONCRETE PART 1 GENERAL 1.1 SCOPE OF WORK A. Provide, install, and test all control panels and appurtenances as shown on the Drawings and as hereinafter specified. 1.2 STANDARDS A. Control panels shall be in accordance with the National Electric Code and NEMA as applicable. 1.3 QUALITY ASSURANCE A. The control panel manufacturer shall have total system control responsibility. The manufacturer shall have local experience in providing control panels of the types and functions as specified herein. B. All control panels shall be either UL 508 listed or constructed by an UL approved shop and labeled accordingly. 1.4 CONTROL PANEL FUNCTIONS A. The panel builder shall provide functions as described using his own standard schematics and arrangements. All wires shall be numbered and brought to numbered terminals. Complete schematics and outline Drawings shall be provided for approval. PART 2 PRODUCTS 2.1 CONSTRUCTION A. All panels furnished shall be of the arrangement and design as shown on the Drawings and specified herein. B. Panel construction shall be NEMA 4X 316 stainless steel with drip shield kit, 316 stainless-steel, with door gasket and three (3) point stainless steel latch, handle with nylon rollers and drip edge. Internal components shall be mounted on a back panel and selector switches, lights, etc., mounted on an interior dead-front panel. Enclosure shall be painted white and have sun shields on top and sides. C. Access doors or panels shall have continuous stainless-steel hinges. Fabrication shall be of 11 gauge thick, sheet steel with stainless steel hardware, suitably braced internally for structural rigidity and strength. Front panels or sections containing instruments shall be not less than 7-gauge thick stretcher leveled sheet steel or 1/4-inch-thick anodized aluminum, reinforced to prevent warping or distortion. All sections shall be descaled, degreased, filled, ground and finished with two rust-resistant phosphate prime coats and two (2) air dry silicone alkyd finish coats of enamel which shall be applied by either the hot air spray or conventional cold spray methods. The final finish shall be smooth, free of runs, and uniform in tone and thickness. Unless otherwise noted, the colors to be used shall be selected by the OWNER from color chips supplied by the panel manufacturer. All cutouts shall be properly finished, including deburring and touch- up painting. D. Nameplates shall be provided for all flush mounted equipment. The nameplates shall be constructed of black and white laminated, phenolic material having Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F SECTION 16810 CONTROL PANELS engraved letters approximately 1/4 inch high, extending through the black face into the white layer. Nameplates shall be attached to panels by self-tapping stainless-steel screws. E. Print storage pockets shall be provided on the inside of each panel. Its size shall be sufficient to hold all of the prints required to service the equipment. Reduced drawings shall be provided to be stored in these pockets. F. All panel equipment shall be mounted and wired on or within the cabinet. All wiring within the panel shall be grouped together with harnesses or ducts and secured to the structure. All wiring shall be numbered in accordance with the numbering system used on the wiring/connection diagrams. Power and low voltage DC signal wiring shall be routed in separate wire ways. Crossing of the two system wires shall be at right angles. Parallel troughs of different systems shall be separated by a minimum of 12 inches. Wiring through for supporting internal wiring shall be plastic type with snap-on covers. The side walls shall be open-top type to permit wire changing without disconnecting. Wiring troughs shall not be filled to more than 60 percent visible fill. Wiring through covers shall be match marked to identify placement. If component identification is shown on covers for visibility, the ID shall also appear on the mounting sub-panel. G. Power wire shall be minimum 12 AWG stranded, insulated for not less than 600 volts unless specified otherwise. Control wire shall be 14 AWG stranded, insulated and twisted shielded wire shall be 16 AWG. Use type XHHW-2 for outside to panel application and type MTW for wiring inside the panel. No THHN or other type of wire shall be used inside the control panel without the CITY approval. Wire color shall be, Line Power - Black; Neutral or common - White; AC Control - Red; DC Control - Blue; Equipment or Chassis Ground - Green; specified externally powered circuits - Orange. H. All wiring shall terminate in a master terminal board, rigid type and numbered. The master terminal board shall have a minimum of 25 percent spares. Terminal blocks shall be arranged in horizontal rows and separated into groups. (Power, AC control, DC signal, and alarm). Terminal blocks shall be barrier type with the appropriate voltage rating (600 volts minimum) and shall be the raised channel mounted type. Wire connectors shall be the hook fork type with non-insulated barrel for crimp type compression connection to the wire. Wire and tube markers shall be the sleeve type with heat impressed letters and members. Direct interlock wiring between equipment will not be allowed. Only one side of a terminal block row shall be used for internal wiring. The field wiring side of the terminal shall not be within six (6) inches of the side panel or adjacent terminal. I. All components shall be mounted in a manner that shall permit servicing, adjustment, testing and removal without disconnecting, moving or removing any other component. Components mounted on the inside panels shall be mounted on removable plates and not directly to the enclosure. Mounting shall be rigid and stable unless shock mounting is required by the manufacturer to protect equipment from vibration. Component mounting shall be oriented in accordance with the component manufacturer's and industries' standard practices. All internal components shall be identified with suitable plastic or metal engraved tags attached with drive pins adjacent to (not on) each component identifying the . Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F SECTION 03300 CAST-IN-PLACE CONCRETE component in accordance with the drawing, specifications, and supplier's data. 2.2 PUSH BUTTONS A. Push buttons shall be heavy-duty, oil tight, with momentary contacts. Switches shall be supplied with the number of poles required for the application, an escutcheon plate, and contacts rated for 10 amperes at 120 volts AC. Push buttons shall be as manufactured by Square-D, Class 9001, Type K or approved equal by CITY. 2.3 ROTARY HAND SWITCHES A. Rotary selector switches shall be heavy duty oil tight, with the number of poles and number of positions as required. Switches shall have a pistol grip handle and be of the maintained contact type rated for 10 amps at 120 volts AC. The switches required for "electronic duty" shall have low, stable, contact resistance and gold contacts. Provide make-before-break bridging contacts where required. Rotary hand switches shall be as manufactured by Square-D, Class 9001, Type K, standard knob, or approved equal by CITY. 2.4 LED PILOT LIGHTS A. LED indicating lights shall be provided as shown on the Drawings. Units shall be approximately 1/2-inch diameter. Bulbs shall be of the push-to-test type shall be as manufactured by Square-D, unless otherwise noted on the drawings, or approved equal by CITY. 2.5 RELAYS A. Relays shall be double pole, double throw, octal plug-in type with a transparent dust cover. The relay shall be equipped with an indicating light to indicate when its coil is energized. The relays shall have 10 amperes 120-volt AC contacts. Relays shall be as manufactured by Square D, Class 8501, Type KP, unless otherwise noted on the drawings, or approved equal by CITY. 2.6 TIME DELAY RELAYS A. Time delay relays shall be of the pneumatic type with time delay and instantaneous contacts. Time delay relays shall be double pole, double throw with output contacts rated at 10 amperes, 120-volt AC minimum. The time delay relays shall be set for sixty seconds except where otherwise shown on the Drawings but shall be adjustable from 0 to 180 seconds. Time delay relays shall be as manufactured by Square-D, Class 9050, Type A, unless otherwise noted on the drawings, or approved equal by CITY. 2.7 TIMERS A. Timers shall be plug-in type with a dust and moisture resistant case. The timers shall be of the multirange/analog or digital type with selectable ranges. The output contacts shall be rated at 10 amperes 120-volt AC minimum. The timer shall have a "timing in progress" indication. Timers shall be manufactured by Square D or approved equal by CITY. Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F SECTION 16810 CONTROL PANELS 2.8 CIRCUIT BREAKERS A. Circuit breakers shall be thermal-magnetic, molded case, permanent trip. Voltage, current, interrupting ratings, and number of poles required shall be as shown on the Drawings. Circuit breakers used in 120/240- v o l t control panels shall be UL listed and have an interrupting capacity of not less than 18,000 amperes, RMS, symmetrical. Circuit breakers shall be manufactured by Square D or approved equal by CITY. B. Do not substitute single-pole circuit breakers with handle ties for multi-pole breakers. 2.9 SURGE PROTECTIVE DEVICE (SPD) POWER APPLICATIONS A. Refer to specification 16050 – Electrical System Analyses 2.10 PHASE MONITOR A. Phase monitor shall be a three-phase solid state device with voltage sensing capabilities. Phase monitor shall have undervoltage capabilities with a UL listed relay. The monitor shall protect the motor against phase loss, phase unbalance, phase reversal, and undervoltage. Phase monitor shall be manufactured by ACT or approved equal by CITY. 2.11 MOTOR STARTER A. The motor starter shall be a full voltage non reversing, NEMA rated, three phase starter with thermal motor overload units. Overload units shall have manual resets. Motor starter shall be manufactured by Square D or approved equal by CITY. 2.12 CONTROL POWER TRANSFORMER A. If applicable, control power transformer shall be rated for 240x480V/120V A.C. and shall be rated with the appropriate kVA rating as called out in drawings. Control power transformer shall be manufactured by Square D or approved equal by CITY. 2.13 DUPLEX RECEPTACLE A. A 20A duplex receptacle shall be installed within the control panel. Receptacle shall be GFCI Type and shall be manufactured by Leviton Company Type 6599-I, unless otherwise noted on the drawings, or approved equal by CITY. 2.14 INTRINSICALLY SAFE RELAYS A. Intrinsically safe control relays shall be as manufactured by Pepperl + Fuchs, unless otherwise noted on the drawings, or approved equal by CITY. 2.15 ELAPSED TIME METER A. Elapsed time meter shall be as manufactured by Yokogawa Type 240, unless otherwise noted on the drawings, or approved equal by CITY. 2.16 TERMINAL BLOCKS . Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F SECTION 03300 CAST-IN-PLACE CONCRETE A. Terminal blocks shall be as manufactured by Square D Class 9080, unless otherwise noted on the drawings, or approved equal by CITY. PART 3 EXECUTION 3.1 INSTALLATION A. Seal all conduit entrances into control panels using sealing fittings as detailed on the drawings. 3.2 TESTS A. The supplier shall test all equipment at the factory prior to shipment. Coordinate with pump supplier for testing and startup at the site for each lift station. 3.3 ACCEPTANCE A. Upon successful completion of operation test and subsequent review and approval of the complete system's final documentation, the system shall be considered as acceptable. END OF SECTION 16810 Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F SECTION 16950 MISCELLANEOUS EQUIPMENT PART 4 GENERAL 4.1 SCOPE OF WORK A. Furnish and install all miscellaneous equipment as hereinafter specified and as shown on the Drawings PART 5 PRODUCTS 5.1 DISCONNECT SWITCHES A. Fusible and non-fusible disconnect switches shall be heavy-duty, quick-make, quick-break, visible blades, 600 volt, 3-pole with full cover interlock. All current carrying parts shall be copper. Enclosure Type shall be NEMA-4X, stainless steel, with stainless steel mounting hardware except as shown on the drawings. Disconnect switches shall be horsepower rated as manufactured by the Square-D Company, Class 3110, Type H, or approved equal. B. Surge arresters shall be installed on the main disconnect switch. Provide protection for each ungrounded conductor as required. These shall be connected to the line side of the protected equipment. Install a current limiting fuse in series with each pole of the arrester connection as recommended by the Manufacturer. All transient protection devices, including fuses, shall be installed within the protected equipment enclosures wherever possible. Surge arresters shall be as manufactured by the General Electric Company, Tranquell Series, Model 9L15 or approved equal. END OF SECTION 16950 . Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F Pipe Bursting of Potable Water Mains Using Pre-Chlorinated Pipe GUIDELINE SPECIFICATIONS A proposed Contractor takes on all responsibility of ensuring that the project accounts for completion of all requirements, as noted in the other Supplemental Specifications and the City Development Criteria/Standards Manual. The Contractor must be prepared to work with the City Utility Engineering and Water Maintenance Departments to resolve any City concerns during construction. Any Contractor proposing to perform these methods on the project must meet the experience requirements listed, provide detailed references, and attend a pre-award interview at the City’s offices. Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F Table of Contents 1.0 Outline of the Method of Pre-Chlorination of HDPE Pipe 2.0 Prior to Pipe Bursting 2.1 Contractor Qualifications 2.2 Pipe Specifications 2.3 Other Product Specifications 2.4 Product Compliance 2.5 Product Handling 2.6 Documentation and Planning 2.7 Notification of Regulatory Authority 2.8 Interruption of Service to End Users 2.9 Joining of Pipe 2.10 Pre-Chlorination of Product Pipe 2.11 Chlorination Solutions 2.12 Hydrostatic Pressure Testing 3.0 Pipe Bursting Operation 3.1 Pit Location and Excavation 3.2 Bursting Machine Location and Shoring 3.3 Rod Payout Operation 3.4 Tooling and Attachment 3.5 Pullback Operation 3.6 Tooling Removal 4.0 After Pipe Bursting 4.1 Pit condition prior to taps or joining system 4.2 Service Taps and Service Lines 4.3 Post Chlorination 4.4 Service Reinstatement 4.5 Backfill and Surface Reinstatement 4.6 Documentation Finalization 5.0 Definitions 6.0 Tables and Equations 6.1 Makeup Water Allowance Table 6.2 Allowance for Leakage Due to Fittings Equation Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F 1.0 Outline of the Method of Pre-Chlorination of HDPE Pipe Assuming all qualifications for skill and materials are met, the Pipe Bursting of Potable Water Mains using Pre-Chlorinated Pipe will repeat the method, outlined below for each section of pipe being rehabilitated. These processes may be performed in series or in parallel with other sections of pipe within the job; however each section will require these steps. a. Deliver notice of service outage to each affected property owner in advance of work. b. Chlorinate a length of product pipe that yields passing test results for potable water per AWWA, Regulatory Authority and City standards. c. Hydrostatic test of the product pipe section per City standards. d. Excavate a Burst Pit at one end of the section down to pipe grade for placement of the pipe bursting equipment. e. Excavate an Insertion Pit at the opposite end of the section down to pipe grade for entry of the product pipe. f. Excavate Service Connection Pits. g. Isolate the section to be rehabilitated from the rest of the system so as to maintain pressure integrity of the system as well as preventing any backflow of chlorinated solution or non-potable water into the system. h. Excavate and remove hydrant tees and valve tees from the host pipe. i. Rod string to be assembled as it is thrust through the host pipe from Burst Pit to Insertion Pit. j. Burst tooling and product pipe attached to rod end at Entry Pit. k. Rod string pulled back and disassembled simultaneously while tooling and product pipe travels from Insertion Pit to Burst Pit. l. Service Connections shall be made to the newly installed main. m. Super-Chlorinate main for 15 minutes to 300 ppm. A de-chlorination unit will be used to neutralize the residual chlorine when flushing. Flush the newly installed main with potable water. n. Inspect for leaks at new connections. o. Final connection of the replaced section of pipe into the system. It should be noted that item “d” through “o” are to be accomplished within a single 10 hour day to eliminate the need for any temporary services. The length of pipe to be burst per run should be chosen to conform to this time frame. Items “d” though “f” (excavation items) may be performed one day prior to bursting operations to expedite process. Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F 2.0 Prior to pipe bursting 2.1 Contractor Pre-Qualifications In order to assure quality execution of the method, the contractor shall submit the following to the Authority: a. 1. Experience – the contractor shall provide documented evidence of: Being actively engaged in the installation of pipe using the static pipe bursting method for a minimum of seven (7) years. 2. Performing 100,000 feet or more of water main replacement using the process of pre-chlorinated pipe bursting in the United States of America over the past 24 month period. 3. The work experience must have been performed under the company name. 4. Experience must be with the use of a static pipe bursting system with evidence of 2”, 4”, 6”, 8”, 10” and 12” projects. 5. Submitting the project reference sheet by listing five (5) similar projects successfully completed within the last two years. To be counted, each project reference must encompass: replacing potable water main, using the static pipe bursting method, using the pre-chlorination method and all projects must be from the state of Florida. b. 1. Certification Certificate of training endorsed by the manufacturer of the pipe bursting equipment. 2. Certificate of training endorsed by the manufacturer of thermal fusion equipment in butt fusing of HDPE pipe, in lieu of certificate, evidence of training may be substituted. 3. Certificate of training endorsed by the supplier or manufacturer of HDPE electro-fusion fusion couplers to be used in the method. In lieu of certificate, evidence of training may be substituted. c. Hygiene a competency statement by contractor that all employees are medically cleared to work on restricted operations and have been trained in hygienic procedures. d. Personnel overseeing Pre-chlorination process shall be trained and qualified in process. 2.2 Pipe Specifications Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F a. High Density Polyethylene Pipe shall be AWWA C906 (HDPE) and per City Specifications. b. Pipe must conform to ASTM F714 and NSF 61. c. HDPE resin shall be PE4710 characterized by ASTM D3350. d. All pipe shall be made of virgin material, no rework except that obtained from manufacturers own production. e. Pipe shall be a minimum of SDR 11 wall thickness or as directed by the Authority. f. Cuts or gouges, per ASTM F585 are acceptable up to 10% of wall thickness. Beyond 10% of wall, damage must be removed by cutting the damaged section from the pipe string and butt fusing the ends. g. Stripe along the length of the pipe shall be blue in color to identify the pipe as potable water. 2.3 Other Product Specifications a. Fittings for pressure systems shall be ductile iron and comply with AWWA C110. The minimum pressure rating shall be 150 PSI and meet all city standard specifications. b. Stiffener inserts per ASTM 240 shall be used for all fittings and connections to HDPE pipe. Stiffeners shall be 304 stainless steel and be of wedge type design. c. Service Connection Fittings shall be HDPE electro-fusion type and/or mechanical saddles with a minimum working pressure of 150 PSI and per City specification. d. Pipe Connection Fittings shall meet AWWA C906 and meet or exceed the pressure requirements of the HDPE Pipe 2.4 Product Compliance a. Certificate of compliance shall be supplied to the City that the Product Pipe is per specification 2.2 and as specified in the General Requirements Section. b. All materials (in excess of those specified above in 2.4a.) used with the coupling or connecting HDPE water main must be submitted and approved by the City. 2.5 Product Handling a. Pipe transport and handling shall be per manufacturer’s recommendation. Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F b. Product other than pipe must be stored and handled per manufacturer’s recommendations. 2.6 Documentation and Planning a. Contractor shall submit a plan to the City on a marked up copy of the Project Drawings showing the Contractor’s construction phasing and plans at the Pre- Construction Meeting. Plan details should include: 1. Pit locations for pipe insertion and bust machine location. 2. Pit locations for service re-connects. 3. Schedule of when various sections are to be rehabilitated. 4. Distances of each pull. 5. Isolating points used to seal the system during the pipe burst. 6. Chlorination/De-chlorination logs for each pipe section. b. The Project Construction drawings provided by the Owner shall be marked by the contractor to show actual locations of services, fittings, fire hydrants and other reconnects. These markups shall be done the day of the actual placement. A set of marked up plans shall be returned to the Owner within 15 days of substantial completion of job. c. Chlorination Submission Documents, pipes Pre-Chlorinated with intent to install under this specification must have a log sheet placed in a sealed waterproof envelope attached to the pipe at the start of the Chlorination process. This sheet makes up the Chlorination Submission Documents and shall be delivered to the Authority at the same time as the marked up construction drawing. Information on the log sheet shall at a minimum include: 1. Date of Swabbing 2. Date of Chlorinating and amount of chlorine used 3. Date of samplings 4. Results of Sample tests 5. Date of pipe installation 6. Date of Pressure Test 7. Makeup water details (if any) 8. End test pressure Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F 9. Final pressure test results 10. Location of installation 2.7 Notification of Regulatory Authority Prior to commencement of construction, the Owner and the Contractor shall notify the local regulatory agency (DEP) for their project review and oversight. Specifications for the construction processes and/or plans shall be provided to the agency as they require. 2.8 Interruption of Service to End Users a. Interruption of service to end users shall be minimized through the efforts of the contractor and use of the method outlined within. Outages shall be limited to 8:00 AM to 6:00 PM Monday through Friday. No interruption shall be permitted between 6:00 PM and 8:00 AM or on Saturday, Sunday or legal holidays without the approval of the owner. b. Only one (1) line segment may be shut down for rehabilitation at any one moment. c. End users shall be notified in writing (door hanger, flier, etc.) by the contractor in a manner approved by the Authority. General notice shall be provided (7) days in advance if possible. Detailed Notice shall be provided at minimum permissible advance of 48 hours prior to service interruption. 2.9 Joining of Pipe a. Fusing per Butt fusion methods in strict conformance to the pipe and/or fusing equipment manufacturers recommendations shall be used to join sections of High Density Polyethylene Pipe. b. Fusing of ‘sticks’ of pipe shall be performed in the general vicinity of the pipe insertion pit or lay down yard (staging area). c. Pipe supplied by the pipe manufacturer in a coil may be fused remote from the pipe insertion pit. d. Solvent cement joints performed by anyone other than the manufacturer are unacceptable for any HDPE pipe or fitting. 2.10 Pre-Chlorination of Product Pipe Chlorination of pipes prior to bursting shall be carried out per ANSI/AWWA C651-14 Standard for Disinfecting Water Mains and in cooperation with the City’s Water Maintenance Department. Any information here shall facilitate that method when performed on pipes not yet placed on grade. In general, the method includes the following: a. Disinfect all equipment, tools, end caps, pipe fittings or product that may contact pipe. Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F b. Disinfection shall be carried out by immersing or rinsing items in a hypochlorus solution containing 1 to 5 percent chlorine measured by weight. See details of Chlorination solution in section 2.11. c. Product pipe shall be fused into a string of sufficient length to complete the designated section or be coiled in a manner suitable for delivery on a pipe reel. Maximum allowable length is 800 feet. d. The surface upon which the product pipe rests during Chlorination shall be relatively impervious and free from visible contamination. Coiled pipe must be laid horizontally to allow all air to be expelled. e. Swabbing, Chlorination and testing of the inside diameter of the pipe shall be accomplished by: 1. Swab being inserted at the lowest end of the pipe. 2. Calcium Hypochlorite tablets or granules as described in section 2.11. shall be placed behind the swab. 3. Pressure tight end cap shall be mounted to the low end of the pipe either by fusing or mechanically assembled to the pipe. 4. Potable water shall be introduced through this end cap at a controlled rate such that the swab is propelled at a velocity less than or equal to one foot per second. All air is to be dispelled from the pipe. 5. Upon discharge of the swab from the elevated end of the pipe, the elevated end shall be capped with a pressure tight seal. This seal having a tapped access hole of size at least 1.25” NPT or incorporating the ability to leak (purge) air or water at will by adjustment of clamping bolts. Additional potable water should be added after capping to ensure that no air remains between the caps. 6. Pressure testing of the pipe section should be performed per details in section 2.12 upon replacement of the second end cap. 7. Chlorinated solution should be maintained in the pipe for a minimum of 24 hours prior to flushing when water temperature is above 41 ºF (5ºC), 48 hours when water temperature is 41ºF (5ºC) or less. Time for retention of the chlorinated solution shall not be significantly over designated holding time so as to prevent damage to the pipe or end caps. 8. After designated holding time, the pipe shall be drained, flushed and filled with potable water so as to expel the highly chlorinated solution. The spent Chlorinated solution shall not be allowed to enter any water shed, a sanitary sewer or any other area where environmental damage may occur without neutralizing it in an industry acceptable manner. Flushing water shall be from a source known to be of drinking water standard. Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F 9. Test samples shall be taken from each end of the pipe on consecutive days, 24 hours apart. Samples shall be tested by a state certified lab within 30 hours of being taken. 10. Failure of any sample to pass a bacteriological test should result in the related section of pipe being re-flushed and retested. Should any sample again fail, the section must be chlorinated before retest. 11. Time before re-connection of a passing pipe section shall be limited to 14 days from the last sampling. After this time the pipe must be retested to be acceptable for use. 12. Drain the section of pipe prior to pipe bursting. The pipe shall be drained on the day of the pipe bursting, and sealed after draining and for the pipe bursting process. 13. Swabs should be designated by the manufacturer as suitable for potable water system use. Swabs are to be manufactured by Knapp Industries or be of equivalent design. 2.11 Chlorination Solutions a. Acceptable forms of chlorine include Calcium Hypochlorite conforming to ANSI/AWWA B300, preferably in 5 gram tablets, alternately in granular form. Material must be stored per manufacturer’s recommendations. b. Unacceptable forms of chlorine include Calcium Hypochlorite intended for swimming pool use. c. Calcium Hypochlorite tablets shall be placed behind the swab in quantity based on pipe size and length per ANSI/AWWA C651-05 AWWA Standard for Disinfecting Water Mains. d. Calcium Hypochlorite in granular form shall be placed behind the swab in quantity based on pipe size and length per ANSI/AWWA C651-05 AWWA Standard for Disinfecting Water Mains. e. Solutions acceptable for pipe chlorination shall be acceptable for disinfection of equipment, tools, and caps, pipe fitting or product that may contact pipe. f. Dilute Chlorinated solutions over 7 days old shall be disposed of properly and not used as a disinfection agent. 2.12 Hydrostatic Pressure Testing a. Maximum allowable test pressure as referenced by PPI TR-31 shall be 1.5 times the pipe rated operating pressure (min. test pressure 125 psi) at the lowest point in the section under test or that of the lowest rated pressure component such as flanges, valves, fittings, etc. Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F b. Air trapped in the product pipe must be purged before test. c. At the discretion of the Authority, the test method used may be either a Monitored Make-up Water Test or a Non-monitored Make-up Water Test. Either test shall be performed above ground without fittings prior to pipe bursting. If damage to the product pipe occurs during bursting that requires a fused joint repair, the Authority may require re-test, with or without fittings after bursting. d. Monitored Make-up Water Test shall be comprised of two stages. 1. Initial expansion and stabilization stage. The initial test pressure is applied and the system is allowed to stand without make-up water during a 2 to 3 hour period. During this time the pipe is allowed to expand and stabilize. 2. Test stage, after the stabilization is complete, the system is pumped back to test pressure and allowed to sit for 2 additional hours. Water is then added until the test pressure is attained. Water added shall not exceed that of Table 6.1. e. Non-monitored Make-up Water Test shall be comprised of two stages. 1. Initial expansion and stabilization state. The initial test pressure is applied and the system is allowed to stand without make-up water during a 2 to 3 hour period. During this time the pipe is allowed to expand and stabilize. 2. Test stage. After the stabilization is complete, the system is pumped back to test pressure and then reduced by 10 PSI. The pressure shall remain steady, not falling more than 5% from reduced pressure during a one hour test period. 3. Total time allotted for test shall not exceed 8 hours. If successful test can not be completed in this period, then the test section must be depressurized and allowed to relax for a minimum of 8 hours before retest. f. Re-test after repair. Should the Authority require test after repair, refer to Equation 6.2 for Leakage Allowance due to fittings for the Monitored Make-up Water Test. g. Manifest shall be filled out with all pressure test results. 3.0 Pipe Bursting Operation The pipe bursting operation described within provides guidance on the basic process. It is to be understood that the need to make exceptions or additions to this process are common. These changes are made to accommodate non standard conditions. The Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F contractor experience requirements make it reasonable to put the responsibility of devising these exceptions upon the contractor. 3.1 Pit Location and Excavation a. Burst pit and insertion pit locations shall be placed such that excavations are minimized. This may be accomplished by placing either or both of these pits at the point of a service connection. b. Burst length shall be 400 feet (+/-) 50 feet in length for first 2 bursts. After soil pipe friction is evaluated longer burst runs may be performed. c. All pits shall be shored to ensure worker safety per OSHA or other local regulations. d. All pits shall be roped off and or covered when not active per OSHA or local regulations to ensure public safety. e. Traffic control shall be accommodated for by Contractor as per the Contract specifications. Safe traffic passage around pit excavations that are located in or adjacent to streets or highways shall meet requirements of City Right-of-way Department. Parking of related employee vehicles, trucks and auxiliary and equipment shall be such that congestion and traffic delays are minimized. f. Utilities intersecting the hose pipe shall be exposed using an excavation technique appropriate for the utility. This Utility Crossing Pit shall exist prior to commencement of bursting. Man entry shoring is not required however appropriate safety precautions should be made. 3.2 Bursting Machine Location and Shoring Bursting machines of the static pull style require preparation and planning for the bursting pit that they are to operate from. a. Burst pit shall be shored in accordance to 3.1 ( c ). b. Forward face of the Burst Pit or the surface that the machine bears against while pulling back, shall be shored in workman like manner. This shoring shall maintain perpendicular burst machine alignment to the pipe during pullback. Any loss of perpendicular alignment during pull shall result in stopping of the bursting process and improvement of the forward face shoring. c. Rearward shoring shall be provided to react rod thrust forces during payout. While these forces are substantially lower than pullback forces, shoring must be used to stabilize the bursting machine so as to maintain perpendicular alignment of the machine during payout. The weight of the machine can not be depended on to react thrust forces. Hose pipe at rear face of pit may only be utilized for rearward shoring if scheduled for replacement. Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F d. Pipe face for Cast Iron, Ductile Iron or PVC shall be cut off using a saw or similar device to produce a square face for the bursting machine forward face to bear against. Final separation of cast iron pipe with a wedge may provide a clean face. Host Pipe shall be removed in sufficient length to accommodate burst machine. e. Burst machine must be positioned so as to have rod centerline at approximate centerline of host pipe. f. Rod Box delivery and removal between temporary rod storage location and Burst Pit must be accommodated for with appropriate lifting equipment and techniques. Additionally, movement and or placement of lifting machine must be included in Traffic Control plans. 3.3 Rod Payout Operation a. Rod payout is the process of assembling a string of rods and pushing them in a step wise manner from Burst Pit, through the interior of the hose pipe to Insertion Pit. b. Lifting of rod boxes into or out of the Burst Pit shall be performed per OSHA or other applicable requirements with respect to equipment and method. c. Threads shall be cleaned of foreign matter before assembly. d. Counting of Rods during payout, or quantity of rods per box shall be monitored such that the operator is aware of the distance between the burst machine and the lead end of the rod string. e. Thrust force should be monitored by the operator. Should an unexpected sudden and significant increase in thrust force be experienced, the process shall be halted. The operator or contractor shall review the results of 3.3 (e.1) with the Authority to remedy per 3.3 (e.2) in an attempt to determine if offsets, valves or other features or obstruction exist that may cause the rod string to leave the pipe. 1. Front end of the rod string should be located by distance from the Burst Pit. Location should be painted and compared to as built plans. 2. Appropriate action should be taken to remedy the cause. This action may include an additional pit at the obstruction to determine the cause, and remove or accommodate for the obstruction. The decision may be to continue thrusting if the obstruction is believed to be encrustation. f. Host pipe in the Insertion Pit shall be cut or broken prior to arrival of the rod string. Sufficient length shall be removed so as to allow the Burst Tooling to enter the host pipe and bend the product within the allowable radius specified by the pipe manufacturer. The second end of the host pipe in the Insertion Pit shall be positioned or worked so as not to damage the product pipe as it travels through the Insertion Pit. Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F g. Workmen shall not enter the Insertion Pit when the rod string is nearing the Pit. A workman shall be in visual or radio contact with the burst machine operator so as to have the payout halted in a position that allows attachment of the Burst tooling. Burst tooling style shall be chosen based on anticipated properties of host pipe and host pipe repairs. 1. Cast Iron or Asbestos Concrete host pipe anticipated to be free of either Ductile Iron repair sections or Dressor Style Couplings may use a simple conical burst head with a single or double longitudinal blade. 2. Ductile Iron, PVC or hose pipe with Ductile Iron repair sections or Dressor Style Couplings require use of a rolling blade cutter (slitter) ahead of the conical expander. 3.4 Tooling and Attachment a. The Product Pipe shall be moved into position for attachment to the rod string. Appropriate traffic or pedestrian control will be exercised along the path of the Product Pipe. b. The lead and second rod shall be painted orange or yellow so as to give notice to the burst machine operator position of the Burst Tooling. c. Attachment of the Burst Tooling to the rod shall be through the use of removable pin joint allowing the tooling to pivot at least 46 degrees to the rod axis. d. Burst head diameter must be a minimum of 15% over size to the outside diameter of the Product Pipe. Actual size is left to the discretion of the contractor. A greater outside diameter allows for reduced pipe friction and increases bursting forces pushed and increases solid pipe placement. e. Attachment of the Product pipe to the Burst Tooling shall be with a swivel that permits rotation to relieve torsional (twist) stress on the Product pipe. f. Burst Head shall slide on the rod string such that the rear of the burst head overlaps the forward end of the Product Pipe to eliminate the chance of damage to the Product Pipe. 3.5 Pullback Operation a. Prior to commencement of pullback, there will be visual or radio contact between observers stationed adjacent to the Insertion Pit, the Burst Machine operator and a Product Pipe Observer stationed strategically along the length of the product pipe to watch for product pipe entanglement with above ground obstructions. b. The Burst Machine operator will begin the pullback with the OK of the Insertion Pit Observer. Progress will be made at a slow rate until the Observer sees the Burst Tooling has completely entered the Host Pipe. Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F c. Pipe progress will be monitored for the first 20 feet of pullback by the Insertion Pit Observer and the Product Pipe Observer. d. As the Burst Tooling nears any Utility Crossing Pit, an observer in radio or visual contact with the Burst Machine Operator will monitor and control movement of the Burst Tooling past the utility. e. Should the forward shoring upon which the bursting machine bears yield sufficiently to bring the Bursting Machine out of square to the host pipe, the shoring will be reworked according to 3.2 (b). 3.6 Tooling Removal a. Burst Machine Operator shall note rod count and anticipate entry of painted rods into the Burst Pit. As the Pin Joint Connection nears the Burst Machine forward face, the burst is to be halted. Load on the forward face is relieved by reversing the rod direction slightly. b. The Burst Machine Shore Plate is to be removed, allowing the tooling to enter a cage or the hull of the Burst Machine. The tooling string will be disassembled and removed, in sections if necessary until the Product Pipe face has been pulled beyond the face of the Burst Pit. The distance past the face of the Burst Pit shall be at the discretion of the contractor anticipating the length required for connection/fusing. 4.0 After Pipe Bursting Upon completion of the pipe bursting, certain tasks must be followed through in order to complete the overall process. 4.1 Pit Condition Prior to Taps or Joining System a. Maintaining sanitary conditions within the product pipe after pipe bursting must take high priority. Should any foreign matter, including ground water be allowed to enter the pipe interior, the condition of the pipe is no longer suitable for connection to the system. For this reason connections may not be made in standing water. Such water must be pumped or bailed prior to making the connection or unsealing the pipe. Areas under connections should be excavated below the pipe invert. b. Before joining a surface and before any special surface preparation to accommodate that joining, external surfaces should be clean and dry. Dust may be removed by wiping with clean, lint free cloth. Heavier deposits must be washed from the surface with soap and water and dried with a clean, lint free cloth. c. Incidental exposure of the interior of the pipe to any foreign matter shall require that one of the two following remedies be carried out: 1. Complete chlorination per AWWA specifications for buried pipe. Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F 2. Localized contamination at the end of the pipe may be removed and the contaminated interior surface of the pipe wiped with a solution of 1 to 5% hypochlorite disinfecting solution. 4.2 Service Taps and Service Lines a. Service taps shall be of a type approved by the Authority and must meet AWWA C906. Construction of taps shall be per the manufacturer’s recommendation. Acceptable choices include: 1. Electro-fusion type and/or mechanical saddles with a minimum working pressure of 100psi 2. Socket Fusion b. Replacement or rehabilitation of service lines, if required, shall be according to contract. Note: HDPE pipe is the preferred material for service line replacements to curb stops. 4.3 Post Chlorination The section of main will be super-chlorinated to 300 ppm by inserting a swab at one end. The swab shall travel the entire length of the pipe section. 4.4 Service Reinstatement Prior to connection of the newly installed pipe, the section of pipe shall be fully flushed with the use of a de-chlorination unit and ascorbic acid to neutralize the residual chlorine. Following flushing, the newly installed section may be connected to the main at both ends and service reinstated. 4.5 Backfill and Surface Reinstatement a. Backfill used to restore pits shall be per applicable sewer and water construction standards applicable in the municipality. b. Lawn restoration shall be per applicable sewer and water construction standards applicable in the municipality. c. Asphalt, concrete or other roadway surface restoration shall be per applicable sewer and water construction standards applicable in the municipality. 4.6 Documentation Finalization Within (15) days of completion of the job, all records including manifests, marked up construction plans or documents pertinent to describing the system as installed shall be provided to the Authority. Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F 5.0 Definitions A Authority: City and its Utility Engineering representatives AWWA: American Water Works Association, see www.awwa.org ASTM: American Society for Testing and Materials, see www.astm.org B Burst Head: Conical shaped portion of burst tooling used to expand fractured pipe and surrounding soil to accommodate product pipe. Burst Pit: Excavation where Static Pull Pipe Bursting Machine is located. The product pipe is pulled toward this pit. Burst Tooling: Tooling designed to crack the host pipe, expand the remains of the host pipe and surrounding soil so as to allow passage of the product pipe. C Chlorination Submission Documents: Written log attached to section of pipe detailing processes related to Pre-Chlorination and Hydrostatic Testing. D Dressor Coupling: Commonly used repair coupling, see www.dressercouplings.com Ductile Iron Pipe: Centrifugally cast pipe with superior tensile and yield strength, high ductility (malleability) and impact resistant properties. E Electrofusion: Joint or saddle that connects two sections of HDPE pipe. These joints contain internal heating elements to facilitate a heat fused joint. H HDPE: High Density Poly-Ethylene, plastic material from which product pipe is manufactured. Host Pipe: Existing pipe buried in the ground that will be rehabilitated by bursting (cracking) and pulling in a new replacement pipe (product pipe). I Insertion Pit: Excavation where product pipe enters the host pipe and bursting begins. Product pipe is pulled through the insertion pit towards the burst pit. Nominal depth of insertion it is 2.5 to 3.0 times depth of host pipe. M Manifest: Written log attached to section of pipe detailing processes related to Pre- Chlorination and Hydrostatic Testing. P Product Pipe: Newly installed pressure pipe made from HDPE PPI: Plastic Pipe Institute, see www.placsticpipe.org R Rod String: Assembled string of rods that extend from Burst pit to insertion pit and serve to transmit tensile pullback forces to burst tooling. Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F U Utility Crossing Pit: An excavation created at any point where another buried utility crosses the burst path. 6.0 Tables and Equations 6.1 Makeup Water Allowance Table Nominal Pipe Size In Inches 2 4 6 8 10 12 14 16 18 20 22 24 30 Makeup Water Allowance (Gallon/100 ft) .1 .2 .6 1.0 1.3 2.3 2.8 3.3 4.3 5.5 7.0 8.9 12 6.2 Allowance for Leakage Due to Fittings Equation L = [ND(P^.50)]/[7,400] Where: L = Maximum allowable leakage, Gallons/Hour N = Number of joints in the tested pipe (connections for pipes or fitting, not fuse joints) D = Nominal inside diameter of pipe, Inches P = Test Pressure, PSI Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F Exhibit D SEWER SLIP-LINING PART 1 – GENERAL It is the intent of this portion of the Specification to provide for rehabilitating sewer lines via the installation of a fiberglass, HDPE or PVC slip-lining pipe. 1.01 WORK INCLUDED A. Scope of Work Shall be per the design submittal and the Contract Documents. B. Work may include installation of equipment and incidentals required for sanitary sewer system improvements, including sewer mains, laterals, manholes, flushing inlets, grease traps and interceptors, and pumping facilities in accordance with the requirements of the Contract Documents. C. Any and all work to be performed on the Collection System shall be inspected and approved by City Staff. D. The Contractor shall comply with the City’s NPDES Discharge permit, as updated, for discharges to the storm drain system, including adherence to all applicable Best Management Practices to prevent pollutants, including sediment, from entering the storm drains. 1.02 RELATED REQUIREMENTS 1.03 REFERENCE STANDARDS A. ASTM C 900 “All Standard Applicable for SDR35, SDR26, SDR21 AND ASTM C 900 Pipe and Fittings” B. ASTM D 3034 "All Standards Applicable for SDR35, SDR26, SDR21 Pipe and Fittings" C. ASTM D 3350 "Standard Specification for Polyethylene Plastic Pipe and Fitting". D. ASTM F585 Standard Practice for Insertion of Flexible Polyethylene Pipe into Existing Sewers 1 Sewer Slip-Lining Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F E. ASTM F 679 "All Standards Applicable for SDR35, SDR26, SDR21 Pipe and Fittings" 1.04 QUALITY ASSURANCE A. All materials and equipment furnished under this Section shall be: 1. From a manufacturer who has been regularly engaged in the design and manufacture of the materials and equipment for at least five (5) years; and 2. Approved by the Engineer before installation. The Engineer shall verify that the quality is equal to the materials and equipment made by those manufacturers specifically named herein, if an alternate product manufacturer is proposed. 1.05 SUBMITTALS A. Shop Drawings: Submit data to show that the product conforms to the specification requirements. B. Materials List: Submit a list of all materials proposed to be used on the project, showing manufacturer's name, product trade name, type, grade, and weight. Materials list shall be submitted and approved before any installation occurs. C. Manufacturer's Warranty: Submit manufacturer's warranty on the product and a certificate showing compliance with applicable ASTM Standards. PART 2- PRODUCTS 2.01 MATERIALS A. Fiberglass pipe shall be centrifugally cast with glass fiber reinforcement in a cured thermosetting resin manufactured in accordance with ASTM D3262, cell classification Type 1, Liner 2, Grade 3. Fiberglass liner shall be shown by tests to be resistant to long-term corrosion. Testing shall be performed in accordance with ASTM D3681 using 1.0N sulfuric acid for sanitary sewage, and ASTM C581 for industrial sewage. B. PVC pipe shall have a minimum cell classification of 12364 B or C as defined in ASTM D1784. Pipe shall be closed profile. The joint shall be designed so that neither the outside diameter of the pipe is increased, nor the internal diameter of the pipe is decreased at the joint. The joint shall meet the requirements of ASTM D3212. PVC liner pipe shall have a minimum pipe stiffness of 46 psi when tested in accordance with ASTM D2412. Sewer Slip-Lining 2 Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F C. Polyethylene pipe and fittings shall be manufactured from high-density compounds in accordance with ASTM D3350. All HDPE pipe shall be closed profile and have a minimum SDR rating of 35 and a minimum pipe stiffness of 46 psi. D. All pipes shall be provided with joints designed so that neither the outside diameter of the pipe is increased nor the internal diameter of the pipe is decreased at the joint. E. Cellular concrete grout for annular space provided under this Specification shall have the following characteristics: 1. 250 psi, 28-day compressive strength; 100 psi, 24-hour compressive strength, minimum. 2. Foam concentrate: ASTM C869. 3. Cement: ASTM C150. 4. Fly ash: ASTM C618, Class F, except loss of ignition shall not exceed 5%. 5. Water: Potable. 6. Admixtures: Only as approved by foam concentrate manufacturer and the Engineer. F. All connectors provided for reinstatement of laterals shall be as follows: 1. All connectors shall be composed of synthetic rubber based compounds formulated to resist acids, alkalis, solvents, and greases encountered in sanitary and storm sewer and shall contain no reclaimed rubber. Contractor shall submit evidence of satisfactory testing in accordance with ASTM D543 with no weight loss in 1.0N sulfuric acid, 1.0N hydrochloric acid or 1.0N nitric acid. Materials shall show no etching, blistering, distortion or other evidence of chemical attack. Ultimate tensile strength shall exceed 750 psi at 80 degrees F and elongation shall exceed 150%. Water absorption shall not exceed 4% when tested in accordance with ASTM D570 and hardness shall not exceed 55 in a 5 second reading interval when tested in accordance with ASTM D2240, Type A Hardness. 2. All compression bands shall be Series 316 Stainless Steel. All nuts and bolts shall be Series 305 Stainless Steel. 3. The completed joint shall comply with ASTM C425 for resilient sewer pipe joints. 3 Sewer Slip-Lining Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F 2.02 DESIGN REQUIREMENTS A. Conveyance Capacity 1. Slip-lining pipe provided under this Specification shall provide the maximum conveyance capacity possible and in no case shall provide less capacity than currently exists. B. Design Criteria Slip liner structural properties shall be calculated and provided to the City prior to construction. In addition to the requirements for submittals set forth in the construction contracts and the requirements for submittals contained in companion sections of these specifications, Contractor shall submit the following: 1. Manufacturer’s literature for materials used in liner, gaskets and fittings. 2. Proposed grout mixture and pressures. 3. Test results and certification of compliance for materials. 4. Proposed plan for bypassing sewage during liner installation, if applicable. 5. Manufacturer’s design analysis. 6. Proposed method of reconnecting service laterals, if applicable. 7. Details identifying proposed installation method, equipment, and location of access shaft, pit or approach tunnel. PART 3- EXECUTION 3.01 INSTALLATION A. Cleaning Prior to the installation of the slip-liner pipe, Contractor shall thoroughly clean the sewer designated to receive the liner. Cleaning shall constitute removal of all debris, solids, roots, deposits, and other matter, which would preclude the installation of the slip-liner into the sewer line. Sewer Slip-Lining 4 Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F B. Inspection of Pipelines Prior to the installation of slip-liner, Contractor shall inspect the sewer designated to receive the liner by Closed Circuit Television Inspection (CCTV).to identify all structural defects and location of all sewer lateral and other connections. C. Sewage Flow Control 1. Contractor shall provide for maintenance of flow in the affected portions of the sewer system during installation of the slip-liner. 2. Unless otherwise specifically required, Contractor shall locate excavation(s) for insertion of slip liner to cause the least disruption to existing utilities, traffic and area business. The existing sewer line shall be exposed for the length necessary to accommodate the maximum length of liner pipe and for equipment. If Contractor locates insertion pit at an existing precast concrete manhole location, Contractor shall remove manhole frame, cover, cone, riser and manhole sections as necessary and store for reinstallation upon completion. 3. Sections of liner shall be field connected above the insertion pit using low profile bell and spigot joints, butt-fused joints or jacking pipe sleeve joints. Bell and spigot and jacking pipe sleeve joints shall be equipped with an elastomeric gasket meeting the requirements of ASTM F477 to provide a watertight seal at each joint. Maximum allowable deflection shall be two degrees. Contractor shall take precautions to prevent ragged edges of broken sewer pipe from scoring slip liner as it is being pushed/ pulled into sewer. 4. Contractor shall seal the annular space between the slip liner and the existing sewer pipe with cellular concrete as specified. Contractor shall take appropriate precautions to avoid over pressurization, buckling and floating of the slip liner pipe during the grouting process. Contractor shall comply with pipe manufacturer’s recommendations for grouting procedures and with the grout manufacturer’s procedures for placement of grout, grout pressures and grout quantity. Multiple grout lift installations may be required to avoid buckling of the liner pipe. Contractor shall also take precautions to avoid movement of the liner during the grouting operation. No grout shall be placed until service connections have been restored. Grout placement method and pressure shall be in accordance with manufacturer’s recommendations and shall be submitted to the Engineer prior to the placement of grout. 5 Sewer Slip-Lining Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F D. Service Connections 1. Contractor shall reconnect all service connections to the sewer unless the Engineer deems connection to be inactive or abandoned. Contractor shall machine core through liner at each connection point, and comply with the following connection procedures: i. Contractor shall excavate and install a tee fitting with saddle configured to the outside diameter of the slip liner and of tee length necessary to connect existing service or lateral. Contractor shall bond saddle to outside of liner pipe per manufacturer’s recommendations. A minimum of 90% capacity restoration is required. ii. To join pipes of dissimilar material, Contractor shall joint plain ends and connect the existing pipes and services using flexible pipe connectors equipped with stainless steel bands and fastening devices as specified. E. Manholes 1. Contractor shall cut the upper half of liner out at manholes, and as required to accommodate lateral and service connections at manholes. Contractor shall reconstruct manhole benches to match new invert elevations 2. Where existing manhole locations have been used as access pit sites, Contractor shall reconstruct precast manholes using salvaged materials. If existing manhole materials are not suitable for salvage, Contractor shall reconstruct manhole utilizing cast-in-place or new precast concrete manhole elements. All construction shall comply with the companion sections of these specifications 3.02 TESTING AND ACCEPTANCE A. Contractor shall employ an independent testing agency to conduct and report compressive strength testing of the grout utilized in the construction. Contractor shall prepare and submit for testing four cellular concrete cylinders from each day’s grouting activities. Testing shall occur at one (1) and twenty-eight (28) days. All test results shall be submitted to the City. B. After all work is completed, Contractor shall provide the City with a DVD showing both the pre- and post-installation conditions, including the restored connections. All defects discovered during the post-installation television inspection shall be corrected by the Contractor at its expense before the work under the Contract will be considered for Substantial Completion. After the defects, if any, are corrected, the affected sewer segment(s) shall be video inspected again. The post-installation television inspection shall be Sewer Slip-Lining 6 Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F submitted in sufficient time to allow the City to review the video prior to the Substantial Completion milestone. PART 4- MEASUREMENT AND PAYMENT A. Payment shall include all bypass pumping, cleaning, pre- and post-construction televising, labor, equipment, material, supervision, sheeting, shoring, bracing, installation, manhole reconstruction at access pit locations, safety, dust/erosion control, testing, site restoration and all other work specified or not which is reasonably required to provide a completed installation. Any item not specified shall be considered incidental to the work. Contractor shall include all incidental cost in the unit price for the slip liner. B. Contractor shall receive payment for building sewer lateral reinstatement on a unit price basis per lateral connection diameter reinstated in accordance with the unit prices contained in the Contract Documents. C. Contractor shall receive payment for Mobilization/Demobilization and Traffic Control on a lump sum basis in accordance with the prices contained in the Contract Documents. - END OF SECTION - 7 Sewer Slip-Lining Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F Division 53: Slip-Lining of Existing Sewer Line 53.01 GENERAL: This section includes all labor, materials, transportation, equipment necessary to rehabilitate by means of Instituform deteriorated sections of Sanitary Sewer within project limits, as relatively free of infiltration or inflow. It is the intent of this section of this specification to provide for rehabilitating sanitary sewer lines by the "Instituform" process. When complete the liner pipe should extend from one manhole to the next manhole in a continuous watertight length. 53.02 REFERENCE SPECIFICATION: This specification references American Society For Testing Materials (ASTM) standard specifications which are made a part hereof by such reference and shall be the latest edition and revision thereof. 53.03 MATERIALS FOR SEWER LINER PIPE AND FITTINGS: The following materials are approved for installation in sanitary sewer lines: The sewer liner pipe and fittings shall be manufactured from a polyethylene compound which conforms to ASTM D- 1248 and meets the requirements for Type II or III, Class B or C, Grades P23, P33, or P34, Category 5. A. Pipe made from this compound must have a long-term hydrostatic strength rating of 1250 psi or more. B. When the environmental stress crack resistance (ESCR) of the compound is measured in accordance with ASTM D-1693, Condition C, the compound shall withstand not less than 192 hours in 100% solution Igepal CO-630 at 100 degrees F. before reaching a 20% failure point (F20). 53.04 LINER MATERIAL TESTS: Tests for compliance with this specification shall be made according to the applicable ASTM Specification. A certificate of compliance with this specification upon request shall be provided by the manufacturer for all material furnished under this specification. In addition, the Owner and/or Engineer may, at his own expense, witness inspection and test of the materials. 53.05 LINER PIPE DIMENSIONS: The outside diameter and minimum wall thickness shall be as shown on the plans when measured in accordance with ASTM D-2122. Where existing conditions prevent the use of the size stated on the plans, appropriate corrective actions shall be taken as detailed later in these specifications to permit installation of the size noted in the Plans. The following Table I gives the Standard Dimension Ratios for line pipe when measured in accordance with ASTM D-2122 TABLE I. I.D. of Original Sewer O.D. of the Liner Pipe Minimum Wall Thickness (Inches) (Inches) (Inches) SDR 26 SDR 21 SDR 17 4 3.500 .167 6 4.500 .215 6 5.375 .207 .257 .317 8 6.625 .316 .390 8 7.125 .274 .340 .420 10 8.625 .332 .411 .508 12 10.75 .414 .512 .633 15 12.75 .491 .607 .750 15 13.38 .515 .638 .788 18 16.00 .616 .762 .942 21 18.00 .693 .858 1.058 21 18.70 .720 .891 1.100 53 - 1 Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F 24 22.00 .848 1.050 1.248 27 24.80 .954 1.181 1.406 30 28.00 1.075 36 31.50 42 35.43 42 39.37 8 38.37 54 47.24 The Standard Dimension Ratios (SDR's) are 32.5, 26, 21 and 17. These are referred to as SDR 32.5, SDR 26, SDR 21 and SDR 17. Standard Dimension Ratio is calculated by dividing the specified outside diameter by the minimum wall thickness. The wall thickness tolerance shall be within plus 12%. 53.06 REJECTION: Any materials may be rejected for failure to meet any of the requirements of this specification. 53.07 INSTALLATION PROCEDURES: The following installation procedures shall be adhered to unless otherwise approved by the Engineer. A. Cleaning of Sewer Line: Prior to any slip-lining of a line so designated, it shall be the responsibility of the Contractor to clean the debris out of the sewer line in accordance with Section III "Sewer Line Cleaning" NASSCO Specifications for Sewer Collection System Rehabilitation. This work shall be considered incidental and shall be paid for as part of "Slip-Lining of Sewers: for the appropriate manhole section. B. Television Inspection: The Contractor shall inspect by closed circuit T.V. the section to be slip-lined and shall record the locations of all obstructions and service taps. This work shall be considered incidental and shall be paid for as part of "Slip-Lining of Sewers" for the appropriate manhole section. C. Bypassing Sewage: The Contractor shall bypass the sewage around the sections of line that are to be slip- lined if the annular space and pulling head openings are incapable of handling the flow. The bypass shall be made by plugging an existing upstream manhole if necessary and pumping the sewage into a downstream manhole or adjacent system. The pump and bypass lines shall be of adequate capacity and size to handle the flow. All bypassing systems shall be approved by the Engineer. Approval of the bypassing system by the Engineer shall in no way be construed as relieving the Contractor of any responsibility under this Contract as related to protection of the interest of the Owner and the general public. At the end of each working day, temporary tie-in shall be made between the relined section and the existing system and the bypass plug removed. Under no circumstances will the dumping of raw sewage on private property or in city streets be allowed. This work shall be considered incidental to the Contract and be paid for under "Slip-lining of Sewer" for the appropriate manhole section. D. Line Obstructions: It shall be the responsibility of the Contractor to clear the line of obstructions, solids, dropped joints, or collapsed pipe that will prevent the insertion of the liner. If inspection reveals an obstruction which would prevent the installation of the specified size liner, such as a badly dropped or misaligned joint, protruding services, that are not at the point of the entry shaft, then the Contractor shall make a point repair excavation to uncover and remove or repair the obstruction. Such excavation shall be approved in writing by the Engineer prior to the commencement of the work and shall be considered as a pay item under Point Repairs if the misaligned or protrusion is equal to or more than fifteen (15) percent of the internal diameter of the sewer pipe being lined. If the obstruction or protrusion is less than fifteen (15) 53 - 2 Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F percent of the internal diameter of the sewer to be lined, or could have been removed by bucket machines or swabbing using conventional cleaning methods, no pay item will be granted. E. Excavation: Where excavations for insertion of the polyethylene line are made in a line section between two manholes, the Contractor will establish the excavation points on the basis of location of the lines to be slip-lined, pulling distances and traffic conditions. When possible, intermediate access excavations can coincide with building service connection excavations or critical obstructions in the sewer. The locations of the excavation points should be such as to minimize traffic disruption. The number of excavations can be reduced by planning to insert the pipe in both directions from a single opening. Normally, a pipe length of 2-3 manhole sections can be lined from a single excavation. The insertion pit(s) should be long enough to avoid imposing a bending radius of less than 35 times the outside diameter of the pipe liner during insertion. The insertion pit(s) should be sufficient to allow the entry of the workmen. Sheathing and bracing requirements will depend on depth and ground conditions and the Contractor shall determine the necessity for such sheathing and bracing. The top of the existing sewerline shall be exposed to the springline and the crown of the pipe shall be removed as necessary for insertion of the liner. Care should be taken not to disturb the bottom portion of the existing sewer line as this will afford a stable base for the liner pipe. All locations for insertion pits shall be approved by the Engineer prior to any work being done. F. Pipe Joining: Sections of the polyethylene pipe shall be assembled and joined together prior to insertion of the pipe. Assembly shall be accomplished above ground, either at the job site or a remote location. Joining shall be accomplished by the Thermal Butt Fusion method, in strict accordance with the manufacturer's recommendations and in accordance with applicable specifications of ASTM D-2657. All fusion joining shall be performed with equipment designed for butt fusion of thermoplastic pipe and by trained personnel. Tensile strength at yield of the butt-fusion joints shall not be less than the pipe. Joining of the liner, in cases where the insertion pit is not a manhole, may be accomplished by use of a stainless steel full encir- clement clamp or the installation of a new manhole. Table II details the recommended minimum length of such clamps to afford adequate pull-out protection. Exposed steel liner clamps shall be encased with a minimum of six (6) inches of concrete. TABLE II O.D. of the Liner Pipe Minimum Length of Clamp (Inches) (Inches) 3.500 7.50 4.500 10 5.375 10 6.625 15 7.125 15 8.625 15 10.750 20 12.750 20 13.375 20 16.000 30 18.000 30 22.050 30 24.800 30 27.950 30 31.500 48 35.430 48 39.370 60 47.240 60 G. Insertion of the Liner: The polyethylene liner shall be inserted into the existing sewer line with a power 53 - 3 Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F winch and steel cable connected to the end of the liner by use of an appropriate pulling head. A second pulling head may be attached to the other end of the liner for attachment of a tag line to pull the liner back out of the sewer line, if necessary. Length of the liner pipe to be inserted at any one time shall be governed by the winch drum capacity and winching power available and consideration of the size and condition of the sewer. During insertion, precautions should be taken to protect the liner pipe from scoring the outside of the liner as it is being pulled into the sewer. Once the insertion is initiated, it is desirable to continue the pull to completion without interruption. The manufacturer's recommendations should be followed regarding relaxation of the liner prior to connecting services and sealing the annular space between the liner and the existing sewer pipe at the manhole. H. Manhole Replacement: In those places where the entrance shaft is excavated at an existing manhole, the manhole shall be replaced with a new manhole in accordance with the engineering drawings. I. Sealing Polyethylene Pipe in Manhole: The annular space between the polyethylene liner and the existing sewer line shall be sealed where the sewer line enters or exists each manhole. This annular space shall be sealed for a distance of 12 to 18 inches inside the old sewer line. The method of sealing shall be approved by the Engineer, but activated oakum and grout are acceptable. Form sealant should not protrude into the manhole and should be finished over with a quick-set, non-shrink type of cement grout. Finishing inside the manhole shall be accomplished using a quick-set cement type grout to raise the invert to the grade of the line pipe. Note: Only the upstream seal should be made prior to connecting services. 53.09 SERVICE CONNECTIONS: After the liner has been secured in the upstream manhole, all existing active services shall be reconnected. All existing inactive services serving vacant or undeveloped properties shall be reconnected. A portion of the existing sewer, at the liner pipe around each service connection shall be removed to expose the liner pipe to provide adequate working space for making the new service connection. Service laterals shall be connected to the liner pipe using either polyethylene heat fusion saddles or strap-on saddles as conditions require or as specified. Strap-on saddles shall be secured to the liner pipe using stainless steel bands. A neoprene gasket shall be inserted between the liner and the strap-on saddle. Connections of the saddle fittings to the existing lateral shall be made using elastomeric boots, full encirclement clamps or by other methods specified by the Engineer. Prior to backfilling, the annular space between the existing sewer and the new liner shall be sealed to preclude migration of the backfill material into this annular space. This annular space may be sealed with cement, expandable foam or the upper half of the sewer pipe may be replaced and grouted. The exposed connection shall be completely replaced and grouted. The exposed connection shall be completely encased in 6 inches (min.) of concrete. The cost of testing for and reconnecting service connections shall be considered incidental to the cost for "Slip Lining of Sewers" for the appropriate manhole section. 53.10 BACKFILL: At all points where the polyethylene pipe has been exposed, such as at the insertion shafts, at service connection fittings, or other points where the old pipe must be removed, the polyethylene pipe and fittings shall be encased in 6 inches (min.) concrete or other high density material as specified by the Engineer to prevent deflection due to earth loading or subsidence. 53 - 4 Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F At this point, in preparation for the placing of the encasement material, debris and soil shall be removed along each side of the existing pipe down to the spring line to exposed undisturbed soil. After the encasement material is in place and accepted by the Engineer, it shall be allowed to set up for a minimum of 16 hours prior to backfilling; backfill is placed an compacted to required finished grade in accordance with these specifications. Particular care shall be taken to ensure compaction of earth beneath the lateral pipe in order to reduce subsidence and resultant bending at the lateral connection at the sewer main, care shall be taken to prevent damage or collapse of the liner. 53.11 TESTING A. Air Test: After installation of the liner and before any taps are made, the Contractor shall run a test on the sewer line to determine if it is watertight. The Contractor shall furnish all necessary equipment to conduct the test. Acceptable method is a low pressure air test. Air test procedure shall be as follows: 1. Pressurize the test section to 4.0 psi and hold above 3.5 psi for not less than 2 minutes. Add air if necessary to keep the pressure above 3.5 psi. At the end of this 2 minute saturation period, note the pressure (must be 3.5 psi minimum) and begin the timed period. If the pressure drops 0.5 psi in less than the time given in Table 3, the section of pipe shall not have passed the test. Sewer Size (Inches) Minimum Test Time (Minutes) 4 2 6 3 8 4 10 5 12 6 15 7 ½ 18 9 21 10 ½ 24 12 27 13 ½ 30 15 36 18 42 21 48 24 54 27 2. When the prevailing ground water is above the sewer being tested, air pressure shall be increased 0.43 psi for each foot the water table is above the flow line of the sewer. 3. If the time for the pressure to drop 0.5 psi is 125 percent or less of the time given in the table, the line shall immediately be repressurized to 3.5 psi and the test repeated. 4. If building sewers have been preconnected they shall be considered part of the lateral to which they are connected and no adjustment of test time shall be allowed to compensate for the smaller diameter of the house sewers. 53 - 5 Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F 5. The pressure gauge used shall be supplied by the Contractor, shall have a minimum divisions of 0.10 psi, and shall have an accuracy of 0.004 psi. B. Manholes shall be tested in accordance with requirements in Division 34. 53.12 CLEAN-UP: After the installation work has been completed and all testing acceptable, the Contractor shall clean up the entire project area and return the ground cover to grade. All excess material and debris not incorporated in the permanent installation shall be disposed of by the Contractor. Sidewalks, driveways, street surfaces, and other surface restoration not part an eligible Point Repair shall be considered incidental to "Slip-Lining of Sewers" of the appropriate manhole section. 53.13 METHOD OF MEASUREMENT AND BASIS OF PAYMENT: It is the intent of these Specifications that Slip- lining, excluding eligible Point Repairs to be a complete process. The total footage to be bid for rehabilitation by Base Bid, Alternate I and Alternate II are different. Certain areas cannot be lined because of cave-in already occurred. Cost comparison will be made between Base Bid, Alternate I and Alternate II in all areas where all of these rehabilitation techniques can be used. A. The length of sewer pipe satisfactorily slip-lined will be measured in place by the engineer. The pipe shall not be measured through manholes. B. Payment will be made for the quantities so measured at the unit prices specified in the Bid Proposal. 53 - 6 Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F June 9, 2022 City of Pompano Beach, Purchasing Division 1190 N.E. 3rd Avenue, Building C Pompano Beach, Florida, 33060 ADDENDUM #1, RFP E-15-22 Trenchless Rehabilitation and Pipe-Bursting Technology To Whom It May Concern, “Exhibit G – Price List” has been added to the Attachments tab of the City’s eBid System. Addendum #1 is posted on the City’s eBid website: http://pompanobeachfl.ionwave.net. Acknowledge receipt of this Addendum using the Addendum Attribute on the Attributes tab in the eBid System. The deadline for receipt of written questions in the eBid System has passed. The deadline for acceptance of proposals in the eBid system is 2:00:00 p.m. (local), June 13, 2022. The remainder of the solicitation is unchanged at this time. Sincerely, Jeff English, Purchasing Agent cc: website Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F RFP E-15-22 Trenchless Technology Rehabilitation and Pipe-Bursting Technology Vendor: QTY Unit Unit Price The following items apply as applicable to sections B thru O and as needed in section A items 1-7: 1 Mobilization 1 Day Pre-Construction Video 1 LF a) Survey/As-builts 1 LF 2 Erosion Control 1 LF 3 MOT a) Signage 1 Day b) Flagmen 1 HR 4 Excavation/Backfill a) 0-4 feet deep 1 Cuft b) 4-6 feet deep 1 Cuft c) 6-10 feet deep 1 Cuft d) Dewatering to include wellpoint system or drawdown pump per pit 1 Day 5 Trench Shoring a) 4-6 feet deep 1 F Trench b) 6-10 feet deep 1 LF Trench 6 Surface Restoration a) Sod 1 SF b) 4-inch concrete 1 SF c) 6-inch concrete 1 SF d) 2-inch asphalt 1 SF e) 3-inch asphalt 1 SF f) Curb 1 LF 7 Material extras a) Lime Rock 1 SY b) 57/Washed Stone 1 SY c) Imported Sand 1 SY d) Gravel 1 SY e) Geo Grid 1 SY B) Pipe Bursting with HDPE for Gravity Sewer Lines HDPE DR 17 8 6-inch diameter 1 LF 9 8-inch diameter 1 LF 10 10-inch diameter 1 LF 11 12-inch diameter 1 LF 12 14-inch diameter 1 LF 13 16-inch diameter 1 LF 14 18-inch diameter 1 LF 15 20-inch diameter 1 LF Manhole Connections 16 6-inch 1 EA QTY Unit Unit Price 17 8-inch 1 EA 18 10-inch 1 EA 19 12-inch 1 EA 20 14-inch 1 EA 21 16-inch 1 EA 22 18-inch 1 EA 23 20-inch 1 EA Sewer Later Connections 24 4-inch connection a) 0-4 feet deep 1 EA b) 4-6 feet deep 1 EA c) 6-10 feet deep 1 EA 25 6-inch connection a) 0-4 feet deep 1 EA b) 4-6 feet deep 1 EA c) 6-10 feet deep 1 EA Clean-out Installation 26 4-inch 1 EA 27 6-inch 1 EA Sewer Lateral Pipe Bursting 28 4-inch 1 LF 29 6-inch 1 LF Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F C) Pipe Bursting with Pre-Chlorination for Water Main Replacement Procedure HDPE DR 11 30 3-inch diameter 1 LF 31 4-inch diameter 1 LF 32 6-inch diameter 1 LF 33 8-inch diameter 1 LF 34 10-inch diameter 1 LF 35 12-inch diameter 1 LF 36 14-inch diameter 1 LF 37 16-inch diameter 1 LF 38 18-inch diameter 1 LF 39 20-inch diameter 1 LF 40 24-inch diameter 1 LF Note: Installation with HDPE, Fusible PVC/Ductile Iron available at market price Fittings a) Bends and sleeves, DI 41 6-inch 1 EA 42 8-inch 1 EA 43 10-inch 1 EA 44 12-inch 1 EA 45 14-inch 1 EA 46 16-inch 1 EA 47 18-inch 1 EA 48 20-inch 1 EA 49 24-inch 1 EA b) Tees, DI 50 6x6x4 1 EA 51 6x6x6 1 EA 52 8x8x4 1 EA 53 8x8x6 1 EA 54 8x8x8 1 EA 55 10x10x4 1 EA 56 10x10x6 1 EA 57 10x10x8 1 EA 58 10x10x10 1 EA 59 12x12x6 1 EA 60 12x12x8 1 EA 61 12x12x10 1 EA 66 12x12x12 1 EA 67 14x14x14 1 EA 68 16x4 tee 1 EA 69 16x6x6cross 1 EA 70 16x6 tee 1 EA 71 16x6 tee blowoff 1 EA 72 16x8x8 cross 1 EA 73 16x20 reducer 1 EA 74 18x18x18 1 EA 75 20 tee 1 EA 76 20 cross 1 EA 77 24 tee 1 EA 78 24 cross 1 EA a) Fittings available per Pound 1 LB Gate Valves 79 4-inch 1 EA 80 6-inch 1 EA 81 8-inch 1 EA QTY Unit Unit Price 82 10-inch 1 EA 83 12-inch 1 EA 84 14-inch 1 EA 85 16-inch 1 EA 86 18-inch 1 EA 87 20-inch 1 EA 88 24-inch 1 EA 89 Remove valve only 1 EA 90 Install new valve vault 1 EA 91 Fire Hydrants 1 EA Connection at Services a) Up to 1" service, short side up to 5-feet 92 4-inch main 1 EA 93 6-inch main 1 EA Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F 94 8-inch main 1 EA 95 10-inch main 1 EA 96 12-inch main 1 EA 97 16-inch main 1 EA 98 18-inch main 1 EA 99 20-inch main 1 EA 100 24-inch main 1 EA b) Up to 2" service, short side up to 5-feet 101 4-inch main 1 EA 102 6-inch main 1 EA 103 8-inch main 1 EA 104 10-inch main 1 EA 105 12-inch main 1 EA 106 16-inch main 1 EA 107 18-inch main 1 EA 108 20-inch main 1 EA 109 24-inch main 1 EA c) Up to 1" service, long side up to 25-feet 110 4-inch main 1 EA 111 6-inch main 1 EA 112 8-inch main 1 EA 113 10-inch main 1 EA 114 12-inch main 1 EA 115 16-inch main 1 EA 116 18-inch main 1 EA 117 20-inch main 1 EA 118 24-inch main 1 EA d) Up to 2" service, long side up to 25-feet 119 4-inch main 1 EA 112 6-inch main 1 EA 113 8-inch main 1 EA 114 10-inch main 1 EA 115 12-inch main 1 EA 116 16-inch main 1 EA 117 18-inch main 1 EA 118 20-inch main 1 EA 119 24-inch main 1 EA e) Additional service length 120 Over 30-feet x 1" 1 LF 121 Over 30-feet x 2" 1 LF Note: Service pipe HDPE, Copper available at market price Line Stops 122 4-inch 1 EA 123 6-inch 1 EA 124 8-inch 1 EA 125 10-inch 1 EA 126 12-inch 1 EA 127 16-inch 1 EA 128 18-inch 1 EA 129 20-inch 1 EA 120 24-inch 1 EA Bypass for water main pipe bursting or CIPP lining 121 2-inch temporary 1 LF 122 4-inch temporary 1 LF 123 6-inch temporary 1 LF Temporary service connections for water main bypass 124 2-inch short side 1 EA 125 2-inch long side 1 EA 126 4-inch short side 1 EA 127 4-inch long side 1 EA 128 6-inch short side 1 EA 129 6-inch long side 1 EA D) Polyethylene (PE) Sewer Pipe Sliplining PE Pipe DR 22.5 130 4-inch 1 LF 131 6-inch 1 LF 132 8-inch 1 LF 133 10-inch 1 LF 134 12-inch 1 LF 135 Annular Space - Grouting 1 CY QTY Unit Unit Price E) Procedures for Rehabilitation of Existing Pipelines Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F Pipe String Fusion 136 4-inch 1 LF 137 6-inch 1 LF 138 8-inch 1 LF 139 10-inch 1 LF 140 12-inch 1 LF Pressure Testing 141 4-12 inch 1 LF 142 Charge Water 1 K-Gals Chlorination 143 4-inch 1 LF 144 6-inch 1 LF 145 8-inch 1 LF 146 10-inch 1 LF 147 12-inch 1 LF 148 BT Test 1 EA Flushing 149 4-12 inch 1 LF 150 Charge Water 1 K-Gals Dechlorination 151 4-12 inch 1 K-Gals QTY Unit Unit Price F) Trenchless Rehabilitation/Reconstruction of Pipelines and Conduits Compression Fit HDPE Pipe Lining a) Camera 152 0-10 inch 1 LF 153 10-24 inch 1 LF 154 25-36 inch 1 LF 155 37-48 inch 1 LF 156 Over 48 inch 1 LF b) Clean 157 0-10 inch 1 LF 158 10-24 inch 1 LF 159 25-36 inch 1 LF 160 37-48 inch 1 LF 161 Over 48 inch 1 LF c) Pigging See item G) Pig Cleaning d) Gauging 162 0-10 inch 1 LF 163 10-24 inch 1 LF 164 25-36 inch 1 LF 165 37-48 inch 1 LF 166 Over 48 inch 1 Per-inch 167 e) Obstruction Removal 1 EA f) Pipe Liner Insertion 1) PE 4710 DR 41 168 4-inch 1 LF 169 6-inch 1 LF 170 8-inch 1 LF 171 10-inch 1 LF 172 12-inch 1 LF 173 16-inch 1 LF 174 18-inch 1 LF 175 20-inch 1 LF 176 24-inch 1 LF 177 30-inch 1 LF 178 36-inch 1 LF 179 42-inch 1 LF 180 48-inch 1 LF 181 54-inch 1 LF 2) PE 4710 DR 32.5 182 4-inch 1 LF 183 6-inch 1 LF 184 8-inch 1 LF 185 10-inch 1 LF Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F 186 12-inch 1 LF 187 16-inch 1 LF 188 18-inch 1 LF 189 20-inch 1 LF 190 24-inch 1 LF 191 30-inch 1 LF 192 36-inch 1 LF 193 42-inch 1 LF 194 48-inch 1 LF 195 54-inch 1 LF 3) PE 4710 DR 26 QTY Unit Unit Price 196 4-inch 1 LF 197 6-inch 1 LF 198 8-inch 1 LF 199 10-inch 1 LF 200 12-inch 1 LF 201 16-inch 1 LF 202 18-inch 1 LF 203 20-inch 1 LF 204 24-inch 1 LF 205 30-inch 1 LF 206 36-inch 1 LF 207 42-inch 1 LF 208 48-inch 1 LF 209 54-inch 1 LF 4) PE 4710 DR 21 210 4-inch 1 LF 211 6-inch 1 LF 212 8-inch 1 LF 213 10-inch 1 LF 214 12-inch 1 LF 215 16-inch 1 LF 216 18-inch 1 LF 217 20-inch 1 LF 218 24-inch 1 LF 219 30-inch 1 LF 220 36-inch 1 LF 221 42-inch 1 LF 222 48-inch 1 LF 223 54-inch 1 LF 5) PE 4710 DR 17 224 4-inch 1 LF 225 6-inch 1 LF 226 8-inch 1 LF 227 10-inch 1 LF 228 12-inch 1 LF 229 16-inch 1 LF 230 18-inch 1 LF 231 20-inch 1 LF 232 24-inch 1 LF 233 30-inch 1 LF 234 36-inch 1 LF 235 42-inch 1 LF 236 48-inch 1 LF 237 54-inch 1 LF G) Pig Cleaning Foam Pig 238 0-12 inch 1 LF 239 13-24 inch 1 LF 240 25-36 inch 1 LF 241 37-48 inch 1 LF 242 Over 48 inch 1 LF Wire Bullet Pig 243 0-12 inch 1 LF 244 13-24 inch 1 LF 245 25-36 inch 1 LF 245 37-48 inch 1 LF 247 Over 48 inch 1 LF Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F Blade Scraper Pig 248 0-12 inch 1 LF 249 13-24 inch 1 LF 250 25-36 inch 1 LF 251 37-48 inch 1 LF 252 Over 48 inch 1 LF H) Time and Material Unit Rates for Change Orders Materials, Subcontractors and Rentals 253 Markup = 15% 254 Sales Taxes = Per Jurisdiction Labor 255 Executive Supervisor 1 HR a) Project Management 1 HR 256 Superintendent 1 HR QTY Unit Unit Price 257 Administrator 1 HR 258 Crew Chief 1 HR 259 Equipment Operator 1 HR 260 Pipelayer - Skilled 1 HR 261 Pipelayer - Helper 1 HR 262 Laborer - Unskilled 1 HR I) Directional Drilling & Pipe Installation 263 2-inch 1 LF 264 4-inch 1 LF 265 6-inch 1 LF 266 8-inch 1 LF 267 10-inch 1 LF 268 12-inch 1 LF 269 14-inch 1 LF 270 16-inch 1 LF 280 18-inch 1 LF 281 20-inch 1 LF 282 24-inch 1 LF J) Gravity Sewer CIPP Lateral Renewal Systems 283 4 inch lateral up to 25 lf 1 EA 284 6 inch lateral up to 25 lf 1 EA 285 4 inch tophat installation 1 EA 286 6 inch tophat installation 1 EA K) Manhole Rehabilitation 287 4 foot diameter 1 VF 288 6 foot diameter 1 VF 289 Lift station rehabilitation 1 SF 290 Existing coating removal 1 SF 291 Adjust existing manhole cover and ring (grass) 1 EA 292 Adjust existing manhole cover and ring (Asphalt) 1 EA 293 Install new manhole ring and cover (grass) 1 EA 294 Install new manhole ring and cover (Asphalt) 1 EA 295 Furnish and install manhole chimney seal 1 EA 296 Re-construct manhole bench and channel flow 1 EA L) Slip-lining down to DR 11 297 4-inch 1 EA 298 6-inch 1 EA 299 8-inch 1 EA 300 10-inch 1 EA 301 12-inch 1 EA 302 16-inch 1 EA 303 18-inch 1 EA 304 24-inch 1 EA 305 30-inch 1 EA 306 36-inch 1 EA 307 42-inch 1 EA 308 48-inch 1 EA 309 54-inch 1 EA 310 63-inch 1 EA M) Large Diameter HDPE Pipe String Fusion 311 14-inch 1 LF Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F 312 16-inch 1 LF 313 18-inch 1 LF 314 20-inch 1 LF 315 24-inch 1 LF 316 30-inch 1 LF 317 36-inch 1 LF 318 48-inch 1 LF Pressure Testing 319 14-48 inch 1 LF 320 Charge Water 1 K-Gals N) Pipe Bursting for Force Main Replacement Procedure HDPE DR 11 321 3-inch diameter 1 LF 322 4-inch diameter 1 LF 323 6-inch diameter 1 LF 324 8-inch diameter 1 LF 325 10-inch diameter 1 LF 326 12-inch diameter 1 LF 327 14-inch diameter 1 LF 328 16-inch diameter 1 LF 329 18-inch diameter 1 LF 330 20-inch diameter 1 LF 331 24-inch diameter 1 LF 332 30-inch diameter 1 LF 333 36-inch diameter 1 LF 334 42-inch diameter 1 LF 335 48-inch diameter 1 LF 336 54-inch diameter 1 LF Plug Valves 337 4-inch 1 EA 338 6-inch 1 EA 339 8-inch 1 EA 340 10-inch 1 EA 341 12-inch 1 EA 342 16-inch 1 EA 343 18-inch 1 EA 344 20-inch 1 EA 345 24-inch 1 EA 346 30-inch 1 EA 347 36-inch 1 EA 348 42-inch 1 EA 349 48-inch 1 EA 350 54-inch 1 EA ARV Vacuum/Air/With structure 351 2-inch 1 EA 352 4-inch 1 EA 353 6-inch 1 EA Blow Off/With box 354 2-inch 1 EA 355 4-inch 1 EA 356 6-inch 1 EA 357 Tracer Wire 1 LF O) Modular Pipe Bursting 358 Manhole set up fee 1 EA 359 8-inch 1 LF 360 10-inch 1 LF 361 12-inch 1 LF 362 14-Inch 1 LF 363 16-inch 1 LF 364 18-inch 1 LF P) Extended Warranty 365 Past 1 year, extended warranty offered at 1.93% of contract value per year OocuSign Envelope 10 AF8A5657-FF4C-4C1E-9F27-580CA4CD372F Exhibit A- Solicitation and Contractor's Response Florida's Warmest Welcome E-15-22 Addendum 1 Murphy Pipeline Contractors, LLC Supplier Response Event Information Number: Title: Type: Issue Date: Deadline: Notes: E-15-22Addendum 1 Trenchless Rehabilitation and Pipe-Bursting Technology Invitation To Bid 5/12/2022 6/13/2022 02:00PM (ET) The City of Pompano Beach (the "City") will receive sealed proposals for Request for Proposals (RFP) E-15-22, Trenchless Rehabilitation and Pipe-Bursting Technology until 2:00:00 p.m. (local), June 13, 2022.Proposals must be submitted electronically through the eBid System on or before the due date and time as specified herein. RFP openings are open to the public. All Proposers and/or their representatives are invited to be present. Any proposal received after the due date and time specified will not be considered. Any uncertainty regarding the time a proposal is received will be resolved against the Proposer. Proposer must be registered on the City's eBid System in order to view the RFP Documents and respond to this RFP. The solicitation documents can be downloaded for free from the eBid System as a pdf at: https://pompanobeachfl.ionwave.net. The City is not responsible for the accuracy or completeness of any documentation the Proposer receives from any source other than from the eBid System. Proposer is solely responsible for downloading all required documents. A list of Proposers will be read aloud in a public forum. To attend the virtual public meeting, go to https:/11/vww.pompanobeachfl.gov/meetings to Page I of 4 pages Vendor: Murphy Pipeline Contractors, LLC E-15-22 Addendum I Exhibit A- Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4C 0372F find the Zoom link. Contact Information Contact: Jeff English Address: Purchasing 1190 NE 3rd Avenue Building C Pompano Beach, FL 33060 Phone: Fax: Email: (954) 786-4098 (954) 786-4168 purchasing@copbfl.com Page 2 of 4 pages Vendor: Mmphy Pipeline Contractors, LLC E-15-22 Addend= 1 Exhibit A- Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4C 0372F Murphy Pipeline Contractors, LLC Information Contact: Cindy Viers Address: 12235 New Berlin Road Jacksonville, FL 32226 Phone: Email: (904) 764-6887 cviers@teamipr.com By submitting this Response I affirm I have received, read and agree to the all terms and conditions as set forth herein. I hereby recognize and agree that upon execution by an authorized officer of the City of Pompano Beach, this Response, together with all documents prepared by or on behalf of the City of Pompano Beach for this solicitation, and the resulting Contract shall become a binding agreement between the parties for the products and services to be provided in accordance with the terms and conditions set forth herein. I further affirm that all information and documentation contained within this response to be true and correct, and that I have the legal authority to submit this response on behalf of the named Supplier (Offeror). Cindy Viers Signature Submitted at 611312022 11:28:26 AM cviers@teamipr.com Email Requested Attachments Proposal Package Proposal Package.pdf Proposer shall upload response as one (1) file to the eBid System. The file size for uploads is limited to 250MB. If the file size exceeds 10MB, the response must be split and uploaded as two (2) separate files. Proposal Bond From E-15-22 Bid Bond Executed.pdf Proposal Bond Form from the attachments tab must be completed and uploaded to this tab. Qualification of Proposers Form E-15-22 Qualification of Proposers Package.pdf Qualification of Bidders Form from the attachments tab must be completed and uploaded to this tab. Exhibit G -Price List Exhibit G - Price List MPC Numbers Final.pdf Exhibit G - Price List from the Attachments tab is to completed and uploaded here. Bid Attributes 1 Extension of prices, terms and conditions to other governmental entities If awarded the contract resulting from this bid, will your company agree to extend the same prices, terms and conditions to other governmental entities? (Note-- Optional, agreement not required for contract award.) All Purchases made by other governmental entities shall be understood to be transactions between that entity and the awarded vendor; the City of Pompano Beach shall not be a party to or be responsible for any such purchases. Indicate by selecting yes or no from the drop down menu. IYes I 2 Drug-Free Workplace Whenever two or more bids which are equal with respect to price, quality, and service are received for the procurement of commodities or contractual service, 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. If bidder's company has a Drug-free Workplace Program as outlined in General Conditions, section 32., indicate that by selecting yes in the drop down menu. IYes Page 3 of 4 pages Vendor: Mmphy Pipeline Contractors, LLC E-15-22 Addend= 1 Exhibit A- Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4C 0372F 3 Conflict of Interest For purposes of determining any possible conflict of interest, all bidders must disclose if any City of Pompano Beach employee is also an owner, corporate officer, or employee of their business. Indicate either "Yes" (a City employee is also associated with your business), or "No". (Note: If answer is "Yes", you must file a statement with the Supervisor of Elections, pursuant to Florida Statutes 112.313.)1ndicate yes or no below with the drop down menu. INa I 4 Vendor Certification Regarding Scrutinized Companies Lists (Over $1,000,000.00) Section 287.135, Florida Statutes, prohibits agencies from contracting with companies, for goods or services over $1,000,000, that are on either the Scrutinized Companies with Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List. Further, Section 215.4725, Florida Statutes, prohibits agencies from contracting (at any dollar amount) with companies on the Scrutinized Companies that Boycott Israel List, or with companies that are engaged in a boycott of Israel. As the person authorized to electronically sign on behalf of Respondent, I hereby certify by selecting the box below that the company responding to this solicitation is not listed on the Scrutinized Companies with Activities in Sudan List, the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or the Scrutinized Companies that Boycott Israel List. I also certify that the company responding to this solicitation is not participating in a boycott of Israel, and is not engaged in business operations in Syria or Cuba. I understand that pursuant to sections 287.135 and 215.4725, Florida Statutes, the submission of a false certification may subject company to civil penalties, attorney's fees, and/or costs. Certified (Certified) 5 Acknowledgement of Addenda Check this box to acknowledge that you have reviewed all addenda issued for this solicitation. Yes (Yes) 6 Terms & Conditions Check the box indicating you agree to the terms and conditions of this solicitation. Agree (Agree) Page 4 of 4 pages Vendor: Mmphy Pipeline Contractors, LLC E-15-22 Addend= 1 Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F QUALIFICATION OF PROPOSERS COMPLETE THE QUALIFICATIONS OF PROPOSERS – CONSTRUCTION FORM IN THE EBID ATTACHMENTS TAB. PROPOSERS ARE TO COMPLETE FORM IN ITS ENTIRETY AND UPLOAD THE COMPLETED FORM TO THE RESPONSE ATTACHMENTS TAB FOR THE PROPOSAL IN THE EBID SYSTEM To demonstrate qualifications to perform the Work, and to be considered for award, each Proposer must submit written evidence, such as previous experience, present commitments and other such data as may be called for below (or in SUPPLEMENTARY CONDITIONS). Each Proposal must contain evidence of Proposer’s qualification to do business in the State where the Project is located or covenant to obtain such qualification prior to executing the Agreement. 1 How many years has your organization been in business as an Underground Utility and Excavation Contractor? 22 Years 2 State of Florida Contractor’s license # CUC1223787 Broward County Certificate of Competency #: 189-272549 Expiration Date: 09/30/2022 3 What is the last project of this nature that you have completed? PW/Construction Services Water System Main/Rep WM Upgrade Services Project, City of 4 Have you ever failed to complete work awarded to you? If Yes, where and why? No 5 List all work performed over the last year. Project Name Please see attached Owner’s Name Owner’s Address Phone Number Nature of Work E-15-22 Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F Original Contract Completion Time (Days) Original Contract Completion Date Actual Final Contract Completion Date Original Contract Price _ Actual Final Contract Price (Attach additional information as required) 6 List all work of similar type, complexity, and comparable value over the past five (5) years and the nature of work performed. (Attach additional information on separate sheet) Project Name Please see attached Owner’s Name Owner’s Address Phone Number Nature of Work Original Contract Completion Time (Days) Original Contract Completion Date Actual Final Contract Completion Date Original Contract Price _ Actual Final Contract Price 7 The following are names as three (3) individuals or corporations for which you have performed work of this nature and to which you list as references, excluding the City of Pompano Beach. NAME ADDRESS TELEPHONE CONTACT PERSON City of Sunrise 10770 W Oakland Park Blvd, Sunrise, 33351 954-888-6002 Earl Prizlee City of Fort Lauderdale 100 N Andrews Ave Ft. Lauderdale, 33301 954-828-5850 Daniel Fisher E-15-22 Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F City of Tamarac 7525 NW 88th Ave Tamarac, Fl 33321 954-597-3704 Christopher Lyle 8 Have you personally inspected the proposed work and have you a complete plan for its performance? MPC is very familiar with the City of Pompano Beach 9 The following information shall be provided for this project: (a) Estimated total construction manhours N/A (b) Percent manhours to be performed by Contractor’s permanent staff 95% (c) Percent manhours to be performed by direct hire employees 0% Equipment 10 What equipment do you own that is available for the proposed work? Please see attached equipment list 11 What equipment will you purchase for the proposed work, and the estimated delivery period from time order is placed for equipment? MPC has immediate access to all necessary equipment to complete this job E-15-22 Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F Bid E-15-22 Qualification – 12 Month Summary The Town of Davie Brentwood Improvements Owner: Town of Davie Utility Department 7351 SW 30th St NW 30th St Davie, Fl 33314 954-324-3769 Job Description: Replacement of approximately 2400 LF of 6” AC Water Main with 8” HDPE and 800 LF of 2” DIP with 6” DIP; 33 Services Total Original Contract Value: $799,808.00 Contract Value: $644,000.00 Contract Days: 90 Days March 2022- June 2022 Bal Harbour Trenchless Rehabilitation of Utility Infrastructure Owner: Village of Bal Harbour 655 95th St, Bal Harbour Fl 33154 786-566-3461 Job Description: Multi-phased project that consists of the replacement and upgrade of water and sewer main ranging in size from 6” to 20” throughout the community. Included in the scope are over 250 service connections Current Contract Value (All phases): $8,945,000.00 October 2019 –Current S. Westshore Boulevard Water Main Replacement II, City of Tampa Owner: City of Tampa 306 E. Jackson St Tampa, Fl 49286 Job Description: The Westshore Blvd Project consisted of the replacement of approximately 18,000 LF of 12” CIP with 12” HDPE along a high traffic commercial thoroughfare. Original Contract Value: $4,006.560.00 Final Contract Value: $3,210,000.00 Contract Days: 300 Days Contract Completed: 275 Days June 2021 – May 2022 Public Works/Construction Services Water System Mains Maint/Rep Water Main Upgrade Services Project, City of Pompano Beach Owner: City of Pompano Beach 1201 NE 3rd Avenue Pompano Beach, Fl 33060 954-942-2202 Job Description: Project consisted of (4) different phases of replacing approximately 4,300 LF of 6” Cast Iron pipe with 6” HDPE; approximately 30 services Original PO Value: $948,067.00 Final Contract Value: $810,265.00 Project Schedule: Completed in 9 Wks Completed March 2022 Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F Bid E-15-22 Qualification – 12 Month Summary NW 70th St Pipe Bursting Project, City of Tamarac Owner: City of Tamarac 7525 NW 88th Ave Tamarac, Fl 33321 954-597-3704 Job Description: Project comprised of the replacement of approximately 3,800 LF of 8” Cast Iron Water Main and upgrading to 10” HDPE. Original Contract Value: $684,284.00 Final Contract Value: $634,025.00 Contract Days: 90 Days Contract Completed: 90 Days October 2021 South Murphy Rd AC Water Line Owner: City of Murphy Texas 206 N. Murphy Rd Murphy, Texas 75094 972-468-4007 Job Description: Replacement of approximately 3400 LF of 6” AC pipe with 8” HDPE via pre-chlorinated pipe bursting. Original Contract Value: $598,172.00 Final Contract Value: $597,304.00 Contract Days: 120 Days Contract Completed: 90 Days November through January 2022 Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F Bid E-15-22 Qualification Project Reference Summary Summary Includes: ➢ Five Similar Projects within the last (5) years ➢ Five years of experience in urban environments of Florida having successfully installed 25,000 LF of trenchless water distribution and/or wastewater collection systems ➢ Performing 300 water service line installations or more using the process of pit launched mini-horizontal directional drill over the last (5) years S. Westshore Boulevard Water Main Replacement II, City of Tampa The Westshore Blvd Project consisted of the replacement of approximately 18,000 LF of 12” CIP with 12” HDPE along a high traffic commercial thoroughfare. Project construction complete and in final phases of restoration. POC: James King (Office 813-781-7023 james.king@tampagov.net Contract Value: $4,006,560.00 Public Works/Construction Services Water System Mains Maint/Rep Water Main Upgrade Services Project, City of Pompano Beach Project consisted of (4) different phases of replacing approximately 4,300 LF of 6” Cast Iron pipe with 6” HDPE. Project Construction Complete March 2022 POC: Nathaniel Watson (Office) 954- 942-2202 nathaniel.watson@copbfl.com Contract Value: $810,265.00 NW 70th St Pipe Bursting Project, City of Tamarac The NW 70th St Pipe Bursting Project was comprised of the replacement of approximately 3,800 LF of 8” Cast Iron Water Main and upgrading to 10” HDPE. Completed October 2021. POC: Christopher Lyle (Office) 954-597-3704 christopher.lyle@tamarac.org Contract Value $634,025.00 Victoria Park A and B Small Water Main Improvements, City of Fort Lauderdale The Victoria Park Small WM Project was comprised of the replacement of approximately 60,000 LF of 4” WM to 6” HDPE. There were approximately 950 water services, the majority of which were completed via Pit Launch Mini-Horizontal Directional Drill, that included 70 rear meter conversions to City right of way that required plumbing permits. Completed June 2021 POC: Daniel Fisher (Office) 954-828-5850 dfisher@fortlauderdale.gov Contract Value: $10,947,563.00 Bermuda Water Main Improvements, City of Fort Lauderdale The Bermuda project required MPC to upgrade the existing 22,000 LF of 6” CIP Water Main to 8” HDPE. Additionally, there were roughly 300 water services for which 65 required a plumbing permit for relocation within the City right of way. Completed June 2020. POC: Axel Rivera (Office) 954-828-5124 axrivera@fortlauderdale.gov Contract Value: $3,564,824.00 Altamonte Springs Florida, San Sebastian Neighborhood Project The MPC Team performed 11,000 LF 8”-10” of water main installation with 90 1-inch/1.5-inch services installed. Pit Launch Mini-Horizontal Directional Drill was used for services under asphalt. Completed Q1 2020 POC: Trey Sisk (Office) 407-571-7023 tsisk@altamonte.org Contract Value: $1,229,084.00 Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F Bid E-15-22 Qualification Project Reference Summary Croissant Park Small Water Main Improvements, City of Fort Lauderdale The Croissant Park WM project consisted of the replacement and upsizing of approximately 16,000LF of 6” CIP Water Main to 8” HDPE. There were approximately 385 water services for which 221 required a plumbing permit for relocation within the City right of way. Completed July 2019 POC: Scott Teschky (Office) 954-828-6195 steschky@fortlauderdale.gov Contract Value: $2,422,579.00 The City of Coral Gables Sanitary Sewer Improvement Upgrade Design-Build with partners Chen Moore & Associates. The project consisted of the design, permitting and execution of manhole-to-manhole modular pipe installation of approximately 1,700 LF of existing gravity sewer in an affluent, commercial district in the City of Coral Gables in support of current and future urban development. Project was completed with minimal impact to local business. Completed December 2018. POC: Philip Parenteau (Office) 786-623-2808 philip@astorcompanies.com Contract Value: $883,083.00 City of Tamarac 24” Drainage Sliplining Project consisted of the replacement of roughly 2500 LF of 24” CMP with 24” HDPE via sliplining through a narrow corridor of an established neighborhood in Tamarac. Christopher Lyle (Office) 954-597-3704 christopher.lyle@tamarac.org Completed February 2019 Contract Value: $1,300,000 Escape Valencia Water Main Improvements, City of Sunrise The Escape/Valencia project encompassed upgrading the existing system of the City of Sunrise located in the Town of Davie, approximately 30,000 LF of 4-6” AC Pipe replaced with 8” HDPE. As the City of Sunrise infrastructure was located in the Town of Davie. Our team coordinated inspections with both entities. Completed November 2018 . POC: Earl Prizlee (Office) 954-888- 6002 Eprizlee@sunrisefl.gov. Contract Value: $4,000,000.00 Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F Trailers Trailers Trucks Trailers MISC. Fusion Machines Burst Rigs Trailers Winches Trucks Trucks Excavators Trucks Trucks Excavators Skid Steers Fusion Machines Trucks Backhoe's Burst Rigs Trailers Trailers Burst Rigs Trucks Trucks Trucks Backhoe's Excavators Excavators Excavators Skid Steers Fusion Machines Trucks Trucks Trucks Trailers Trailers Excavators Trailers Burst Rigs Fusion Machines Backhoe's Trucks Trucks Winches Trailers Excavators Burst Rigs Skid Steers Skid Steers Excavators Skid Steers Trailers Bix Tex Bix Tex CAT Big Tex Professer-Weld Mach McElroy TT Technologies United Rental Hammerhead Winch Isuzu Ford CAT MACK Ford Yanmar Bobcat McElroy Ford CAT TT Technologies ARNI Big Tex Scandinavian No-Dig Isuzu Ford Isuzu CAT Yanmar Yanmar Yanmar CAT McElroy Ford Isuzu Ford Big Tex Homemade Yanmar Airman TT Technologies McElroy CAT Ford Ford HAMMERHEAD WINCH Express Trailers Yanmar Scandinavian No-Dig Bobcat Bobcat Yanmar Bobcat Atlas Copco 2016 Gooseneck Trailer 2016 25G Gooseneck Trailer Dump Truck CT660 BIG TEX 4XPH-24+5AIR BRAKE DUAL AXLE TRAILER Green Welder Trailer T900 Fusion Machine 1250G GrundoBurst Pipe Burster 500 Gallon Water Trailer Yellow Winch 2018 NQR-HD Crew Cab Box Truck #1 2017 F450 Flatbed 325F Excavator 2007 Dump Truck 2016 F350 Flatbed Excavator Vi055 2017 Skidsteer S850 Track Star 412 AT1213002/ AT1816501 2015 Ford F550 Flatbed Truck Backhoe 420 FIT 800G Pipe Bursting Unit 2011 Cargo Trailer 2015 Gooseneck Trailer T87 Pipe Bursting unit. 2011 Box Truck 2016 F450 Flatbed 2014 Box Truck Backhoe 420F2IT Excavator VI055-6A Excavator VI055-6A Excavator VI055-6A Skid Steer 272D2 2065 2017 F450 Flatbed 2016 NPR-HD Box Truck 2015 Ford F350 Flatbed Truck 2015 Gooseneck Trailer 2009 Air Compressor SUL AIR 185DPO Excavator VIO55 Air Compressor PDST85S 800G Power Pack No.28 A860701 Backhoe 420 FIT 2020 F750 Dump Truck 2020 Ford F-550 HG5 Red 2014 Enclosed CCTV Trailer (camera) VI055 Excavator T87 Pipe Bursting unit. 2 S850 Skid Steer S850 Skid Steer VI050 Excavator S850 Skid Steer XAS 185 JD7 PE 16VGX2524G6071861 16VGX3527G6046541 1HTJGTJT4DJ192567 16VHX242X82801562 C54696 410032 JW516126B000007 912-2700 JALE5J168J7900751 1FD0W4HT7HEC47689 CAT0325FVXAA10197 1M1AJ06437N007942 1FD8W3HTXGEC46435 61195 B47711173 C71940 / C71598 1FDOW5HT4FEB83596 CAT0420FLJWJ02828 5YCBE2021BH003139 16VGX2520E2615969 T87-16-08-03 JALB4W17XB7400474 1FD0W4HT7GEA60581 JALC4J164E7003040 CAT0420FHHWD01196 YMRVI055EGAJ61118 AF400 S/N: 11310 AF424 SN: 11457 CAT0272DLBL200873 6300102 Serial: C02973 1FD0W4HTXHEE42301 JALC4J16XG7000873 1FD8W3HTXFEB05587 1P9GF272XFL375357 FLZCS257G909 AF360 B4-6B43192 1000060715100 C70747 CAT0420FKHWD00329 1FDXF7DC2KDF14739 1FD0W5HT2LED41848 1E9WE1211CC196252 5GLBE1425EC000408 AG656 T87-102 B47711645 B47711648 60716 B47711807 4500A1016DR042224 Excavators Fusion Machines Yanmar World Poly SV100 2020 1600 Hydra A AG102 86589 1902183964 Fusion Machines Winches Trucks World Poly TT Technologies Ford 1600 Hydra B 2008 RW40 Grundowinch 2019 F550 Crew Cab 1902183965 2008W304 1FD0W5HT3KEG58746 Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F 1FD0W5HT9KEG54345 1FTEW1E50KFB58854 434601ULVD95 1FDUF5HTXJDA02923 YMRSV100HJAJAF787 AF656 AF657 AF658 54DC4J1B8KS811572 C24083 AF803 5TFRX5GN4JX115825 5TFRX5GN3JX126444 16VGX3528K6049196 0PWR03933 HB3810009 D8W00445 1FTEW1E57KFC02932 CAT0272DKBL200963 53BCTEA20FU013271 T87S-001 1FD0W4HT0HED46208 16VGX3521F6020998 C76382 4500A1013BR038984 5F12S1610E1003134 5F12S1XE1003206 V92612 SN: AG371 1FDWF7DX3JDF03567 10149433 H2001665 1FD0W4HT3HED53766 1FD0W5HT2GED31942 53BCTEA25FU012553 5L8GP282381013818 JALE5J166J7901400 JALE5J164G7901047 MSPSF1820 CAT0420FJHWD02549 AF414 1C9FA0822AC673041 YMRVI055CGAJ61015 60943 1T0310SKHEE268377 ATF412427 E7D2151R 1FD0W4HT9KEG58745 DCA-220SSJ C50143 C25674 and Serial:6182010-1 46UFU4020D1148471 1GDJ7HMOVJ520194 C51366 and C47198 Trucks Trucks Trailers Trucks Excavators Excavators Excavators Excavators Burst Rigs Burst Rigs Trucks Fusion Machines Burst Rigs Excavators Trucks Trucks Trailers Excavators Burst Rigs Excavators Ford Ford Doosan Ford Yanmar Yanmar Yanmar Yanmar TT Technologies TT Technologies Isuzu McElroy TT Technologies Yanmar Toyota Toyota Big Tex CAT Hammerhead CAT 2019 F550 Crew Cab Ford F150 2012 Air Compressor C185WKUB-T4I 2018 Ford F550 2018 SV100 Excavator Sv100 Excavator SV100 Excavator SV100 2500G Power Pack 2500G Burst Rig NPR HD 2020 Pit Bull NO. 28 (AT805501) 800G Pipe Bursting Unit Excavator VI055-6A 2018 Toyota Tacoma 2018/19 Toyota Tacoma 2019 40' Gooseneck 942KQCCAB Yellow 30/38 Pipe Burster M318D Trucks Ford 2019 F150 Skid Steers Trailers Burst Rigs CAT Scandinavian No-Dig Skid Steer 272D2 Cargo Trailer T87S Pipe Bursting unit Trucks Trailers Fusion Machines Trailers Trailers Trailers Excavators Trucks Trailers Trucks Trucks Trucks Trailers Trailers Trucks Trucks Trailers Skid Steers Backhoe's Excavators Trailers Excavators Excavators Backhoe's Skid Steers Trucks Trucks Trailers Fusion Machines Fusion Machines Trailers Trucks Fusion Machines Ford Big Tex McElroy Atlas Copco Wanco Wanco Yanmar Ford Atlas Copco Hamm Ford Ford Cargo Express LMT Isuzu Isuzu Myers Trailer CAT Yanmar Cascade Yanmar Yanmar John Deere Bobcat Hyster Ford Whisperwatt McElroy McElroy Road Clipper GMC McElroy 2017 F450 Flatbed 2017 35 + 5 Pop Up Trackstar 412 AT1816501 Air compressor, XAS 185 JD RSC Message Board Trailer Model WTLMB-A10 Message Board Trailer WTLMB-A10 SV100 2019 2018 F750 Dump Truck Atlas Copco Air Compressor HD12VV Roller 2017 F450 Flatbed 2016 F550 Flatbed Black Tool Trailer 2008 Utility Trailer 2018 NQR-HD Crew Cab Box Truck #2 2016 Box Truck Seth Pump Trailer 3"/4" pump United Rentals Water Trailer Backhoe 420 FIT Excavator Sv100 2010 500Gal Water Trailer Excavator VI055-6A Excavator Vi055 Backhoe 310SK Skid Steer S850 Forklift 2020 Ford F450 DF-2400J 3 Phasae Generator Trailer Dynamac 250 In hole Pitbull NO. 618 (AT1213001) 2013 Gooseneck Trailer 6500 Dump Truck TracStar T500 Fusion Machine AT5034201 Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F Trucks Ford 2015 Ford F550 1FD0W5HT9FEB96862 Trailers North Star Compressor Compressor 459382H Serial: 1119 6783 Trailers Wanco Message Board Trailer WTLMB-A10 5F12S1617F1002094 Trailers Wanco Message Board Trailer WTLMB-A10 5F12S1615F1000180 MISC. 54 Inch Roller Assembley 54" Roller Assembley MISC. 54 Inch Roller Assembley 54" Roller Assembley 2017 Winches ABS 1900 Winch Winches ABS 1900 Winch Rope Trailers Atlas Copco Air Compressor Xas 185 JDHH H0P034446 Trailers Atlas Copco Air compressor, XAS 185 JD RSC DRO42168 MISC. Bobcat Street Sweeper Angled Broom 231411904 MISC. CE Attatchments Inc Hydraulic Compactor 651118 Trailers Diac 2010 All Pro Cargo Trailer 5UZBE2022AD013940 MISC. Expander Shells Swagelining Trucks Ford 2018 Ford Escape 1FMCU0F73JUB67867 Trucks Ford 2018 Ford Explorer 1FM5K8F8XJGB75307 Trucks Ford 2019 F250 Lariat 1FT7W2BT4KED42203 Trucks Ford 2019 F250 Lariat 1FT7W2BT2KED42202 Trucks Ford 2019 F250 Lariat 1FT7W2BT9KED42195 Trucks Ford 2019 F250 Lariat 1FT7W2BT7KED42146 Trucks Ford 2019 F250 Lariat 1FT7W2BT6KED42106 Trucks Dodge 2020 Ram 2500 3C6UR5FL6LG236942 Trucks Dodge 2020 Ram 2500 3C6UR5FL1LG236976 Trucks Dodge 2020 Ram 2500 3C6UR5FL7LG236951 Trucks Dodge 2020 Ram 2500 3C6UR5FLXLG236930 Trucks Dodge 2020 Ram 2500 3C6UR5FL7LG236948 Trucks Dodge 2021 Ram 2500 3C6UR5FL9MG670774 Trucks Dodge 2021 Ram 2500 3CUR5FL2MG629032 Trucks Dodge 2021 Ram 2500 3C6UR5FL8MG629035 Trucks Dodge 2021 Ram 2500 3C6UR5FL6MG631205 Trucks Dodge 2021 Ram 2500 3C6UE5FL9MG631215 Trucks Ford F250 Tuscany 1FT7W2BT8JEB61541 Trucks GMC 2014 GMC Denali 1GT125E88EF136133 Burst Rigs Hammerhead 50/58 Pipe Burster HB5810109 MISC. MISC. MISC. Honda Honda Honda EU2200i Generator EU220i Generator EU220i Generator EAMT- 1073415 EAMT-1181413 EAMT-1172911 MISC. Honda WB20XT 2" Water Pump 3155899 Trucks Jeep 2020 Grand Cherokee 1C4RJFBG6LC234423 MISC. Kelley Jackhammer Attatchment CB750 400M824 MISC. Little Jumping Jack RAMMER B560-4AS 24268936 Fusion Machines McElroy PB14 Fusion Machines McElroy Pit Bull No.14 C71748 Fusion Machines McElroy Pit Bull No.26 708502 C71632 Fusion Machines McElroy Pit Bull No.28 No. AT805506 C70840 Fusion Machines McElroy Pitbull no.26 C40155 Trailers Not sure/United Rentals 500 Gallon Water Trailer N/A MISC. Okada OAC 200 Compactor B1356 MISC. Okada OAC 200 Compactor B1397 MISC. Okada OAC100 B614 MISC. Okada Top 55 Breaker 72V1045 MISC. Okada TOP55B 72V954 Winches Reeling Machine Wire Rope Mini-Drill Roddie Inc Pit Shot Service Drill RI8459632 Burst Rigs Burst Rigs Scandinavian No-Dig Scandinavian No-Dig T87 Pipe Bursting Unit .3 T87 Pipe Bursting Unit. 3 Power Pack T87-109 MISC. Street Saw Walk Behind FS524 (965150214) 2014 1400006 RV TRAILER Stryker RV 2018 Stryker Model ST-2916 5RXGB3522J2377808 Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F Trailers Sulair XAS 185 JD RSC 4500A1013BR038984 MISC. Thrust Frame Swagelining MISC. Trench Boxes 8 Trench Boxes and Spreader Bars MISC. Troy Built Briggs & Stratton 7000W Generator 1411121600195 Burst Rigs TT Technologies 1250G Extra Rods Burst Rigs TT Technologies 1250G Extra Rods Burst Rigs TT Technologies 1250G Extra Rods Burst Rigs TT Technologies 800G Grundoburst Pipe Burster Burst Rigs TT Technologies 800G Power Pack 1000080822100 Burst Rigs TT Technologies Rods TT Tech MISC. Wacker Neuson Rammer BS60-4AS 24417053 MISC. Welding Rig Welder MISC. Whacker Rammer Large RAMMER B560-4AS 24271171 Winches RV TRAILER Winch Rope Bobby Wlidwood RV 2018 FVWW Small RV Trailer 4X4TWDW45JY091496 RV TRAILER Wlidwood RV 2018 FVWW Small RV Trailer 4X4TWDW14JY091483 MISC. Big Jumping Jack Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F PIPE BURSTING, PRE-CHLORINATION, SLIPLINING, Compression-Fit WORK EXPERIENCE – 7 Year Summary Project Name Type Owner Contact & Phone Host Pipe & Size New Pipe & Size Length Installed Dates The Town of Davie Brentwood Improvements Water Town of Davie Robert Walker 954-327-3769 6” AC 8” HDPE 2400 lf of HDPE Pre- Chlorinated Pipe Bursting In Progress Continuing Construction Services – Pre- Chlorinated Pipe Bursting Water City of Altamonte Springs, FL Lone “Trey” Sisk 407-571- 8572 6” AC 6” HDPE 5000 lf of HDPE Pre- Chlorinated Pipe Bursting In Progress S. Westshore Blvd Water Main Replacement II Water City of Tampa James King 813-781-7023 12” Cast Iron 12” HDPE 18,000 lf of HDPE Pre- Chlorinated Pipe Bursting In Progress Salt Lake City Upper Conduit Repair Phase 1 Water Salt Lake City Department of Public Utilities T. Dimond Zollinger 42” 42” HDPE 1600 lf of HDPE; Sliplining In Progress NE 12th St, NE 15th St, NE 24th Ave, NE 24th Terr, and NW 27th Way Water City of Pompano Beach Nathaniel Watson 4-6” Cast Iron 6” HDPE 4300lf of HDPE Pre- Chlorinated Pipe Bursting January 2022 – March 2022 Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F Wilton Manors Jenada Water City of Wilton Manors, Fl Bert Fisher 4” Cast Iron to 6” HDPE Yes 3500 lf HDPE Pre- Chlorinated pipe burst July 2021- August 2021 Tamarac 10 Inch Water Main Replacement Water City of Tamarac Chris Lyle 8” Cast Iron to 10” HDPE 10” HDPE 3,800 lf Pre-Chlorinated Pipe Bursting August 2021- October 2021 Victoria Park A and B, North and South Small Water Main Replacement Water City of Fort Lauderdale, FL Daniel Fisher 954-828-5850 2” Cast Iron to 6” HDPE 6” HDPE 61,000 lf 6” Pre-Chlorinated pipe bursting March 2019 – June 2021 Bal Harbour Village Phase 3A Sewer Bal Harbour Village, FL John Oldenburg 305-993-7436 6-8” Cast Iron 8-10” HDPE 1500lf 6-8” Sewer Main January 2021 – March 2021 Bal Harbour Village Phase 4 Water Bal Harbour Village, FL John Oldenburg 305-993-7436 10” Cast Iron 20” HDPE 5000lf of HDPE pre- chlorinated HDD project December 2020 – July 2021 Water Main Replacement Project Water Harris County Municipal Utility District No. 5, TX Gerald Gehman 713-201-5534 4”-6”-8”- 12” AC/Cast Iron 4”-6”-8”- 12” HDPE 48,600lf pre-chlorinated pipe bursting with temporary services February 2021- December 2021 Florida City Project No 10 & 11 Sewer City of Florida City Pedro Gonzalez 305-598-0191 6”-10” PVC 6-12” HDPE 4,000 lf FM Replacement September 2020 – August 2021 Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F Bermuda Riviera Small Water Main Improvements Project Water City of Fort Lauderdale, FL Jose Custodio 954-828-5248 6” PVC to 8” HDPE 8” HDPE 9,223lf 8” HDPE HDD 12,512lf 8” HDPE pre- chlorinated pipe bursting 640lf 8” HDPE Aerial crossing 1,220 8” HDPE open cut July 2019- June 2020 Texas A&M Water Texas A&M University Clyde Oberg 979-845-1042 8” Ductile Iron 12” HDPE DR17 680LF HDPE Pre-Chlorinated Pipe Bursting July 2020 Heards Lane 10” Waterline Water City of Galveston Texas Chris New 713-691-0923 10” Cast Iron 8-10” HDPE DR 11 5,450 lf 10” HDPE Watermain Pre-Chlorinated Pipe Bursting 1,100lf 8” HDPE Watermain Pre-Chlorinated Pipe Bursting May 2020 June 2020 Berkshire Villas Water Main Replacement Water Bloomfield Township, Oakland County, Michigan Christopher Ross 248-330-7344 6-8” Ductile Iron 8” HDPE DR17 3,837lf 8” HDPE DR 17 Pre- Chlorinated Pipe Bursting 426lf HDPE DR17 HDD 106LF 8” HDPE DR17 Open Cut October 2020- December 2020 Arlington and Sherwood WM Replacement Ph.1 Water City of Fort Wayne, Indiana Austyn Smedberg 260-427-2708 6” Cast Iron 6” HDPE 10,200lf HDPE pre- chlorinated pipe bursting May 2020- January 2021 Bal Harbour Village Phase 2A Water Bal Harbour Village, FL John Oldenburg 305-993-7436 6-8” Cast Iron 8-12” HDPE 515lf 12” HDPE pre- chlorinated pipe bursting pilot project November 2019 Pre-Chlorinated Pipe Bursting with Restoration. San Sabestian NEP Water City of Altamonte Springs, FL Lone “Trey” Sisk 407-571-8572 6” AC 8-10” HDPE 11,000lf pre-chlorinated pipe bursting with temporary services January 2020- April 2020 Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F City of Lake Worth WM Project Water City of Lake Worth, FL Steve Cheatham Project Manager 561-307-4915 6” Cast Iron 6” HDPE 4,500lf 6” HDPE pre- chlorinated pipe bursting August 2019- November 2020 Allied States R19 Pompano Sanders Park Water City of Pompano Beach, FL Nathaniel Watson 954-828-5248 6” PVC 6” HDPE 1,350lf 6” HDPE pre- chlorinated pipe bursting July 2019 EPWWS Cast Iron Pipe Replacement Project Water Eagle Pass Water Works System, Texas Louis Stock (830)-773-2291 4-12” Cast Iron 8-12” HDPE 8,005 HDD 8” HDPE 1,791 HDD 12” HDPE 51,486lf 8” pre-chlorinated pipe bursting 4,316lf 10” pre-chlorinated pipe bursting 3,450lf 12” pre-chlorinated pipe bursting August 2019-May 2021 2019 Watermain Replacement WUWS19001 Water City of Arlington, Texas Jessie Allen 817-459-6610 6-12” AC & Cast Iron 6-12” HDPE DR11 PE4710 11,781lf 12” Static Pipe bursting of 6” Line. 3,511lf 12” Static Pipe burst of 12” line Feb 2016- October 2016 NE 6th Ave and NE 26th St WM Replacement Water City of Wilton Manors, FL Bert Fisher 6-8” Cast Iron 6-8” HDPE DR11 6,320lf 8” Pre-Chlorinated Pipe Bursting. 775LF 6” Pre-Chlorinated Pipe Bursting September 2019 – March 2020 Pompano Beach Cypress Creek Water City of Pompano Beach, FL Nathaniel Watson 954-828-5248 6” Cast Iron 6” DIPS DR11 1,400lf Pre-chlorinated Pipe Bursting. August 2018 – October 2019 2018 Water Main Replacement Water City of Arlington, TX Jessie Allen 817-459-6610 4”-6”-8”- 12” AC/Cast Iron 8”-12” HDPE 25,400lf pre-chlorinated pipe bursting with temporary services October 2016- August 2017 Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F Croissant Park Small Water Main Improvement Water City of Fort Lauderdale, FL Jose Custodio 954-828-5248 4”-6” Cast Iron to 8” HDPE 8” JDPE 8,420lf pre-chlorinated pipe bursting with temporary services 6,350lf HDD HDPE January 2019 - July 2019 Central Seacrest Corridor Drainage Improvements and WM Replacement Water City of Boynton Beach, FL/ Ric- Man International, Inc. Jimmy Richie 561-248-0727 4”-6” Cast Iron/AC 8” HDPE 22,483lf pre-chlorinated pipe bursting with temporary services 8,372lf HDD September 2018- Septembe 2019 SSNOCWTA C-200 PVC Pipeline Replacement Project. Force Main South Seminole, North Orange County Water Transmission Authority, FL Stefano Ceriana 407-679-5358 10”-12”- 16” PVC 12”-18” HDPE 7,765lf static pipe bursting 4,430lf open cut 5,820lf HDD Feb 2018- Sept 2019 Sunrise Escape/Valencia Watermain Improvements Water City of Sunrise, Florida Earl Prizlee 954-888-6002 4”-6”-8” AC to 4”- 6”-8” HDPE 6”-8” HDPE 31,650 lf pre-chlorinated pipe bursting, with over 725 service connections Spring 2019- Fall 2019 2015 Water Main Replacement Program Water City of Grosse Pointe Farms, MI Eddie Zmich 248-454-6300 6”-8” Cast Iron 8” HDPE 4,300lf pre-chlorinated pipe bursting using DI fittings May 2015-July 2015 Golden Shores Water Main Replacement Phase 2 & 3 Water North Miami Beach, Florida Karim Rossy 305-948-2980 4” - 6” Cast Iron 6” HDPE 7,800lf pre-chlorinated pipe bursting using DI fittings March 2016- June 2016 Replacement of 6” Waterline Arlington National Cemetery Phase 4 Water US Army, Arlington National Cemetery, Virginia John Gilmore 240-216-7931 6” Cast Iron 6” HDPE 7,000lf static pipe bursting using DI fittings January 2016- March 2016 Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F Eyerly Avenue Water Main Replacement Water Port St. Lucie, Florida Laney Southerly 772-873-6442 6” - 8”AC 6" - 8 " HDPE 7,435lf pre-chlorinated pipe bursting using DI fittings May 2016- September 2016 Replacement of 39” Water Transmission Main Calder Road Water Gulf Coast Water Authority, Texas James Vanderwater 281-687-7270 39” PCCP 42” 1000mm HDPE DR 17 6,800lf CompressionFit HDPE January 2018- April 2018 Replacement of 6” Waterline Arlington National Cemetery Phase 5 Water US Army, Arlington National Cemetery, Virginia John Gilmore 240-216-7931 6” Cast Iron 6” HDPE 13,540lf static pipe bursting using DI fittings May 2017- October 2017 Replacement of 6” Waterline Arlington National Cemetery Phase 3 Water US Army, Arlington National Cemetery, Virginia John Gilmore 240-216-7931 6” Cast Iron 6” HDPE 9,000lf static pipe bursting using DI fittings January 2018-May 2020 Replacement of 6” Waterline Arlington National Cemetery Phase 2 Water US Army, Arlington National Cemetery, Virginia John Gilmore 240-216-7931 6” Cast Iron 6” HDPE 8,220lf static pipe bursting using DI fittings June 2017- September 2017 18” Water Transmission Main Water Texas A&M University, College Station, Texas Nathan Jones 979-862-4606 18” Cast Iron 20” HDPE DR 26 2,600lf CompressionFit HDPE using DI fittings March 2017- April 2017 20” Chilled Water Line Replacement Water Texas A&M University, College Station, Texas Nathan Jones 979-862-4606 20” Steel 22” HDPE DR 26 3,800lf CompressionFit HDPE using electro fusion fittings March 2018- April 2018 Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F Water System Capital Improvement Water City of Livonia, Michigan Dan Mitchell 248-454-6322 6” - 8” - 12” Cast Iron 8” - 12” HDPE 27,000lf pre-chlorinated pipe bursting and 1,118lf directional drill using DI fittings June 2018- March 2019 Water System Improvements Water City of Big Spring, Texas Steve Bennett 806-473-2200 2” - 4” - 6” - 8” - 12” Cast Iron 2” - 4” - 6” - 8” - 12” HDPE 17,300lf pre-chlorinated pipe bursting using DI fittings March 2018-June 2018 Pre-chlorinated Water Pipe Bursting Term Contract Water City of Sanford, Florida Greg McIntyre 407-417-5602 4” - 6” AC 4” - 6” HDPE 16,500lf pre-chlorinated pipe bursting using DI fittings January 2018-May 2018 Greenlawn Place Blue Tubing and Water Line Replacement Water City of Round Rock, Texas David Freireich 512-671-2756 6” - 8” AC 8” HDPE 17,000lf pre-chlorinated pipe bursting using DI fittings April 2017- September 2017 Highland Park Water Main Replacement Water Ft. Wayne, Indiana Matthew Wirtz 260-427-2690 6” Cast Iron 6” - 8” HDPE 8,750lf pre-chlorinated pipe bursting using DI fittings March 2017- June 2017 Casselberry Water Mains Water City of Casselberry, Florida Gerald Chancellor 386-878-8998 2”- 6” Galvanized and AC 2” HDPE, 6” Fusible PVC 1,700lf of 2” 600lf of 6”, pre-chlorinated pipe bursting with 54 services November 2016- Feb 2017 A1A Ponte Vedra Water United Water Gordon Gruhn 904-838-6585 4”- 6” AC 8” HDPE 2,600lf pre-chlorinated pipe burst with electro-fusion fittings August 2015- September 2015 Everglades National Park Water National Park Service Andrew Lynn 615-377-1337 4”- 6” AC 4” - 6” HDPE 26,000lf pre-chlorinated pipe bursting with electro-fusion fittings August 2009- April 2010 Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F South Indian River Drive Water Ft. Pierce, Florida David Mellert 772-466-1600 x3423 6” Cast Iron 6” HDPE 12,500lf pre-chlorinated pipe bursting using electro-fusion fittings October 2014- July 2015 Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F PIPE BURSTING, PRE-CHLORINATION, SLIPLINING, Compression-Fit WORK EXPERIENCE – Last 24 Months Project Name Type Owner Contact & Phone Host Pipe & Size New Pipe & Size Length Installed Dates The Town of Davie Brentwood Improvements Water Town of Davie Robert Walker 954-327-3769 6” AC 8” HDPE 2400lf of HDPE Pre- Chlorinated Pipe Bursting In Progress Continuing Construction Services – Pre- Chlorinated Pipe Bursting Water City of Altamonte Springs, FL Lone “Trey” Sisk 407-571-8572 6” AC 6” HDPE 5000lf of HDPE Pre- Chlorinated Pipe Bursting In Progress S. Westshore Blvd Water Main Replacement II Water City of Tampa James King 813-781-7023 12” Cast Iron 12” HDPE 18,000 lf of HDPE Pre- Chlorinated Pipe Bursting In Progress Salt Lake City Upper Conduit Repair Phase 1 Water Salt Lake City Department of Public Utilities T. Dimond Zollinger 42” 42” HDPE 1600 lf of HDPE; Sliplining In Progress NE 12th St, NE 15th St, NE 24th Ave, NE 24th Terr, and NW 27th Way Water City of Pompano Beach Nathaniel Watson 4-6” Cast Iron 6” HDPE 4300lf of HDPE Pre- Chlorinated Pipe Bursting January 2022 – March 2022 Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F Wilton Manors Jenada Water City of Wilton Manors, Fl Bert Fisher 4” Cast Iron to 6” HDPE Yes 3500 lf HDPE Pre- Chlorinated pipe burst July 2021- August 2021 Tamarac 10 Inch Water Main Replacement Water City of Tamarac Chris Lyle 8” Cast Iron to 10” HDPE Yes 3,500 lf Pre-Chlorinated Pipe Bursting August 2021- October 2021 Victoria Park A and B, North and South Small Water Main Replacement Water City of Fort Lauderdale, FL Daniel Fisher 954-828-5850 2” Cast Iron to 6” HDPE Yes 61,000lf 6” Pre-Chlorinated pipe bursting March 2019 – June 2021 Bal Harbour Village Phase 3A Sewer Bal Harbour Village, FL John Oldenburg 305-993-7436 6-8” Cast Iron 8-10” HDPE 1500lf 6-8” Sewer Main January 2021 – March 2021 Bal Harbour Village Phase 4 Water Bal Harbour Village, FL John Oldenburg 305-993-7436 10” Cast Iron 20” HDPE 5000lf of HDPE pre- chlorinated HDD project December 2020 – July 2021 Water Main Replacement Project Water Harris County Municipal Utility District No. 5, TX Gerald Gehman 713-201-5534 4”-6”-8”- 12” AC/Cast Iron 4”-6”-8”- 12” HDPE 48,600lf pre-chlorinated pipe bursting with temporary services February 2021- December 2021 Bermuda Riviera Small Water Main Improvements Project Water City of Fort Lauderdale, FL Jose Custodio 954-828-5248 6” PVC to 8” HDPE Yes 9,223lf 8” HDPE HDD 12,512lf 8” HDPE pre- chlorinated pipe bursting 640lf 8” HDPE Aerial crossing 1,220 8” HDPE open cut July 2020- March 2021 Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F Texas A&M Water Texas A&M University Clyde Oberg 979-845-1042 8” Ductile Iron 12” HDPE DR17 680LF HDPE Pre-Chlorinated Pipe Bursting July 2020 Heards Lane 10” Waterline Water City of Galveston Texas Chris New 713-691-0923 10” Cast Iron 8-10” HDPE DR 11 5,450 lf 10” HDPE Watermain Pre-Chlorinated Pipe Bursting 1,100lf 8” HDPE Watermain Pre-Chlorinated Pipe Bursting May 2020 June 2020 Berkshire Villas Water Main Replacement Water Bloomfield Township, Oakland County, Michigan Christopher Ross 248-330-7344 6-8” Ductile Iron 8” HDPE DR17 3,837lf 8” HDPE DR 17 Pre- Chlorinated Pipe Bursting 426lf HDPE DR17 HDD 106LF 8” HDPE DR17 Open Cut October 2020- December 2020 DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F Exhibit A - Solicitation and Contractor's Response Corporate Headquarters OFFICE: 904.764.6887 FAX: 904.379.6193 ADDRESS: 12235 New Berlin Rd Jacksonville, Fl 32226 South Florida Office OFFICE: 954-842-4771 ADDRESS: 5400 S University Dr Unit 101 Davie, Fl 33328 murphypipelines.com swagelining.com Re: Attachment to bid No. E-15-22; City of Pompano Beach Trenchless Rehabilitation & Pipe Bursting Technology - FINANCIAL STATEMENTS - CONFIDENTIAL MATERIALS Dear Selection Committee Members: Enclosed in this package are Murphy Pipeline Contractors financial statement. We respectfully request that the information provided be treated confidentially by the City of Pompano Beach, as Murphy Pipeline Contractor is a privately held company. Murphy Pipeline Contractor identifies Florida Statutes. 815.045 - Trade Secret Information ands. 119.071.3.(c) as the statutes that authorizes the exemption from the Public Records Law. • CONFIDENTIAL - Contains Trade Secrets - Must Be Kept Confidential pursuant to Florida Statute s. 815.045. Exempt from Public Records Act. • Financial statements are exempt from Florida Public Records requirements, as noted in Florida Statute Chapter 119: Exemption: 119.071.3.(c) Any financial statement that an agency requires a prospective bidder to submit in order to prequalify for bidding or for responding to a proposal for a road or any other public works project is exempt from s. 119.07(1) ands. 24(a), Art. I of the State Constitution. We appreciate the City’s efforts to maintain the confidentiality of our financial records. Sincerely, Ed Steele General Manager Exhibit A- Solicitation and Contractor's Response DocuSign Envelope 10: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F MURPHY PIPELINE CONTRACTORS, LLC Financial Statement As of December 2020 Exhibit A- Solicitation and Contractor's Response DocuSign Envelope 10: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F Balance Sheet As of Period Ending December 2020 ASSETS Current Assets 12/31/2020 CASH $ 3,926,238.49 Contract Receivables $ 11,027,797.59 Costs in Excess of Earnings $ 2,286,574.00 Other Assets $ 130,956.86 Total Current Assets $ 17,371,566.94 Intangible Assets $ 37,240,016.00 Property and Equipment, Net $ 6,026,174.82 TOTAL ASSETS LIABILITIES & STOCKHOLDER'S EQUITY Current Liabilities $ 60,637,757.76 Accounts Payable and accrued Expens $ 8,582,101.30 Billings in Excess -$ ------ Total Current Liabilities $ 8,582,101.30 --'----'---- NOTES PAYABLE, NON CURRENT $ - -10,84-5.79- Total Liabilities $ 8,592,947.09 Equity 30100 · Common Stock 30200 · Additional Paid in Capital 31400 · Distributions 32000 · Retained Earnings Net Income Total Equity TOTAL LIABILITIES & EQUITY $ 75.00 $ 2,375,223.00 $ (5,725,573.99) $ 5,353,358.80 $ 50,041,727.86 $ 52,044,810.67 $ 60,637,757.76 DocuSign Envelope 10: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F BROWARD COUNTY LOCAL BUSINESS TAX RECEIPT Exhibit A- Solicitation and Contractor's Response 115 S. Andrews Ave., Rm. A-100, Ft. Lauderdale, FL 33301-1895- 954-831-4000 VALID OCTOBER 1, 2021 THROUGH SEPTEMBER 30,2022 DBA: Business Name:MURPHY PIPELINE CONTRACTORS . LLC Owner Name:ANDREw JOHN MAYER/QUALIFER Rece'lpt #·189-2 72 548 "ALL OTHER TYPES CONTRACTOR Business Type:(UNDERGROUND UTILITY AND EXCAVATION CONTRACTOR) Business Opened:10/13/2015 Business location: 5400 S UNIVERSITY DR STE DAVIE Business Phone: 954-842-4771 101/:State/County/Cert/Reg:CUC12 2 3 7 8 7 Exemption Code: Rooms Seats Employees 12 Machines Professionals For Vending Business Only Number of Machines: Vending Type: Tax Amount Transfer Fee NSF Fee Penalty Prior Years Collection Cost Total Paid 54.00 5.40 0.00 5.40 0.00 0.00 64.80 THIS RECEIPT MUST BE POSTED CONSPICUOUSLY IN YOUR PLACE OF BUSINESS THIS BECOMES A TAX RECEIPT This tax is levied for the privilege of doing business within Broward County and is non-regulatory in nature. You must meet all County and/or Municipality planning WHEN VALIDATED and zoning requirements. This Business Tax Receipt must be transferred when the business is sold, business name has changed or you have moved the business location. This receipt does not indicate that the business is legal or that it is in compliance with State or local laws and regulations. Mailing Address: MURPHY PIPELINE CONTRACTORS LLC 5400 S UNIVERSITY DR STE 101/102 DAVIE, FL 33328-5300 Receipt #30A-21-00005954 Paid 04/26/2022 5.40 2021 - 2022 DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F Exhibit A - Solicitation and Contractor's Response Ron DeSantis, Governor Halsey Beshears, Secretary STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION CONSTRUCTION INDUSTRY LICENSING BOARD THE UNDERGROUND UTILITY & EXCAVATION CO HEREIN IS CERTIFIED UNDER THE PROVISIONS OF CHAPTER 489, FLORIDA STATUTES MAYER, ANDREW JOHN MURPHY PIPELINE CONTRACTORS, LLC 12235 NEW BERLIN ROAD JACKSONVILLE FL 32226 LICENSE NUMBER: CUC1223787 EXPIRATION DATE: AUGUST 31, 2022 Always verify licenses online at MyFloridaLicense.com Do not alter this document in any form. This is your license. It is unlawful for anyone other than the licensee to use this document. Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F REQUEST FOR PROPOSALS E-15-22 TRENCHLESS REHABILITATION AND PIPE-BURSTING TECHNOLOGY Submitted By Richard Crow Director of Engineering and Special Projects Corporate Headquarters OFFICE: 904.764.6887 FAX: 904.379.6193 ADDRESS: 1876 Everlee Rd Jacksonville FL 32216 South Florida Office OFFICE: 954-842-4771 ADDRESS: 5400 S. University Dr. Unit 101 Davie, Fl 33328 murphypipelines.com swagelining.com Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F Corporate Headquarters OFFICE: 904.764.6887 FAX: 904.379.6193 ADDRESS: 12235 New Berlin Rd, Jacksonville FL 32226 South Florida Office OFFICE: 954-842-4771 ADDRESS: 5400 S. University Dr. Unit 101 Davie, Fl 33328 murphypipelines.com swagelining.com June 10, 2022 Jeff English City of Pompano Beach Purchasing 1190 NE 3rd Avenue Building C Pompano Beach, FL 33060 RE: Request for Proposals E-15-22 Trenchless Rehabilitation and Pipe-Bursting Technology Dear. Mr. English Murphy Pipeline Contractors, LLC. (MPC) is pleased to submit our response to RFP No. E-15-22 for the Trenchless Rehabilitation and Pipe-Bursting Technology. The MPC Team has an extensive amount of experience in Pipe Bursting, Slip-lining, Open-cut installation, community coordination, dewatering and MOT that not only exceeds the minimum requirements of this RFP but exceeds the needs of City of Pompano Beach and more importantly its citizens. The MPC Team has the widest array of trenchless utility construction technology experience available to meet the City’s needs while still providing the least disruption to the residents and business owners within the project’s boundaries. The MPC Team, has worked on a wide variety of projects including thousands of linear feet of traditional open cut, pipe bursting, slip-lining and horizontal directional drill under the most difficult schedule constraints for multiple municipalities. Furthermore, the MPC Team has recently worked on 08 projects for the City of Pompano Beach. This experience has allowed the MPC Team to be fully aware of the City of Pompano Beach’s requirements and expectations. We understand the importance of the City’s projects and the various challenges that need to be addressed during construction. MPC was established in Florida in 2000 as a trenchless utility contractor with the purpose of bringing the trenchless technologies of Europe to the United States. MPC is one of the leading trenchless installation contractors in the country that specializes in static pipe bursting, slip-lining and horizontal directional drilling for water main, sewer main, gravity sewer and force main, ranging from 2” through 63”. Over the last seven years, MPC has received numerous awards including: • 2021 Trenchless Project of the Year Honorable Mention (City of Fort Lauderdale, Large Diameter HDPE Force Main) • 2019 Trenchless Project of the Year Honorable Mention (Powell River, BC Canada Slip Lining Project) • 2018 Trenchless Project of the Year Honorable Mention (Ft. Lauderdale Design Build using Compression Fit HDPE pipe lining and Directional Drill) • 2017 PE Alliance Leadership Award (JEA, FL Swagelining Project) • 2015 Trenchless Project of the Year (Arlington National Cemetery Water Pipe Bursting Project) 1 Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F The MPC Team has the experience and exceptional understanding of the uniqueness of the City of Pompano Beach that will enable a safe and effective execution of these projects. Selecting the MPC Team will provide the City of Pompano Beach with a team that has unparalleled proven experience to successfully deliver these projects to the City and its residents. We would like to thank you for the opportunity to submit qualifications and once again look forward to working with the City of Pompano Beach. If you have any questions, feel free to contact us at any time. Respectfully submitted, Murphy Pipeline Contractor Richard Crow Director of Engineering and Special Projects CC: Andy Mayer, President of Murphy Pipeline Contractors 2 Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F COMPLETE THE PROPOSER INFORMATION FORM ON THE ATTACHMENTS TAB IN THE EBID SYSTEM. PROPOSERS ARE TO COMPLETE FORM IN ITS ENTIRITY AND INCLUDE THE FORM IN YOUR PROPOSAL THAT MUST BE UPLOADED TO THE RESPONSE ATTACHMENTS TAB FOR THE RFP IN THE EBID SYSTEM. PROPOSER INFORMATION PAGE RFP , E-15-22 Trenchless Rehabilitation and Pipe Bursting (number) (RFP name) To: The City of Pompano Beach, Florida The below named company hereby agrees to furnish the proposed services under the terms stated subject to all instructions, terms, conditions, specifications, addenda, legal advertisement, and conditions contained in the RFP. I have read the RFP and all attachments, including the specifications, and fully understand what is required. By submitting this proposal, I will accept a contract if approved by the City and such acceptance covers all terms, conditions, and specifications of this proposal. Proposal submitted by: Name (printed) Richard Crow Director of Engineering and Special Projects Title Company (Legal Registered) Murphy Pipeline Contractors, LLC. Federal Tax Identification Number 59-3688714 Address 12235 New Berlin Road City/State/Zip Jacksonville, Florida 32226 Telephone No. 954-254-7898 Email Address rcrow@teamipr.com Fax No. N/A DocuSign Envelope ID AF8A5657-FF4C-4C1E-9F2 7-580CA4CD372F MU 'w' PIFIEUNE CON"TRRCTORS An IPR Company Exhibit A- Solicitation and Contractor's Response Corporate Headquarters OFFICE:904.764.6887 FAX:904.379,6193 ADDRESS: 12235 New Berlin Road,Jacksonville FL 32226 Feasibility Support Office OFFICE:414.321.2247 FAX:414.321.2297 ADDRESS:1973S 91"Street Milwaukee WI 53227 murphypipelines.com Murphy Pipeline Contractors, LLC. Total Recordable Incident Rate. The formula for TRIR is: The number of incidents, multiplied by 200,000, then divided by the total number of hours worked in a year. The number 170,000 is used because it is the total number of hours 85 employees would work in a year (100 workers x 40 hours x 50 weeks). MPC TRIR for the following years: 2015: 0 Incidences x 200,000 I 73,247.65 Hours = 0 TRIR for 2015. 2016:0 Incidences x 200,000 I 74,048 Hours= 0 TRIR for 2016. 2017: 0 Incidences x 200,000 I 92,257.95 Hours= 0 TRIR for 2017. 2018: 0 Incidences x 200,000 I 117,405.50 = 0 TRIR for 2018. 2019: 0 Incidences x 200,000 I 190,000.00 Hours = 0 TRIR for 2019. 2020: 0 Incidences x 200,000 I 170,000.00 Hours = 0 TRIR for 2020. Any questions please do not hesitate to ask/Contact me. Taylor Morris. Project Manager 0 0 () c Total number of Total number of Total number of Total number of deaths cases with days cases with job other recordable (j) :!:-- 12_ I>' -o 0 OSHA's Form 300A (Rev.o1t2oo4) Year20_[ us· ::J m ::J < <I> 0 -o <I> -Su-m-mary of Work-Related Injuries and Illnesses --------:- u.s. Department of Labor ¥l Fonn approved OMB no. 1218-0176 ".T..1, ... - '!" ::--.':!"_ _,.._ c:-------::-.·- .. · - -- =Aaon 1 t) All establishments covered by Part 1904 must complete this Summary page, even if no work-related injuries or illnesses occurred during the year. Remember to review the Log to verify that the entries are complete and accurate before completing this summary. Using the Log, count the individual entries you made for each category. Then write the totals below, making sure you've added the entries from every page of the Log. If you had no ceses, write "0. • Employees, former employees. and their representatives have the right to review the OSHA Form 300 in its entirety. They also have limited access to the OSHA Form 301 or its equivalent. See 29 CFR Part 1904.35, in OSHA's recordkeeping rule. for further details on the access provisions for these forms. Street City lAC t G State k. ZIP ?Z2f6 1. () m <b "T1 0 () )> t) 0 Vl -...1 1\) "T1 away from work transfer or restriction cases 0 0 cO _Q_ (G) (H) (I) (J) Standard Industrial Classification (SIC), ifknown (e.g., 3 5) _j_£_ '2_3 OR North American Industrial Classification (NAICS), ifknown (e.g., 336212) '2 3 _2_L_J ..0 Total number of days away from work Total number of days of job transfer or restriction Employment information ( If you don't hat•e these figures, see the WOrksheet on the back <if this page to estimare.) {) (K) 0 (l) Annual average number of employees Total hours worked by all employees last year Sign here . z <'36 . 4- m X :J" 5,.' )> (j) Total number of ... (M) (1) Injuries (4) Poisonings a_ Knowingly falsifying this document may result in a f'tne. I certifY that Ihave examined this document and that to the best of my 2. c;· a· ::J (2) Skin disorders D (5) Hearing loss (6) All other illnesses .!L2_ _Q_ knowledge the entries are true, accurate, and complet b Q) ::J Cl. (3) Respiratory conditions Post this Summary page from February 1 to April 30 of the year following the year covered by the form. Public reporting burden for this collection of infonnation is estimated to average 58 minutes per n!:sponse. including time to review the instructions, search and gather the data needed. and complete and review the collection of infonnation. Penons are not required to respond to the collection of infonnalion unless it displays a currenUy valid OMB control number. If you have any comments about these estimates or any other aspects of this data collection, contact: US Department of Labor, OSHA Office of Stati!tical Analysis, Room N-3644, 200 Constitution Avenue, NW, Washington, DC 20210. Do not send the completed forms to this office. company :<eCUtlVC' Iiik' ( 99'/t- 761'6'8'§;7 32Ft Phone but' () 0 ;a iil n. 0 ;:o <I> C/) 0 ::J 0 0 () c (M) Away On Job from work transfer or restriction $ (K) (L) (1) - - $ e. -o · OSHA's Form 300 (Rev. o1t2004l Log of Work-Related Injurie-s and Illnesses Attention:This form contains information relating to employee health and must be used in a manner that protects the confidentiality of employees to the extent possible while the information is being used for occupational safety and health purposes. Year20 _L S. . u.s. Department of Labor OCcupational Safety and Health Administration ceen· :::l m :::l < (1) 0 -o (1) i5 You must record information about every work-related death and about every work-related injury or illness that involves loss of consciousness, restricted work activity or job transfer, days away from work, or medical treatment beyond first aid. You must also record significant work-related injuries and illnesses that are diagnosed by a physician or licensed heafth care professional. You must also record work-related injuries and illnesses that meet any of the specific recording criteria listed in 29 CFR Part 1904.8 through 1904.12. Feel free to use two lines for a single case if you need to. You must complete an Injury and Illness Incident Report (OSHA Form 301) or equivalent form for each injury or illness recorded on this form. If you're not sure whether a case is recordable, call your localOSHA office for help. Identify the person Classify the case CHECK ONLY ONE box for each case Enter the number of (A) Case no. (B) Employee's name (C) Job title (e.g., l*lder) (D) Date of injury or onset (E) Where the event occurred (e.g., Loadi"g dock north end) (F) Describe inju ry or illness, parts of body affected, and object/substance that directly injured based on the most serious outcome tor that case: R_,_..w_ days the ln}u,...., or the "Injury" column 01' Ill worker was: choose one type of lllneas: of illness or made person ill (e.g., Second degree burns on right forearm from acetyle"' torch) Days aw.-y .lob bansfw Other record- §•..g c !!" ] g 0 v df_ _, .Nd /JJ . Death from work 011 ...e:rlctloft •ble cau.e ill ells e. :l1 :§ $--dL month/day (G) (H) (I) (J) 0 0 0 0 days days (2) (3) (4) (5) (6) month/day _ _!_ month/day !_ monl!Vday !_ month/day 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 days days days __ days d<lys days _days _days I month/day I month/day !_ month/day !_ month/day mo-nth-/da-y '- !_ month/day 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 _days _days _days _days _days _days _days _days _days _days _days _days m X :::r 5' ::+ )> en Q_ c;· i5' :::l Ql :a::l. .. !_ 0 0 0 0 _days _days month/day !_ month/day 0 0 0 0 _days _days 0 0 ;a. ;;; Page totals> -- -- - - - - -- - - --- - & Public reporting burden for t his collection of information f1; imated to average 14 minu te.per re10ponse, including time to re,oiew Be sure to tmnsfer ftlese totals to the Sumtnal}' page (Form 300A) before you post ft. 2"·"g :!' j j the in!>tructions, arch and gather the data needed, and complete and re\'iew the collection of informa tion . Person10 are not required to respond to the collection of information unless it displaya currently valid OMB control num ber. If you have any comments about these estimates or any ot her aspectof this data collection, contact: US Department of Labor, OSHA Office of Statistical Analysis, Room N-3644, 200 Constitution Avenue. N W.Washington. DC 20210. Do not u:nd the com pleted forms to thi..offKe. a · : . 'ij c ,li 0 ill Pqe_ol_ (1) (2) (3) (4) (5) (6) ::0 (1) (/) 0 :::l Kl 0 0 () c (j) -o OSHA's Form 300A (Rev.o112oo4) Summary of Work-Related Injuries and Illnesses All establishments covered by Part 1904 must oomplote this Summary page, oven If no lnjur/IJs or illnesses occurred during the year. Remember to rovlew the Log to verifY thai/he entries are complete USing tho Log, count tho individual entries }')U mado for each category. Then IMite the totals below, maldng SIJf9 you've added the entries from eve<y page of the log. II you had no casas IMile •o.• Employees fotmer employees, and their roprosentalivos have the right to review the OSHA Form 300 in lfs entirety. They also have limited access to the OSHA Form 301 or Its equivalent. See 29 CFR 1904.35, In OSHA's Recordkeeplng rule, for further d6taHs on /tJ9 accsss proviSions for these forms. Establishment Information Your establishment name Murphy Pipeline Contractors. Inc. Street t 876 Everlee Road Year 2016 U.S.Department of Labor Ocou.,.t:lon•lS.t.ty .n<l HN:Ith AdmfnlttratJon Form IPfJroYed OMB no.1218-0176 us· ::J m ::J < <I> 0 -o <I> Ci )> Tcot .;., Tt t) 1. () m <b Tt 0 () )> Number of Calles City Jacksonville FL. State Florida Zip t) 0 Totalnumber of Total number of Totalnumber of cases Totalnumber of deaths cases with days with job transfer or other recordable away from wori< restriction cases Industry description (e.g., Manufacture of motor true!< trailers) Underground UtilitY Construction Standan:llndustr1al Classification (SIC), ff known (e.g.,SIC 3715) Vl -...1 1\) Tt 0 0 0 0 (G) (H) (I) (J) 1 6 2 3 OR North American IndustrialClassification (NAICS), ff known (e.g., 336212) 2 3 7 1 1 o Number of Days Employment Information Total number of days away from wn.!< Totalnumber of days of job transfer or restriction Annualaverage number of employees 59 Totalhours wor1<ed by all employees last 0 0 (K ) (L) Injury and Illness Types year 83938.5 Sign here m X :J' 5,.' )> Total number of... (M) (1) Injury (2) Skin Disorder (3) Respiratory 0 0 (4) Poisoning (5) Hearing Loss 0 Q Knowingly falsifying this document may result In a flne. (j) 2. c;· a· ::J Condition 0 (6) All Other Illnesses 0 Secretar'i Titre 904 764-6887 2125.12017 Q) :a:J. () 0 ;a iil Post this Summary page from February 1 to April30 of the year following the year covered by the form Pll>ic reporting blrden forthcollection olillormation es1inated to average 58 minctesper response.i'oci.Jdfig tine to review the Instruction. sealdl eJ>d gather the data needed.andcomple!eeJ>d review the collection ollnfoJmation. Persom are rot required to respord totne collection of rotonnation unleso n displays a current¥ valid OMBcontrolnwnbor. nyoo have any comments about these estinates or any aspects oftnls data cor.ectlon,contact US Department of Labor.OSHA Office of S1atlstlcs.Room N-3644.200 Constitution Ave.NW. Washlna1on,DC 20210. Do not serd the comoleted tonns to this once. Phone Date n. 0 ;:o <I> C/) 0 ::J 0 0 () c saf Che e typ WO<l<er was: llloess: -- I Days trway Away 8 <: ·r;: "' "' :i :;;: 0: VJ 01 OSHA's Form 300 (Rev. 01/2004) log of Work-Related Injuries and Illnesses Attention: This fonn contains infonnation relating to employee heah and must be used in a manner that protects the confidentiality of employees to the extent possible while the lnfonnation is being used for occupational ety and heapurposes. - Year 2016 U.S. Department of Labor Occupational Safety and Health Administration en cl5' :::J m :::J < CD 0 -o CD 6 )> 01 (X) )> CJl Ol CJl .;., 01 0 1. 0 You must recold information about fNf?rf wor1<-related injury or mness that irwo!ves loss of conscbusness, restricted work activity or job transfer, days away from W0!1<. or medlcal treatment beyond first aid. You must also recold sigrlilican! work-related injuries and illnesses that are diagnosed by a plrfsician or licensed heaHh care professional. You must also record work·related Injuries and Illnesses that mset any of the specific reconfmg cfiteria listed in 29 CFA 1904.8 through 1904.12. Feel free to use!\Yo lines for a single case W you need to. Youmust COfT4lle!e an injury and Ulness incident report (OSHA Form 301) or equivalent fonn for each injury or illness recorded on this fonn. If you're not sure whether a case is recordable, call your klcal OSHA office lor help. Establishment name Fonm approved OMB no. 1218-0176 m cb 01 Murphy Pipeline Contractors, Inc. N (n ·-··tdentltY tfie person ·· Oesai6e.ihicase Classlfy'ina ca'N City Jacksonville State . ·-..- Enter the number of (X) 0 0 )> 0 (A) (B) (C) (D) (E) (F) CHECK ONLY ONE box ror each case based on days the injured or Ill ck the 'Injury' column or ch0066 on e o 0 Case Employee's Name Job Title (e.g., Date of Where the event occurred (e.g. Describe injury or iftness, parts of body affected, the '!'_')St :?"ouscome for.<:;. : No. Welder) injury or Loading dock north end) and object/substance that direcUy injured or made .._... ...,._ -- ft _._...,.. ·· - a N onset of person HI (e.g. Second degree bums on right (M) Illness foreann from acetylene torch) Onjob li; (mo./day) Death lromwcrt Remdlned at wOO< I From transfer or 'E ?::' 0> "' restriction @ £ !5 ..J lt! Job transfer Other recond· Work (days) ?::' <: ·a · <"..:' =0 or restriction able cases (days} i' :;; 8l 5 'i5 a.. _(QL (H) (l) (J) (K) cu (1) 0:(.) (2) (3) (4) (5) (6) ::t: NA NA NA NA NA NA Page totals 0 0 0 0 0 0 0 0 0 0 0 0 Be sure to transfer these totals to the Summary page (Form 300A) before you post it. ?::' _g "<:' 8 m X :::r 5' ")>" en Q. (')' "" (5' :::J Q) :::J 0. 0 Pulllic reporting bulden lor this collection of infonnation is estimated to average 14 minutes per response, including time :0 E 0 .!!l ·a' s ..J "' 0 ;a. 0 :au a.. ·cc Ol to review the Instruction, search and gather the data needed,and complete and review the colection of infonna!ion. c 13 Persons are not required to respond to the co1lection of information unless ft displays a currentiy valid OMB control Cf) ::t: "0" number. If you have any comments about these estimates or any aspec1s of this data collection, contact US Departnent ol Labor, OSHA Oflice of Statistics,Room N-3644, 200 Constitution Ave,NW, Washington, DC 20210. Do not send the completed forms to this office. Page 1 of 1 (1) (2) (3) (4) (5) (6) ::0 CD i9 0 :::J 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 Occ_,_ 114 OSHA's Form 300 (Rev. o112oo4) Log of Work-Related Injuries and Illnesses Attention:This form contains information relating to employee health and must be used in a manner that protects the confidentiality of employees to the extent possible while the information is being used for occupational safety and health purposes. gl Year20_L 7 U.S.Department of J ..,..,_lil_lfiiAiilm/n/• (ii You must record information about evety work-related death and about evety work-related injuty or illness that involves loss of consciousness, restricted work activity or job transfer, days away from work, or medical treatment beyond first aid. You must also record significant work-related injuries and illnesses that are diagnosed by a physician or licensed health care professional. You must a/so record work-related injuries and illnesses that meet any of the specific recording criteria listed in 29 CFR Part 1904.8 through 1904.12. Feel free to use two lines for a single case if you need to. You must complete an lnjuty and Illness Incident Report (OSHA Form 301) or equivalent form for each injuty or illness recorded on this form. If you're not sure whether a case is recordable, call your local OSHA office for help. Form approved OMB no. l.g Establishment name tlf1 Cfty St?Je /L_ Identity the person Describe the case Classify the case CHECK ONLY ON£ box tor each case )> U1 (j) U1 -...J (A) (B) (C) (D) (E) (F) based on the most serious outcome for Check file .,,.,.,..colo --.. -- On job J j 1i Case Employee's name Job title Date of injury Where the event occurred Describe injury or illness, parts of body affected, that case: choo..- type of llln """ - () no. (e.g., Welder) or onset of illness (e.g., Loading dock nmth end) and object/substance that directly injured or made person ill(e.g., Secomi degree lmrns on Remainedllf Worfr Death ftom w- orremtctlon ..,..cuea (M) :-. .ge .;... j() ' <D d)_d_ j. d- /,4 right forearm from acetylene !Mch) lA- .,.,._., 0 0 0 0 Awa11 wolll trllnafer or reablc:Uon 0 ·.n; :t 0 [ (G) (H) (I) (J) (K) (L) (1) (2) (3) (4) (5 -...J days days 0 0 0 !_ month/day !_ monttVday 0 0 0 0 0 0 0 0 days days days days o o o o c s; o o o o c "g"" -...J /_ month/day 0 0 0 0 days days 0 0 0 0 [ !_ monttVday !_ mont!Vday !_ monWday !_ month/day 0 0 0 0 0 0 0 0 days days 0 0 days days 0 0 days days 0 0 days days 0 0 0 0 [ 0 0 0 0 0 0 0 0 0 /_ month/day days days 0 0 0 0 0 !_ I I . ' . 0 . !_ month/day days days 0 0 days days 0 0 0 0 0 Q1 0 0 0 g )> /_ month/day month/day Page totals> days _ days 0 0 0 0 . . the instructions, search and gather the data needed,and complete and review the collection of information. Persons are not required to re3pond to the collection ofinfonnation unless it displays a currently valid OMB control number. lfyou have any comments about these estimates or any other aspects of this data collection, contact:US Department of Labor, OSHA Office of Statistical ]' g;:l ,g !8 &: . . Total number of Total number of Total number of Total number of deaths cases with days cases with job other recordable -ty- 0 For ,..., - - - 0 OSHA's Form 300A (Rev. o112oo4) Summary of Work-Related Injuries and Illnesses - = vear2ol_ 2U U.S.Department of Occu,flonef HNIIIIA""'I m approved OMB no..g Nl establishments covered by Part 1904 must complete this Summary page, even if no work-related injuries or illnesses occurred during the year.Remember to review the Log to verify that the entries are complete and accurate before completing this summary. Using the Log, count the individual entries you made for each category. Then write the totals below, making sure you've added the entries from every page of the Log. If you had no cases, write ·o.• Employees, former employees, and their representatives have the right to review the OSHA Form 300 in its enOrety. They a/so have limffed access to the OSHA Form 301 or its equivalent. See 29 CFR Part 1904.35, in OSHA's recordkeeping rule, for further details onthe access provisions for these forms. Estaflfisllment lnfo j/J Your..,.,,.,.,.,,.,. "'--'-"'-LJ"'---1'- ....._,. #-- CD q )> "cTo1 )> U1 (j) U1 -. ! Street J$7t Evek · "T1 away from work transfer or restriction cases f) 0 0 0 (G) (H) (I) (J) City <1.4}); state R ziP 3te4, Standard Ind/'trifaszca3 (SIC), if known ( e.g., 3715) OR North American Industrial Classification (NAICS), ifknown (e.g., 336212) --t_ 2 :2_ _L 1 t? ("""' .;... () m <D "T1 N -.j &co. 0 () 0 V> -...! N "T1 Total number of days away from work Total number of days of job transfer or restriction Employment information (Ifyuu don't have tlresefJgUro,see the 1%tkshett on the back of this page w estimate.) 0 0 (K) (L) Injury and Illness Types Total number of . .. (M) Annual average number of employees Total hours worked by all employees last year 1-'l,47f.Ob Sign llere Knowingly falsifying this document may result in a fine. (1) I uries (2) Skin disorders (3) Respiratory conditions _Q <!? 0 (4) Poisonings (5) Hearing loss (6) All other illnesses D ..!/2_ i2._ .ve examined this document and that to the best of my :ur:ote, and complete. :::r fr ;::;: )> (./) Q_ c;· ci' Post this Summary page from Febnu ry 1 to April 30 of tile ,_r following tile ,_r covered by tile form. Public reporting burden for this collection of infonnation is estimated to average 58 minutes per resporue, including time to review the instructions, search and gather the data needed, and complete and review the collection of information. Peraons are not required to respond to the collection of information unless it dilplaya a currently vaUd OMB control number. If you have any commentJ about these ertimatea or any other upects of this data collection, contact US Department of La.bor,OSHA Office ofSta.tistical Analysis, Room N-3644, 200 Conrtitution Avenue, NW. Washington. DC 20210. Do not aend the completed fonru to thia office. ::> Q) ::> a. () 0 ;:o CD 1"::>' ::> "CD' 6s -o OSHA's Form 300A <Rev. o112oo4) Summary of Work-Related-Inju-ries and Illnesses Year2o mJ U.S. Department of Ll => Occupaff.,..,..,., Admlnl.. .. < Nl establishments covered by Part 1904 must complete this Summary page, even if no work-related injuries or illnesses occurred during the year. Remember to review the Log to verify that the entries are complete and accurate before completing this summary. Using the Log, count the individual entries you made for each category. Then write the totals below, making sure you've added the entries from every page of the Log. If you had no cases, write •o.• Employees, former employees, and their representatives have the right to review the OSHA Form 300 in its entirety. They also have limfted access to the OSHA Form 301 or its equivalent. See 29 CFR Part 1904.35, in OSHA's recordkeeping rule, for further details on the access provisions for these forms. Street Fonn approved OMB no. 12 CD 0 -o (1) 6 l> "Tl CXl l> Ul Ol Ul .";'-, Total number of Total number of Total number of Total number of deaths cases with days cases with job other recordable away from work transfer or restriction cases 0_ {) 0 (} (G) (H) (I) (J) City ,j SureEt.__ ZIP '$U/t • Standard r strial.f lzcation (SIC}, ifkn' L_ fz_ OR North American Industrial Classification (NAICS), ifknown (e.g., 336212) Z--2 LL ll "Tl .h (") m <b "Tl 1\.) "'- (n CXl 0 (") l> "("")' 0 w "'- 1\.) "Tl Total number of days away from work Total number of days of job transfer or restriction Employment information (If you don't havt! thesefigutrJ, see the l%rltsheet on the back of this p< ge U! estimate.) f) 0 (K) (L) Annual average nwnber of employees Total hours worked by all employees last year ?z ti?Y-.o6- Total number of (M) • .. (1) Injuries tl --- (4) Poisonings -£-1 Sign llere Knowingly falsifying this document may result in a fine. 1 certifY that I have examined this document and that to the best of my m X :::T (5) Hearing loss <:.9 lmowlee.Jtntries are.IIUeJgeurate, and complete. 0' (2) Skin disorders (a) Respiratory conditions -£?-- (S) All other illnesses w-- "l>" en Q. o· Post fhis Summary page from February 1 to April 30 of the y-r following the y-r covered by the form. Public reporting burden for this collection of infonnation is estimated to average 58 mhlutea per response, including time to review the instructions, search and gather the data needed. and complete and review the collection of information. Penona are not required to respond to the collection of information unless it diJplays a currently valid OMB control nwuber. If you have any commentl about the1e estimates or any other upects of this data collection, contact US Department of Labor, OSHA Office of Statistical Analysis, Room N--3644, 200 Constitution Avenue, NW, Waahington, DC 20210. Do not tend the completed fonru to thit office. a· ::> Ql :c:>. (") 0 :;o (1) (/) 0 ::> Hl Case Employee's name Job title Date of injury Where the event occurred Describe injury or illness, parts of body affected, that case: no. (e.g., Welder) or onset (e.g., Loading dock north end) and object/substance that directly injured of illness or made person ill (e.g., Second degree burns on right forearm from acetylene torch) Dl ft """ 0 j · f) u ; - J ,h J OSHA's Form 300 (Rev. o112oo4) l.og of Work-Related Injuries and Illnesses Attention:This form contains information relating to employee health and must be used in a manner that protects the confidentiality of employees to the extent possible while the information is being used for occupational safety and health purposes. Year 20_j_ '6 U.S. Department of t.al => O<;cUJNIUIHIIII ..,.,...,,H .Hh Aclntlnl.- You must record information about every work-related death and about every work-related injury or illness that involves loss of consciousness, restricted work activity or job transfer, days away from work, or medical treatment beyond first aid. You must a/so record significant work-related injuries and illnesses that are diagnosed by a physician or licensed health care professional. You must a/so record work-related injuries and illnesses that meet any of the specific recording criteria listed in 29 CFR Part 1904.8 through 1904.12. Feel free to use two lines for a single case if you need to. You must complete an Injury and Illness Incident Report (OSHA Form 301) or equivalent form for each injury or illness recorded on this form. If you're not sure whether a case is recordable, call your local OSHA office for help. < Form approved OMB no. 1218·1 - ll,£btW -t City . State • "Tl CXl )> Identify the person Classify the case Ul Ol CHECK ONLY ONE box for each c tse Ul (A) (B) (C) (D) (E) (F) based on the most serious outcome for R.,..f..., llf Worll: ,.._., Away On Job Checlr fho •1ro,/uly" colum -;-J cllooso -trJto of lllnoa ::::J (M) §.g ! op-... f1'om or .-.trlctlon -.o.a.. work lrllnafer or Notrlctlon C:jj g .e :z: m d ;Vj L11t- JjJ J;. Do.U. --- (G) (H) (I) (J) (K) (L) (1) (2) (3) (4) (5) r 0 0 0 0 days days 0 0 0 1\J 0 0 -;-J Ul CXl I monttVday I_ monttVday 0 0 0 0 0 0 _days _days 0 0 0 0 0 0 0 _days _days 0 0 0 0 0 0 0 )> 0""" 0 I _ monWday I_ monttVday I_ month/day I_ month/day I_ month/day I month/day I_ mont!Vday I_ montll/day j month/day 0 0 0 0 _days _days 0 0 0 0 0 0 0 0 0 _days _days 0 0 0 0 0 0 0 0 0 _days _days 0 0 0 0 0 0 0 0 0 _days _days 0 0 0 0 0 0 0 0 0 _days _days 0 0 0 0 0 0 0 0 0 _days _days 0 0 0 0 0 0 0 0 0 _days _days 0 0 0 0 0 0 0 0 0 _days _days 0 0 0 0 0 0 0 0 0 _days _days 0 0 0 0 0 w._.. 1\J "Tl m X :::T 0' ")>" .............,.....................................=.............................................................. I_ month/day 0 0 0 0 _days _days 0 0 0 0 0 Page totals> -- -- -- ""'"'""e vouoostit. -- ---- i §.g r ] - "i ·.. r - :I: 11l I?\ 13) (4) (5) • ""*' 0 DocuSign Envelope 10: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F Exhibit A - Solicitation and Contractor's Response OSHA's Form 300A (Rev.01/2004) Summary of Work-Related Injuries and Illnesses N eslablshmertts OCNeled byPatt 1904must cooplale lhis s..n.r.yPIQ&, _,,no ed ;pie$ 01a.ssesoowrred durng lhe10I8Yiewthe t..oo 10..-yltllllthe-- andecc:rnle thl$ IJst1glhe log, oount lhe indMdJtll-.s )QJ made lot e.:/1<*BgOty 1hen 1Wi1B the ll:lCals beobM( maJong SUit )QI\e added the tom -r page d the l..og.II )QJ iad no cases. 'D.• Enpoyees, bmer and theirhave the righllo ,_the OSHA Fotm 300;,.ts entn1y. Tht1yalsohave fmttedaccess1o the OSHA Fam 301 01 aSee29 CFR Patt 1904 35, ;,OSHA·s recotrlrtteplng nat, lotUlhel deCals on the ac:c:essptC/NiWJs lot,_ /otm$. Year 20 j_ ..1 u.s. o.parem.nt of L8bor Oe •s#s rl ..,...,....,,...._ • , ...... Number of Cases Total number of Tow number of Total number of 1bta.l number of deaths casc:s with days cases with job other recordable away from work lnllSfer or restriction cases 0 0 0 0 (G) (H) (1) (J) Number of Days !Muwy 7Ciit;) Stmd&rd T.{:i:·ycstq..r aJown c..1. nm OR North AmcriaD lodusuUI 0....6c.rioo (NAJCS),,f.,_,(C.C.. 336212) 7 _j_J_ 0 Total number of days away fromworlc Tow number of days of job tnn.sfer or restriction Emplo,.,t ,_lion(If.,..........,._ dtocfrm,..."" HWIDim.. ""... <(dois,..,...,.__) 0 0 Injur y and Illness JYpes .,.,.,_. /0 Total number of ... (t.l) (1) Injuries (2) Skin disordcn (3) Respiratory conditions <•l Poisonings (5) Hearing loss (6) All other illnesses fabifyiuc this doc:ument may result U.a fine. ,_._.........,_._....._., ,._sa_,..._......._,....._,.. _..,........_-w,_. ._......................._., ....,._,.......,.-,.,......._., •dioplop•........,.....o)(ll.-.1-.,,_......., ..........._.oc-..,o_.,__.,.._.,..<..l..d.O....o.,_.-..........-.._..,_uso..--a l.obor.OSRAOIIct<I- R-s.3644,200c---KW, --- I DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F Exhibit A- Solicitation and Contractor's Response OSHA's Form 300 (RaY. o1fl004) Log of Work-Related Injuries and Illnesses Attention:This loon contains information rela!to employee health and must be used in a manner that p otects the confidentiality of employees to the extent possible while the information is being used for occupational safety and health purposes. Year20 j_ im u.s. O.,.....,_.t of t..bor 0 ;nffrrl......,...,......., !' ...... Youm.JSllfiCOfd inlotmalion· aboU ew<yWOik-nllalBd d&ath and aboi.A ew<y WOik-<elated if¥uy 01itless thatinvolves foss olconsdoostl8ss. resltic1Jad WOik actMlyOf job t1ans:le(. days6W2f1tomIOOrll. 01mediclll-.r beyond li'st tlid.You I7XISlalsorecotd sigMicanl WOfl<.l9lated ;,piss and.itJessesttet ,_diaQnosed bya phfsician 01kensed healh C8l8 professional.You trustal9o lfiCOfd'NDflr..telsted tpiesand.itJesses that meet anyol the :speOOc I8COiti1g ctillrit fisted n 29CFRPat! 1904.8 hough 190412. Feel ih>e 10 useIMlIilesfat a single case l)00M«i10. You must COOJllel8 an ITp:ly and lltless lncideri Repott (OSHA Fotrn 3m) 01 tqivalenf 1otm lot each if¥uty cx.itless recotded on lhis fotm. If)OCI'm not suev.tlether a case is recotdable, cal youloc8l OSHA ollice fat -- .-,-- Identify the person Describe the case Classify the case CHECIC ONLY ONE bo•l01 Ndt c•s• - ................... -- - - (M) i (A) (B) (C) (D) (F) b•s-.d on tile most s•liou.s outcome for C-·ue EmploF•- Jab title (t.K,Wd4tr) Date ofinj1117 Whue the eftlll occ:arred ...- <•.c. l..oodi"f 4«J. IIDrlo\""" ofillDea Deoc:ribe injury or iliDeu, parU of body affeeted, aocl abjecclmhltaDce that clirec:dy iDjund ...madeill(<.c • Sta>M Urruhnu... !,_,_..tr-atr Jku tcrdo) that c.ase: ...,. A- o...- If 1 ript ! a Jt { H :r H /II) Jt JJ/11 ;AJ/4. (G) (H) (1) (J) {I<) (L) 0 0 0 0 _doys _doys (1) (2) (3) {4) (5) (6) 0 0 0 0 0 0 1._ 0 0 0 0 _doys _doys 0 0 0 0 0 0 I I_ I --'- ,1_._ 1._ ,1_._ ,_ 1._ - ,_'- 0 0 0 0 _doys _doys 0 0 0 0 _doys _.u,.. 0 0 0 __ 0 _doys _.u,.. 0 0 0 0 _doys _doys 0 0 0 0 _doys _.u,.. 0 0 0 0 _cbyo _.u,.. 0 0 0 0 _doys _.u,.. 0 0 0 0 _doys _.u,.. 0 0 0 0 _doys _.u,.. 0 0 0 0 _doys _.u,.. 0 0 0 0 -""' _.u,.. 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 -- · ---- ,_,rrponio1bunko. Iii<this oolec1ioo ol..,.,._is...-....!.. ..,...... 14 """"rapcr...,......iodi.Niioq li-.,......., ID rupaad.,doc...._ol .......itdiopbJs•....-ty ftlid OW11..........-u,........."'1........... &o.....,to_lhese_IIDtlteSUmloy-(FotmJtlQo\lbMlnt )CUposll. .,_ s- IJ1 If J J .. ohc .........................pha-doc doa DCCdcd. ....mmplc<o.... - ....G> ecDoaol..........- - .... - -..rhac..O......O<a,.,oct..r._,.ollhisdoo-U-S oll.obor;.OSHA()IIic,.oiStoboiDI .....,..., a-N-3644, toO A-ue. NW, w..hio..-,DC20210. Do-JCDd ohc complcud lonao to<hisoffioe. S' 'a j f 2 2 (1) (2) (3) (4) (5) (6) 0 - - "' 0 !5 .3 "' lL -' "., € 0 a .. 0 Q) "c' 0. "Q)' 0::: -PSHA's Form 300 (Rev.01/2004) u J-og of Work-Related Injuries and Illnesses () must reQ)(d inlonnat.On about every worlt-rel<Ed ry or illness !hilt irwoiYes loss of consciousness, restricted work actMty or job transfer,days aw;ry from WOI1c. ormedical treatment M$1aid Yoo must also JeQ)Id signkant worlt-lelatedin;nies and illle$$8$ thaiare diagnosed by a physC:ianor licensed hNitJI careprolessjonal You must also rec:ord WOI'<-related Attonllon: This form contains information relating to employee health andmust be used in a manner that protects the confidentia ty of employees to the extent possible while theinformation is being used for occupaijonalsafety and health pui)>Oses. Year 20 + U.S.Department of Labor Occupaijonal Safety and Health Administration Form approved OMB no. 1218-0176 andsthat meet any olthespecilic reco<ding criteria &sled in 29CFR 1904.8 thlough 1904.12. Feet ln!etousei'Mllnls lor a sif9ecase if you need to. You mustoomplelean j!;,.y and i1ness incidelll fllpot\ (OSHA Form 301)oreq<ivalellt fonn lor eachinjury or hssr=tded on tJjs form. If you're not SUfi! whelhef a case is callyourlocal OSHA offlce 1!1· Establishment name Murp!)y line Contractors LLC. 0 0 (j) Identify the person Describe the case Classify the case City Jacksonville State Florida - - - Enter the number of Ei (A) (B) (C) (0) (E) (F) CHECK ONLY ONE box for each case based on days the Injured or ill Check the "in)u1y" column or choose one type of ii:ase Employee's Name Job Title (e.g.. Date of Where the event occurred (e.g. Describe Injury or illness, parts of body affected, the most sertous outcome for that case: worl<erwas: Illness: tDNo. Welder) Injury or Loading dock north end) and objecVsubstance that directly injured or made onset of person ill(e.g.Second degree bums on right Illness forearm from acetylene torch) Days away Away On job (M) i; .. "' (mo./day) Death from wort< Remained at work From ltanSferor t! "' restriction g "c' Job transfer Other record- Work (days) able cases (days) !"! iS i ·c= !5 ·c; c"' :l orreslriction (G) (H) (l) (J) (K) (L) (1) g '.C, 0:0 <4 :X: (2) {3) (-4) (5) (6) lL -<'-I r- - <:0 0 ·() - .0 0 00 ' "( -r- <'-1 ·LL (J) -w' ·() - 0 Page totals 0 0 0 0 0 0 0 0 0 0 0 0 u, Be sure to transfer these totals to the Summary page (Form 300A) before you post it. <:- CD ... .., r- -c !- · 0 "..' <» "' .c reporting bulden for this oo ionof info1Tna1ion is estimated to average14 minutes per response, including time ',few the instruction,sean:h andgather the data needed,and complete and review the oollec\ionof info mation. i5 0 a: - Q. ·c: "' oo OilS are not required to respond to the collection of infonnation unless W displays a currently valid OMB oonlrol >er. If you lulve any oomments about these estimates or any aspects of this data oollection,oontac\: US ortment olLabor, OSHA OffiCe of Statistics,Room N-3044, 200Constitution Ave,NW,Washington,DC 20210. Do - end the oompleted formsto this offooe. Q) 0. I - c> w c Ol (/) 0 0 Pa_ge 'of 1 rn I 5 0 :l (1) (2) (3) (4) (5) (6) c 0 o:) 0 Q) U) 0 0. U) OSHA's Form 300A (Rev.o112oo4) -U....) Year • 0 Summary of Work-Related Injuries and Illnesses §AN establishments covered by Part 1904 must complete this Summary page, even if no injuries or U.S. Department of Labor Oeeupatlonl!llSafety tnd Health Adm-ini·stration Form approvedOMB no.1218.0176 () Illnesses occurred during the year. Remember to 18view the Log to verify that the entries B/8 complete ""0 ffi Using the Log, count the individual entries you made for each category. Then write the totals below, §; making su/8 you've added the entries from every page of the log. If you had no cases write "0.• 2 Employees former employees, and thair representatives have tha right to review the OSHA Form 300 In ·o its entirety. Thay also hsV6Iimif&d access to tha OSHA Form 301or its equivafenf. See 29 CFR 0 1904.35, in OSHA's Recordkeeping rule, for further data/Is on the ace&ss provisions for those forms. (j) !Number of Cases 15 Establishment information Your establishment name Murphy Pipeline Contractors LLC. Street 12235 New Bertin Rd City Jacksonville State Florida Zlp Industry description(e.g., Manufacture of motor truok trailers) E Total number of LD deaths Totalnumber of cases with days Total number of cases With job transfer or Totalnumber of other recordable UndergroundUtility_Contractor _ away from work restriction cases Standard IndustrialClassification (SIC),W known (e.g., SIC 3715) 0 0 0 0 , 6 _2 3 (G) Number of Days (H) (I) (J) OR North AmericanIndustrialClassification (NAIC$}, if known (e.g., 336212} Employment information otalnumber of LL ays away from ('.1 nrk r- Totalnumber or days or job transfer or restriction Annualaverage number of employees Totalhours worked by allemployaes last 85 <:0 0 g -- (K} 0IJury and Illness Types 0 ' 00 lJ') ,..!. otal number of... (M) 0 (Ll year 176,800 Sign here Knowingly falsifying this document may result In a line. ) Injury 0 (4) Poisoning 0 W ) Skin Disorder Respiratory 0 (5) Hearing Loss 0 Icertify that 1 have examni ed this document and that to the best of my knowledge the entries are true, accurate., and '1ondition () i1 u, r- LJ') 0 (6) All OtherIllnesses 0 complete. Protect Manager TiUe CD lJ') ost this Summary page from February 1to April30 of the year following the year covered by the form LL 4: bflc rej)Oiting burden for lhtseolleetionofinformationlstsllmaled to av&lago 58rrlnules Pel response,lnciU<!ing Umo toreview tho inslruclion,searchand lhllf the datanoedod,and oomp!ere and roviow lhe collocliorr of lnlormation. Persons are notrequired1o respood lo the oolleclionof in!ormatlonunlessII - plays a curren11y vitidOMB oontrolnumb<>. It youhave t1trJ oonvnenrs aboullhese eSIImates or any aspectsolllttsdata ooii&C1ion. contact USDepartment 2iLabor,OSHA Oflico ofStatistiC$,R.oom N-36<14,200 Conslil\Jiion AYo,NW.WasllinQ1on,DC 20210. Donor sendthe complolod rom,.10 thisoff100. 90 4 764·6887 10JS/2021 Phone Da19' 0 -- - -· 05 >c w c 0> i:/5 3 0 0 Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F RFP E‐15‐22 Trenchless Technology Rehabilitation and Pipe‐Bursting Technology Vendor: QTY Unit Unit Price The following items apply as applicable to sections B thru O and as needed in section A items 1‐7: 1 Mobilization 1 Day $216.20 Pre‐Construction Video 1 LF $4.32 a) Survey/As‐builts 1 LF $1.78 2 Erosion Control 1 LF $5.41 3 MOT a) Signage 1 Day $270.25 b) Flagmen 1 HR $48.65 4 Excavation/Backfill a) 0‐4 feet deep 1 Cuft $2.16 b) 4‐6 feet deep 1 Cuft $3.24 c) 6‐10 feet deep 1 Cuft $4.32 d) Dewatering to include wellpoint system or drawdown pump per pit 1 Day $167.56 5 Trench Shoring a) 4‐6 feet deep 1 F Trench $27.03 b) 6‐10 feet deep 1 LF Trench $37.84 6 Surface Restoration a) Sod 1 SF $2.16 b) 4‐inch concrete 1 SF $9.19 c) 6‐inch concrete 1 SF $11.35 d) 2‐inch asphalt 1 SF $5.41 e) 3‐inch asphalt 1 SF $7.57 f) Curb 1 LF $37.84 7 Material extras a) Lime Rock 1 SY $54.05 b) 57/Washed Stone 1 SY $54.05 c) Imported Sand 1 SY $43.24 d) Gravel 1 SY $48.65 e) Geo Grid 1 SY $8.38 B) Pipe Bursting with HDPE for Gravity Sewer Lines HDPE DR 17 8 6‐inch diameter 1 LF $37.84 9 8‐inch diameter 1 LF $43.24 10 10‐inch diameter 1 LF $48.65 11 12‐inch diameter 1 LF $54.05 12 14‐inch diameter 1 LF $77.83 13 16‐inch diameter 1 LF $99.45 14 18‐inch diameter 1 LF $123.23 15 20‐inch diameter 1 LF $148.10 Manhole Connections 16 6‐inch 1 EA $162.15 QTY Unit Unit Price 17 8‐inch 1 EA $216.20 18 10‐inch 1 EA $270.25 19 12‐inch 1 EA $324.30 20 14‐inch 1 EA $378.35 21 16‐inch 1 EA $432.40 22 18‐inch 1 EA $486.45 23 20‐inch 1 EA $540.50 Sewer Later Connections 24 4‐inch connection a) 0‐4 feet deep 1 EA $1026.95 b) 4‐6 feet deep 1 EA $1,621.50 c) 6‐10 feet deep 1 EA $2,702.50 25 6‐inch connection a) 0‐4 feet deep 1 EA $1,297.20 b) 4‐6 feet deep 1 EA $2,053.90 c) 6‐10 feet deep 1 EA $3,134.90 Clean‐out Installation 26 4‐inch 1 EA $405.38 27 6‐inch 1 EA $513.48 Sewer Lateral Pipe Bursting 28 4‐inch 1 LF $33.51 29 6‐inch 1 LF $37.84 C) Pipe Bursting with Pre‐Chlorination for Water Main Replacement Procedure Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F HDPE DR 11 30 3‐inch diameter 1 LF $29.19 31 4‐inch diameter 1 LF $33.51 32 6‐inch diameter 1 LF $43.24 33 8‐inch diameter 1 LF $48.65 34 10‐inch diameter 1 LF $54.05 35 12‐inch diameter 1 LF $59.46 36 14‐inch diameter 1 LF $101.61 37 16‐inch diameter 1 LF $129.72 38 18‐inch diameter 1 LF $145.94 39 20‐inch diameter 1 LF $183.77 40 24‐inch diameter 1 LF $237.82 Note: Installation with HDPE, Fusible PVC/Ductile Iron available at market price Fittings a) Bends and sleeves, DI 41 6‐inch 1 EA $405.38 42 8‐inch 1 EA $459.43 43 10‐inch 1 EA $540.50 44 12‐inch 1 EA $864.80 45 14‐inch 1 EA $1,297.20 46 16‐inch 1 EA $1,594.48 47 18‐inch 1 EA $1,891.75 48 20‐inch 1 EA $247.25 49 24‐inch 1 EA $3,243.00 b) Tees, DI 50 6x6x4 1 EA $459.43 51 6x6x6 1 EA $513.48 52 8x8x4 1 EA $621.58 53 8x8x6 1 EA $648.60 54 8x8x8 1 EA $756.70 55 10x10x4 1 EA $675.63 56 10x10x6 1 EA $810.75 57 10x10x8 1 EA $891.83 58 10x10x10 1 EA $972.90 59 12x12x6 1 EA $1,189.10 60 12x12x8 1 EA $1,243.15 61 12x12x10 1 EA $1,297.20 66 12x12x12 1 EA $1,378.28 67 14x14x14 1 EA $1,729.60 68 16x4 tee 1 EA $2,972.75 69 16x6x6cross 1 EA $4,053.75 70 16x6 tee 1 EA $3,188.95 71 16x6 tee blowoff 1 EA $3,783.50 72 16x8x8 cross 1 EA $4,269.95 73 16x20 reducer 1 EA $1,351.25 74 18x18x18 1 EA $2,378.20 75 20 tee 1 EA $4,594.25 76 20 cross 1 EA $5,405.00 77 24 tee 1 EA $5,675.25 78 24 cross 1 EA $6,486.00 a) Fittings available per Pound 1 LB $5.03 Gate Valves 79 4‐inch 1 EA $748.00 80 6‐inch 1 EA $1490.00 81 8‐inch 1 EA $2,100.00 QTY Unit Unit Price 82 10‐inch 1 EA $2,450.00 83 12‐inch 1 EA $3,175.00 84 14‐inch 1 EA $5,945.50 85 16‐inch 1 EA $7,250.00 86 18‐inch 1 EA $11,000.00 87 20‐inch 1 EA $15,750.00 88 24‐inch 1 EA $22,750.00 89 Remove valve only 1 EA $270.25 90 Install new valve vault 1 EA $6,486.00 91 Fire Hydrants 1 EA $4,750.00 Connection at Services a) Up to 1" service, short side up to 5‐feet 92 4‐inch main 1 EA $432.40 93 6‐inch main 1 EA $486.45 94 8‐inch main 1 EA $513.48 95 10‐inch main 1 EA $540.50 96 12‐inch main 1 EA $594.55 97 16‐inch main 1 EA $756.70 Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F 98 18‐inch main 1 EA $918.85 99 20‐inch main 1 EA $1,189.10 100 24‐inch main 1 EA $1,513.40 b) Up to 2" service, short side up to 5‐feet 101 4‐inch main 1 EA $648.60 102 6‐inch main 1 EA $702.65 103 8‐inch main 1 EA $729.68 104 10‐inch main 1 EA $756.70 105 12‐inch main 1 EA $810.75 106 16‐inch main 1 EA $972.90 107 18‐inch main 1 EA $1,189.10 108 20‐inch main 1 EA $1,459.35 109 24‐inch main 1 EA $1,675.55 c) Up to 1" service, long side up to 25‐feet 110 4‐inch main 1 EA $837.78 111 6‐inch main 1 EA $918.85 112 8‐inch main 1 EA $945.88 113 10‐inch main 1 EA $972.90 114 12‐inch main 1 EA $1026.95 115 16‐inch main 1 EA $1,189.10 116 18‐inch main 1 EA $1,351.25 117 20‐inch main 1 EA $1,783.65 118 24‐inch main 1 EA $1,945.80 d) Up to 2" service, long side up to 25‐feet 119 4‐inch main 1 EA $1,081.00 112 6‐inch main 1 EA $1,135.05 113 8‐inch main 1 EA $1,162.08 114 10‐inch main 1 EA $1,189.10 115 12‐inch main 1 EA $1,243.15 116 16‐inch main 1 EA $1,567.45 117 18‐inch main 1 EA $1,783.65 118 20‐inch main 1 EA $2,107.95 119 24‐inch main 1 EA $2,378.20 e) Additional service length 120 Over 30‐feet x 1" 1 LF $12.97 121 Over 30‐feet x 2" 1 LF $16.22 Note: Service pipe HDPE, Copper available at market price Line Stops 122 4‐inch 1 EA $3,783.50 123 6‐inch 1 EA $4,864.50 124 8‐inch 1 EA $5,405.00 125 10‐inch 1 EA $5,405.00 126 12‐inch 1 EA $7,567.00 127 16‐inch 1 EA $16,215.00 128 18‐inch 1 EA $19,458.00 129 20‐inch 1 EA $20,539.00 120 24‐inch 1 EA $22,701.00 Bypass for water main pipe bursting or CIPP lining 121 2‐inch temporary 1 LF $24.86 122 4‐inch temporary 1 LF $28.11 123 6‐inch temporary 1 LF $33.51 Temporary service connections for water main bypass 124 2‐inch short side 1 EA $297.28 125 2‐inch long side 1 EA $405.38 126 4‐inch short side 1 EA $324.30 127 4‐inch long side 1 EA $432.40 128 6‐inch short side 1 EA $351.33 129 6‐inch long side 1 EA $459.43 D) Polyethylene (PE) Sewer Pipe Sliplining PE Pipe DR 22.5 130 4‐inch 1 LF $27.03 131 6‐inch 1 LF $32.43 132 8‐inch 1 LF $37.84 133 10‐inch 1 LF $43.24 134 12‐inch 1 LF $48.65 135 Annular Space ‐ Grouting 1 CY $324.30 QTY Unit Unit Price E) Procedures for Rehabilitation of Existing Pipelines Pipe String Fusion 136 4‐inch 1 LF $32.43 137 6‐inch 1 LF $37.84 138 8‐inch 1 LF $43.24 139 10‐inch 1 LF $48.65 140 12‐inch 1 LF $54.05 Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F Pressure Testing 141 4‐12 inch 1 LF $2.16 142 Charge Water 1 K‐Gals $1.08 Chlorination 143 4‐inch 1 LF $1.08 144 6‐inch 1 LF $1.62 145 8‐inch 1 LF $2.16 146 10‐inch 1 LF $2.70 147 12‐inch 1 LF $3.24 148 BT Test 1 EA $270.25 Flushing 149 4‐12 inch 1 LF $0.54 150 Charge Water 1 K‐Gals $0.54 Dechlorination 151 4‐12 inch 1 K‐Gals $1.08 QTY Unit Unit Price F) Trenchless Rehabilitation/Reconstruction of Pipelines and Conduits Compression Fit HDPE Pipe Lining a) Camera 152 0‐10 inch 1 LF $1.08 153 10‐24 inch 1 LF $1.62 154 25‐36 inch 1 LF $2.16 155 37‐48 inch 1 LF $2.70 156 Over 48 inch 1 LF $3.24 b) Clean 157 0‐10 inch 1 LF $2.70 158 10‐24 inch 1 LF $3.24 159 25‐36 inch 1 LF $3.78 160 37‐48 inch 1 LF $4.32 161 Over 48 inch 1 LF $4.86 c) Pigging See item G) Pig Cleaning d) Gauging 162 0‐10 inch 1 LF $5.41 163 10‐24 inch 1 LF $8.65 164 25‐36 inch 1 LF $11.89 165 37‐48 inch 1 LF $15.13 166 Over 48 inch 1 Per‐inch $1.08 167 e) Obstruction Removal 1 EA $648.60 f) Pipe Liner Insertion 1) PE 4710 DR 41 168 4‐inch 1 LF $10.81 169 6‐inch 1 LF $21.62 170 8‐inch 1 LF $27.03 171 10‐inch 1 LF $37.84 172 12‐inch 1 LF $54.05 173 16‐inch 1 LF $81.08 174 18‐inch 1 LF $102.70 175 20‐inch 1 LF $140.53 176 24‐inch 1 LF $194.58 177 30‐inch 1 LF $259.44 178 36‐inch 1 LF $302.68 179 42‐inch 1 LF $367.54 180 48‐inch 1 LF $432.40 181 54‐inch 1 LF $513.48 2) PE 4710 DR 32.5 182 4‐inch 1 LF $21.62 183 6‐inch 1 LF $27.03 184 8‐inch 1 LF $32.43 185 10‐inch 1 LF $43.24 186 12‐inch 1 LF $59.46 187 16‐inch 1 LF $86.48 188 18‐inch 1 LF $113.51 189 20‐inch 1 LF $162.15 190 24‐inch 1 LF $216.20 191 30‐inch 1 LF $281.06 192 36‐inch 1 LF $324.30 193 42‐inch 1 LF $389.16 Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F 194 48‐inch 1 LF $454.02 195 54‐inch 1 LF $513.48 3) PE 4710 DR 26 QTY Unit Unit Price 196 4‐inch 1 LF $27.03 197 6‐inch 1 LF $32.43 198 8‐inch 1 LF $37.84 199 10‐inch 1 LF $48.65 200 12‐inch 1 LF $64.86 201 16‐inch 1 LF $97.29 202 18‐inch 1 LF $129.72 203 20‐inch 1 LF $189.18 204 24‐inch 1 LF $237.82 205 30‐inch 1 LF $302.68 206 36‐inch 1 LF $324.30 207 42‐inch 1 LF $410.78 208 48‐inch 1 LF $475.64 209 54‐inch 1 LF $545.91 4) PE 4710 DR 21 210 4‐inch 1 LF $32.43 211 6‐inch 1 LF $37.84 212 8‐inch 1 LF $43.24 213 10‐inch 1 LF $54.05 214 12‐inch 1 LF $70.27 215 16‐inch 1 LF $108.10 216 18‐inch 1 LF $140.53 217 20‐inch 1 LF $205.39 218 24‐inch 1 LF $259.44 219 30‐inch 1 LF $335.11 220 36‐inch 1 LF $356.73 221 42‐inch 1 LF $432.40 222 48‐inch 1 LF $497.26 223 54‐inch 1 LF $578.34 5) PE 4710 DR 17 224 4‐inch 1 LF $37.84 225 6‐inch 1 LF $43.24 226 8‐inch 1 LF $48.65 227 10‐inch 1 LF $59.46 228 12‐inch 1 LF $75.67 229 16‐inch 1 LF $118.91 230 18‐inch 1 LF $151.34 231 20‐inch 1 LF $221.61 232 24‐inch 1 LF $281.06 233 30‐inch 1 LF $367.54 234 36‐inch 1 LF $389.16 235 42‐inch 1 LF $464.83 236 48‐inch 1 LF $524.29 237 54‐inch 1 LF $599.96 G) Pig Cleaning Foam Pig 238 0‐12 inch 1 LF $0.54 239 13‐24 inch 1 LF $1.62 240 25‐36 inch 1 LF $2.70 241 37‐48 inch 1 LF $3.78 242 Over 48 inch 1 LF $5.41 Wire Bullet Pig 243 0‐12 inch 1 LF $3.24 244 13‐24 inch 1 LF $4.32 245 25‐36 inch 1 LF $6.49 245 37‐48 inch 1 LF $9.73 247 Over 48 inch 1 LF $12.97 Blade Scraper Pig 248 0‐12 inch 1 LF $0.54 249 13‐24 inch 1 LF $1.62 250 25‐36 inch 1 LF $2.70 251 37‐48 inch 1 LF $3.78 252 Over 48 inch 1 LF $5.41 H) Time and Material Unit Rates for Change Orders Materials, Subcontractors and Rentals Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F 253 Markup = 15% 254 Sales Taxes = Per Jurisdiction Labor 255 Executive Supervisor 1 HR $91.89 a) Project Management 1 HR $81.08 256 Superintendent 1 HR $48.65 QTY Unit Unit Price 257 Administrator 1 HR $27.03 258 Crew Chief 1 HR $43.24 259 Equipment Operator 1 HR $37.84 260 Pipelayer ‐ Skilled 1 HR $32.43 261 Pipelayer ‐ Helper 1 HR $30.27 262 Laborer ‐ Unskilled 1 HR $27.03 I) Directional Drilling & Pipe Installation 263 2‐inch 1 LF $20.54 264 4‐inch 1 LF $28.11 265 6‐inch 1 LF $37.84 266 8‐inch 1 LF $43.24 267 10‐inch 1 LF $59.46 268 12‐inch 1 LF $77.83 269 14‐inch 1 LF $96.21 270 16‐inch 1 LF $108.10 280 18‐inch 1 LF $124.32 281 20‐inch 1 LF $194.58 282 24‐inch 1 LF $259.44 J) Gravity Sewer CIPP Lateral Renewal Systems 283 4 inch lateral up to 25 lf 1 EA $1,621.50 284 6 inch lateral up to 25 lf 1 EA $1,891.75 285 4 inch tophat installation 1 EA $756.70 286 6 inch tophat installation 1 EA $972.90 K) Manhole Rehabilitation 287 4 foot diameter 1 VF $270.25 288 6 foot diameter 1 VF $281.06 289 Lift station rehabilitation 1 SF $19.46 290 Existing coating removal 1 SF $5.41 291 Adjust existing manhole cover and ring (grass) 1 EA $432.40 292 Adjust existing manhole cover and ring (Asphalt) 1 EA $648.60 293 Install new manhole ring and cover (grass) 1 EA $756.70 294 Install new manhole ring and cover (Asphalt) 1 EA $1,189.10 295 Furnish and install manhole chimney seal 1 EA $540.50 296 Re‐construct manhole bench and channel flow 1 EA $540.50 L) Slip‐lining down to DR 11 297 4‐inch 1 EA $32.43 298 6‐inch 1 EA $37.84 299 8‐inch 1 EA $43.24 300 10‐inch 1 EA $54.05 301 12‐inch 1 EA $75.67 302 16‐inch 1 EA $108.10 303 18‐inch 1 EA $124.32 304 24‐inch 1 EA $259.44 305 30‐inch 1 EA $345.92 306 36‐inch 1 EA $410.78 307 42‐inch 1 EA $454.02 308 48‐inch 1 EA $518.88 309 54‐inch 1 EA $691.84 310 63‐inch 1 EA $810.75 M) Large Diameter HDPE Pipe String Fusion 311 14‐inch 1 LF $59.46 312 16‐inch 1 LF $70.27 313 18‐inch 1 LF $81.08 314 20‐inch 1 LF $91.89 315 24‐inch 1 LF $113.51 316 30‐inch 1 LF $145.94 317 36‐inch 1 LF $183.77 318 48‐inch 1 LF $237.82 Pressure Testing 319 14‐48 inch 1 LF $4.32 320 Charge Water 1 K‐Gals $1.08 Exhibit A - Solicitation and Contractor's Response DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F N) Pipe Bursting for Force Main Replacement Procedure HDPE DR 11 321 3‐inch diameter 1 LF $51.89 322 4‐inch diameter 1 LF $61.62 323 6‐inch diameter 1 LF $79.99 324 8‐inch diameter 1 LF $103.78 325 10‐inch diameter 1 LF $116.75 326 12‐inch diameter 1 LF $145.94 327 14‐inch diameter 1 LF $162.15 328 16‐inch diameter 1 LF $199.99 329 18‐inch diameter 1 LF $227.01 330 20‐inch diameter 1 LF $264.85 331 24‐inch diameter 1 LF $297.28 332 30‐inch diameter 1 LF $378.35 333 36‐inch diameter 1 LF $416.19 334 42‐inch diameter 1 LF $459.43 335 48‐inch diameter 1 LF $540.50 336 54‐inch diameter 1 LF $648.60 Plug Valves 337 4‐inch 1 EA $1,148.02 338 6‐inch 1 EA $1,837.70 339 8‐inch 1 EA $2,413.87 340 10‐inch 1 EA $3,312.18 341 12‐inch 1 EA $3,829.98 342 16‐inch 1 EA $5,516.34 343 18‐inch 1 EA $9,238.23 344 20‐inch 1 EA $14,471.35 345 24‐inch 1 EA $19,715.28 346 30‐inch 1 EA $34,002.86 347 36‐inch 1 EA $48,703.37 348 42‐inch 1 EA $59,199.88 349 48‐inch 1 EA $66,939.84 350 54‐inch 1 EA $75,468.93 ARV Vacuum/Air/With structure 351 2‐inch 1 EA $4,942.33 352 4‐inch 1 EA $12,477.98 353 6‐inch 1 EA $15,806.38 Blow Off/With box 354 2‐inch 1 EA $2,750.06 355 4‐inch 1 EA $4,971.52 356 6‐inch 1 EA $8,448.02 357 Tracer Wire 1 LF $1.76 O) Modular Pipe Bursting 358 Manhole set up fee 1 EA $26,754.75 359 8‐inch 1 LF $168.64 360 10‐inch 1 LF $183.77 361 12‐inch 1 LF $201.07 362 14‐Inch 1 LF $217.28 363 16‐inch 1 LF $244.31 364 18‐inch 1 LF $289.71 P) Extended Warranty 365 Past 1 year, extended warranty offered at 1.93% of contract value per year Exhibit A- Solicitation and Contractor's Response DocuSign Envelope 1 0: AF8A5657-FF 4C-4C1E-9F27-580CA4CD372F PROPOSAL BOND STATE OF FLORIDA ) ss ) KNOW ALL MEN BY THESE PRESENTS, that we , M_u_rp h--=y_P_i""""p_el_in_e__Co_n_tr_ac_t_o_rs-'--,L_L_C___ - -- - - - - ---- - --- ---- - -- - - - --- - ---as principal, and Everest Reinsurance Company hereinafter called Surety, are held and firmly bound unto The City of Pompano Beach, Pompano Beach, Florida,· a political subdivision of the State of Florida, and represented by its City Commission hereinafter called OWNER, in the sum of Five Percent of Amount Bid Dollars ($ 5% ) lawful money of the United States of America, for the payment of which well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors and assigned, jointly and severally, by these presents. WHEREAS, the Principal contemplates submitting or has submitted a Proposal to the OWNER for the furnishing of all labor, materials, equipment, machinery, tools, apparatus, means of transportation for, and the performance of the work covered in the Proposal and the detailed Drawings and Specifications, entitled: (RFP Name) E-15-22; Trenchless Rehabilitation and Pipe-Bursting Technology WHEREAS, it was a condition precedent to the submission of said proposal that a cashier's check or proposal bond in the amount of 5 percent of the base proposal be submitted with said proposal as a guarantee that the Proposer would, if awarded the Contract, enter into a written Contract with the OWNER for the performance of said Contract, within 10 consecutive calendar days after written notice having been given ofthe award of the Contract. NOW, THEREFORE, the conditions of this obligation are such that is the Principal within 10 consecutive calendar days after written notice of such award being given to Principal, enters into the contract to such award and gives a Performance and Payment Bond, each in an amount equal to 100 percent of the base proposal, satisfactory to the OWNER, then this obligation shall be void; in the event of the failure of Principal to enter into such contract and bond, the sum herein stated shall be due and payable to the OWNER and the Surety herein agrees to pay the sum immediately upon demand of the OWNER in good and lawful money of the United States of America, as liquidated damages for failure thereof of said Principal; otherwise, it shall remain in full force and effect. E-15-22 Exhibit A- Solicitation and Contractor's Response DocuSign Envelope 1 0: AF8A5657-FF 4C-4C1E-9F27-580CA4CD372F jl IN WITNESS WHEREOF, the said M_u-=rp'-h y_P_i-"-p_el_in_e_C_on_t_ra_c_to_r_s'-L, _L_C __ as Principal herein, has caused these presents to be signed in the name by its A and attested by its o/ .;/ under its corporate seal, and the said Everest Reinsurance Company as Surety herein, has caused these presents to be signed in its name by its Attorney-in-Fact under its corporate seal, this --=-8-=th-=----- day of J_u_n_e (year) A.D. 2022 Signed, sealed and delivered in the presence of: Murphy Pipeline Contractors, LLC Princip '4 By: As to Principal ,4,& e/ - - ..... - SeaT. Lyons: :: Everest Reinsurance ConWtal}' ·-- Surety - _ · : ---=- - ........- ;....· END OF SECTION E-15-22 Exhibit A- Solicitation and Contractor's Response DocuSgn Envelope 10: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F -- --- POWER OF ATTORNEY EVEREST REINSURANCE COMPANY DELAWARE KNOW ALL PERSONS BY THESE PRESENTS: That Everest Reinsurance Company, a corporation of the State of Delaware ("Company'') having its principal office located at 477 Martinsville Road, Liberty Corner, New Jersey 07938, do hereby nominate, constitute, and appoint: Russell M. Canterbury, Jessica L. Piccirillo, Steven E. Susanin, Woodrow M. Baird, Diane Moraski, Victoria P. Parkerson, Adam Martin, Kathleen M. Flanagan, Richard A. Leveroni its true and lawful Attorney(s)-in-fact to make, execute, attest, seal and deliver for and on its behalf, as surety, and as its act and deed, where required, any and all bonds and undertakings in the nature thereof, for the penal sum of no one of which is in any event to exceed UNLIMITED, reserving for itself the full power of substitution and revocation. Such bonds and undertakings, when duly executed by the aforesaid Attorney(s)-in-fact shall be binding upon the Company as fully and to the same extent as if such bonds and undertakings were signed by the President and Secretary of the Company and sealed with its corporate seal. This Power of Attorney is granted and is signed by facsimile under and by the authority of the following Resolutions adopted by the Board of Directors of Company ("Board") on the 28th day of July 2016: RESOLVED, that the President, any Executive Vice President, and any Senior Vice President and Anthony Romano are hereby appointed by the Board as authorized to make, execute, sea/ and deliver for and on behalf of the Company, any and all bonds, undertakings, contracts or obligations in surety or co-surety with others and that the Secretary or any Assistant Secretary of the Company be and that each of them hereby is authorized to attest to the execution of any such bonds, undertakings, contracts or obligations in surety or co-surety and attach thereto the corporate sea/ of the Company. RESOLVED, FURTHER, that the President, any Executive Vice President, and any Senior Vice President and Anthony Romano are hereby authorized to execute powers of attorney qualifying the attorney named in the given power of attorney to execute, on behalf of the Company, bonds and undertakings in surety or co-surety with others, and that the Secretary or any Assistant Secretary of the Company be, and that each of them is hereby authorized to attest the execution of any such power of attorney, and to attach thereto the corporate sea/ of the Company. RESOLVED, FURTHER, that the signature of such officers named in the preceding resolutions and the corporate sea/ of the Company may be affixed to such powers of attorney or to any certificate relating thereto by facsimile, and any such power of attorney or certificate bearing such facsimile signatures or facsimile sea/ shall be thereafter valid and binding upon the Company with respect to any bond, undertaking, contract or obligation in surety or co-surety with others to which it is attached. IN WITNESS WHEREOF, Everest Reinsurance Company has caused their corporate seals to be affixed hereto, and these presents to be signed by their duly authorized officers this 28th day of July 2016. Everest Reinsurance Company Attest: Nicole Chase, Assistant Secretary By: Anthony Romano, Vice President On this 28th day of July 2016, before me personally came Anthony Romano, known to me, who, being duly sworn, did execute the above instrument; that he knows the seal of said Company; that the seal affixed to the aforesaid instrument is such corporate seal and was affixed thereto; and that he executed said instrument by like order. LINDA ROBINS Notary Public, State of New York No 01R06239736 Qualified in Queens County Term Expires April 25, 2023 Linda '3obins, iilotary Public IN WITNESS WHEREOF, I have hereunto set my hand and affixed the seal of said Company, at-the l:ibert'j €orner, thrs -8th day of June 202£_. ..... · - ... - -- ESOO 010416 - - . _,- - DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F Exhibit B General Conditions ARTICLE 1. DEFINITIONS. 1.01 The Contract Documents: The Contract Documents consist of the Agreement Form, Addenda, Supplementary Conditions, General Conditions, Documents contained in the Project Manual, Drawings, Plans, Specifications, and all modifications issued after execution of the Contract and all documents as defined in Article 9., “CONTRACT DOCUMENTS”, of the Construction Agreement. 1.02 The Owner, the Contractor, and the Project Consultant: are those mentioned as such in the Contract Documents. 1.02.01 Owner: The City of Pompano Beach, Florida, (also referred to as the "City"). 1.02.02 Contractor: The "party of the second part" to the Contract. The person, firm or corporation with whom a contract has been made with the Owner for the performance of the Work defined by the Contract Documents. 1.02.03 Project Consultant: The individual, partnership, corporation, association, joint venture, or any combination thereof, of properly registered professional architects, engineers or other design professionals who has entered into a contract with the Owner to provide professional services for development of the design and Contract Documents for the Work of this Project and provide Construction Contract Administration as described in the Contract Documents. 1.03 City Engineer: City Engineer of the City of Pompano Beach, Florida. 1.04 Final Completion: Means that date subsequent to the date of Substantial Completion at which time the Contractor has completed all of the Work (or designated portion thereof) in accordance with the Contract Documents as certified by the Project Consultant and/or approved by the Owner. In addition, Final Completion shall not be deemed to have occurred until any and all governmental bodies, boards, entities, etc., which regulate or have jurisdiction of the Work, have inspected, approved and certified the Work. 1.06 Inspector: An employee(s) of The City of Pompano Beach, Florida, referred to hereinafter as the “Inspector,” who(m) is/are assigned by the City Engineer to periodically inspect the Project during the construction process, and who assist(s) the City Engineer in reviewing field performance and its compliance with the Contract Documents. 1.06.01 Resident Inspector: An employee or subconsultant of the Project Consultant employed to perform either periodic or full-time specific inspection duties. 1.07 Other Contractors: Any person, firm or corporation with whom a Contract has been made by the Owner for the performance of any work on the site, which work is not a portion of the Work covered by the Contract. 1.08 Owner's Representative: The City Official who has been delegated responsibility by the City Manager to act as the City’s project coordinator. (In most cases, the City Engineer shall be assigned this duty.) 1.09 Phase: A designated subdivision of the Work, usually with its own requirements for Substantial and Final Completion, and liquidated damages. A Phase may be designated for completion by the Owner's own forces, or by Other Contractors. 1.10 The Project: The total construction of which the Work performed under the Contract Documents may be the whole or a part and which may include construction by the Owner or by separate contractors. Exhibit “B”, General Terms and Conditions, Page 1 of 32 DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F 1.11 Punch List: A list of items of work required to render complete, satisfactory, and acceptable the construction services provided for in the Contract Documents and created pursuant to Florida Statute 218.735(7)(a). 1.12 Subcontractor: A person or entity other than a materialman or laborer who enters into a Contract with Contractor for the performance of any part of Contractor's Work. The term "Subcontractor" is referred to throughout the Contract Documents as if singular in number and means a Subcontractor or an authorized representative of the Subcontractor. The term "Subcontractor" does not include a separate contractor or subcontractors of a separate contractor. 1.13 Sub-subcontractor: A person or entity other than a materialman or laborer who enters into a contract with a Subcontractor for the performance of any part of such Subcontractor's contract. The term "Sub- subcontractor" is referred to throughout the Contract Documents as if singular in number and means a Sub-subcontractor or an authorized representative of the Sub-subcontractor. The term "Sub- subcontractor" does not include separate subcontractors of a separate contractor. 1.14 Submittals: Are prepared by the Contractor or those working on his behalf (subcontractors, material suppliers, and others) to show how a particular aspect of the Work is to be fabricated and installed. The Contractor's submittals include shop drawings, product data, samples, mock-ups, test results, warranties, maintenance agreements, workmanship bonds, project photographs, record documents, field measurement data, operating and maintenance manuals, reports, certifications, periodic and final “as- builts”, surveys, videos and other types of information described in the specifications. 1.15 Substantial Completion: The term Substantial Completion as used herein, shall mean that point at which, as certified in writing by the Project Consultant, the Work, or a designated portion thereof, is at a level of completion in substantial compliance with the Contract Documents such that the Owner or its designee can enjoy use or occupancy and can use or operate it in all respects for its intended purpose. In the event the Work includes more than one Phase, the Owner, at its discretion, may set Substantial Completion dates for each Phase and may impose provisions for liquidated damages for each Phase. 1.16 Subconsultant: A person or organization of properly registered professional architects, engineers or other design professionals who has entered an agreement with the Project Consultant to furnish professional services in support of the Project Consultants agreement with the Owner. 1.17 Superintendent: The executive representative for the Contractor present on the work at all times during progress, authorized to receive and fulfill instructions from the Owner and the Project Consultant and capable of superintending the work efficiently. 1.18 Work: The totality of the obligations, including construction and other services, imposed on the Contractor by the Contract Documents, whether completed or partially completed, and including all labor, materials, equipment, and services provided or to be provided by the Contractor to fulfill the Contractor's obligations. The Work may constitute the whole or a part of the Project. 1.19 Written Notice: Shall be deemed to have been duly served 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, if delivered at or sent by certified mail or other traceable delivery service to the last business address known to him who gives notice. Trackable electronic transmissions shall also be considered as written notice. ARTICLE 2. THE WORK. 2.01 The Contractor shall perform all of the Work required by the Contract Documents and shall provide materials, supplies, tools, equipment, labor and services directly related to the Work, and shall perform the Work in a good and workmanlike manner with sufficient manpower to perform the Work in accordance with the time requirements set forth in the Contract Documents, and shall perform all other acts and supply all other things necessary to complete the Work in strict accordance with the Contract Documents. Exhibit “B”, General Terms and Conditions, Page 2 of 32 DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F 2.02 When completed the Work shall conform to the requirements of the Contract Documents and be completely ready for occupancy and finally completed. 2.03 The Contractor represents and warrants to the Owner that: 2.03.01 It is financially solvent and has sufficient working capital to perform the obligations under this Construction Contract; 2.03.02 It is experienced and skilled in the construction of the type of project described in the Contract Document; 2.03.03 It is able to provide the labor, materials, equipment and machinery necessary to complete the Work for the agreed upon price; 2.03.04 It is fully licensed under all applicable laws and authorized to do business in the State of Florida in the name of the entity identified as the "Contractor" in the Construction Contract, and is legally permitted to perform all the work set forth in this Construction Contract. 2.03.05 It has visited the jobsite and examined its nature and location, including without limitation: the surface conditions of the site and any structure or obstruction both natural or man-made; the surface water conditions and water ways of the site and surrounding area; the subsurface conditions of the land as disclosed by soil test borings; and the location of electric and utility lines and water, sanitary, sewer and storm drain lines, as well as site ingress and egress. The Contractor acknowledges receipt and has reviewed the site geotechnical report provided for the Owner. 2.03.06 It will comply with all federal, state and local governmental laws, rules and regulations relating to its responsibilities as set forth in the Contract Documents. ARTICLE 3. COORDINATION AND CORRELATION OF DRAWINGS AND SPECIFICATIONS. 3.01 The Contractor represents that: 3.01.01 The Contractor and Subcontractors have fully examined and compared all Drawings, Specifications and other Contract Documents including but not limited to those relating to the architectural, structural, mechanical, electrical, civil engineering and plumbing elements and have compared and reviewed all general and specific details on the Drawings and the various technical and administrative requirements of the Specifications. 3.01.02 All construction materials, labor, methods, means, techniques, sequences and procedures required to carry out the Work, all safety precautions and programs required in connection with carrying out the Work, all conflicts, discrepancies, errors and omissions that Contractor is aware of as a result of the examination and comparison of the Contract Documents have been either corrected or clarified to the satisfaction of the Contractor prior to execution of this Construction Contract. 3.01.03 The Contract Sum is reasonable compensation and represents the total lump sum cost for the Work and that all systems and Work shall be functional and in accordance with the requirements of the Contract Documents. 3.01.04 The Contract Time is adequate for the performance of the Work. 3.02 The Contractor is responsible for all means, methods, techniques and sequencing of construction. 3.03 If, after execution of this Construction Contract, the Contractor detects a conflict, discrepancy, error or omission in the Contract Documents then it shall immediately notify Project Consultant and Owner prior to proceeding with the specific portion of the Work. Exhibit “B”, General Terms and Conditions, Page 3 of 32 DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F ARTICLE 4. INTENT AND INTERPRETATION. 4.01 With the respect to the intent and interpretation of this Contract, the Owner and the Contractor agree as follows: 4.01.01 The Contractor shall have a continuing duty to read, examine, review, compare and contrast each of the documents which make up this Contract and shall immediately give written notice to the Owner and the Project Consultant of any conflict, ambiguity, error or omission which the Contractor may find with respect to these documents before proceeding with the affected Work. 4.01.02 The Contract Documents are complementary, and what is called for by one shall be as binding as if called for by all. 4.01.03 The intent of the Contract Documents is to include all labor, materials, equipment services and transportation necessary for the proper execution of the Work. The Contractor shall continually refer to drawing, specifications and other Contract Documents in this regard. 4.01.04 In the event of a conflict among the Contract Documents, the most stringent requirement to the Contractor shall control. 4.02 The Project Consultant shall be the initial interpreter of the requirements of the Contract Documents and the judge of the performance thereunder. 4.02.01 The Project Consultant shall render interpretations necessary for the proper execution or progress of the Work with reasonable promptness on written request of either the Owner or the Contractor, and shall render written decisions, within a reasonable time, on all claims, disputes, change order requests, substitution requests, requests for interpretation and other matters in question between the Owner and the Contractor relating to the execution or progress of the Work or the interpretation of the Contract Documents. 4.02.02 Interpretations and decisions of the Project Consultant shall be consistent with the intent of and reasonably inferable from the Contract Documents. 4.02.03 In the capacity of interpreter the Project Consultant shall endeavor to secure faithful performance by both the Owner and the Contractor, and shall not show partiality to either. ARTICLE 5. OWNERSHIP OF THE CONTRACT DOCUMENTS WHICH MAKE UP THE CONTRACT 5.01 Subject to any rights the Project Consultant may have, the Contract Documents and each of them, as well as any other documents, intellectual property, software, computer-assisted material or disks relating to or regarding the Work, shall be and remain the property of the Owner. This shall be the case even if prepared, created or provided by the Project Consultant, Contractor, Subcontractor or others. 5.02 The Contractor shall have the right to keep copies of same upon completion of the Work; provided, however, that in no event shall the Contractor use, or permit to be used, any portion or all of same on other projects without the Owner's prior written authorization. 5.03 The Contractor agrees to provide any and all items referred to in this Paragraph to Owner upon demand by Owner. In the event Contractor fails to provide same to Owner as demanded, Contractor acknowledges that the Owner will need same and will be irreparably harmed and be subject to an injunction to provide same. ARTICLE 6. TEMPORARY UTILITIES. 6.01 Water For Execution of the Work: The Contractor shall provide temporary water lines sufficient to supply all water needed for the construction and other services required by the Contract Documents and shall pay for all service connections and water used by the Contractor or Subcontractors unless the contrary is provided for elsewhere in the Contract Documents. Exhibit “B”, General Terms and Conditions, Page 4 of 32 DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F 6.02 Electrical Energy: The Contractor shall provide temporary electrical energy and power lines sufficient to supply all electricity needed for the construction and other services required by the Contract Documents and shall pay for all service connections and electricity used by the Contractor or Subcontractors unless the contrary is provided for elsewhere in the Contract Documents. 6.03 Temporary Sanitary Facilities And Sewers: 6.03.01 The Contractor shall provide and maintain in a neat and sanitary condition such accommodations and facilities for the use of his employees as may be necessary to comply with the regulations of any governmental agencies, departments, etc. which address or govern these issues. 6.03.02 No nuisance will be permitted. 6.03.03 Upon completion of Work, such facilities shall be removed and the premises left in a sanitary condition. 6.03.04 Contractor is not permitted to use restrooms or other sanitary facilities within the Owner’s existing building or on-site facilities unless the contrary is provided for elsewhere in the Contract Documents. ARTICLE 7. PROGRESS. 7.01 Contractor shall provide the Owner with full information in advance as to its plans for performing each part of the Work. This shall include, but not be limited to, schedules provided to the Owner as Post-Award Information and subsequently updated schedules submitted to the Owner on a monthly basis as required in Article 10 below, as a condition precedent to payment(s). 7.01.01 Such schedule shall be in a form acceptable to the Owner. 7.01.02 The Contractor's schedule shall be updated no less frequently than monthly (unless the parties otherwise agree in writing) and shall be updated to reflect conditions encountered from time to time and shall apply to the total Project. 7.01.03 Each such revision shall be provided to the Owner and the Project Consultant. 7.01.04 Compliance with the requirements of this Subparagraph shall be a condition precedent to payment to the Contractor, and failure by the Contractor to comply with said requirements shall constitute a material breach of this Contract. 7.01.05 By providing these Schedules to Owner, Owner does not in any way acknowledge or consent that the Schedules are acceptable or reasonable, but it is simply reviewing same for its own informational purposes. 7.02 If at any time during the progress of Work, the Contractor's actual progress is inadequate to meet the requirements of the Contract Documents, such as the required completion dates, the Owner may so notify Contractor who shall thereupon take such steps as may be necessary to improve its progress so as to complete the Work on or before the required Substantial Completion Date. 7.02.01 If within a reasonable period as determined by Owner, the Contractor does not improve performance to meet the requirements of the Contract Documents, such as the required completion dates, then the Owner may require an increase in any or all of the following: Contractor's Subcontractor crews and Contractor's own labor force, the number of shifts, overtime operation, Contractor's supervision and additional days of work per week, all without cost to Owner. 7.02.02 Neither such notice by Owner nor Owner's failure to issue such notice shall relieve Contractor of its obligation to achieve the quality of work and rate of progress required by the Contract Documents. Exhibit “B”, General Terms and Conditions, Page 5 of 32 DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F 7.03 Failure of Contractor to comply with the instructions of the Owner may be grounds for determination by Owner that Contractor is not prosecuting its Work with such diligence as will assure completion within the time specified. 7.04 Upon such determination, Owner, in addition to any and all other rights set forth in the Contract Documents and remedies afforded Owner under the Contract Documents or at law, may: 7.04.01 Elect to proceed with the Work with its own employees, agents, contractors, subcontractors, suppliers and assess all costs, expenses or fees for same against contractors and/or 7.04.02 Terminate for cause Contractor's right to proceed with the performance pursuant to the Contract Documents, or any separable part thereof, in accordance with the applicable provisions of the Contract Documents. ARTICLE 8. EXPEDITING 8.01 The Work, equipment and material provided under this Contract may be subject to expediting by Owner. 8.02 Owner shall be allowed reasonable access to the shops, factories and other places of business of the Contractor and/or Subcontractors for expediting purposes. 8.03 As required by Owner, Contractor shall supply schedules and progress reports for Owner's use in expediting, and Contractor shall cooperate with Owner and require Subcontractors to cooperate with Owner in such expediting. 8.04 Any expediting performance by Owner shall not relieve Contractor of its sole and primary responsibility for timeliness of delivery of the equipment and material to be provided under the Contract Document. ARTICLE 9. COMPLETION 9.01 When the Contractor considers that the Work, or a portion thereof which the Owner agrees to accept separately, is substantially complete, the Contractor shall prepare and submit to the Project Consultant a comprehensive Punch List of items to be completed or corrected prior to final payment. Failure to include an item on the Punch List does not alter the responsibility of the Contractor to complete all Work in accordance with the Contract Documents. 9.01.01 For a Project with an estimated cost of less than $10 million, the Punch List shall be completed within thirty (30) calendar days after Substantial Completion of the Project, as same is defined in the Contract Documents. If Substantial Completion is not defined in the Contract Documents, the list shall be completed upon reaching beneficial occupancy or use. 9.01.02 For a Project with an estimated cost of $10 million or more, the Punch List shall be completed within thirty (30) calendar days, unless otherwise extended elsewhere in the Contract Documents, but not to exceed sixty (60) calendar days, after reaching Substantial Completion, as same is defined in the Contract Documents. If Substantial Completion is not defined in the Contract Documents, the list shall be completed upon reaching beneficial occupancy or use. 9.02 For a Project involving the construction of more than one building or structure, or involving a multiphased project, a Punch List shall be created for each building, structure, or phase of the Project pursuant to the limitations provided for above in 9.01.01 and 9.01.02, as applicable. 9.03 The failure to include any corrective work or pending items not yet completed on the List does not alter the responsibility of the Contractor to complete all the construction services purchased pursuant to the contract. All items that require correction under the Contract Documents and that are identified after the preparation and delivery of the Punch List remain the obligation of the Contractor as defined by the Contract Documents. Exhibit “B”, General Terms and Conditions, Page 6 of 32 DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F 9.04 Upon completion of all of the items on the Punch List, the Contractor may submit a payment request for all remaining retainage withheld by the local governmental entity pursuant to this section. If a good faith dispute exists as to whether one or more items identified on the list have been completed pursuant to the Contract Documents, the Owner may continue to withhold an amount not to exceed 150 percent of the total costs to complete the outstanding item. 9.05 In the event that the Contractor fails, in whole or in part, to comply with the obligations and responsibilities required hereunder in paragraph 9.01, the Owner need not pay or process any payment request for remaining retainage. ARTICLE 10. CONTRACT PAYMENTS 10.01 Schedule of Values: 10.01.01 The Contractor shall maintain and update the Schedule of Values originally provided to the Owner as Post- Award Information. 10.01.02 The Contractor's Schedule of Values apportions the Contract Price among the different elements of the required Work for purposes of periodic and final payments and shall be submitted as detail in support of the Contractor’s monthly Application for Payment. 10.01.03 The Schedule of values shall be presented with such detail, and supported with whatever information the Project Consultant or the Owner reasonably requests. 10.01.04 The Contractor shall not imbalance its Schedule of Values nor artificially inflate or exaggerate any element thereof. Contractor’s failure to comply with this provision shall be grounds for Owner to terminate Contractor, as provided for elsewhere herein. 10.02 The Owner shall pay the Contract Price to the Contractor in accordance with the procedures provided herein. 10.02.01 On or before the 15th day of each month after commencement of performance, but no more frequently than once monthly, the Contractor may submit an Application for Payment to the Owner for the period ending the last day of the previous month or other pay period as mutually defined and agreed to by the Contractor and Owner and as provided for in the Contract Documents. The Contractor shall also deliver a copy of the Application for Payment to the Project Consultant. 10.02.02 Said Application for Payment shall be in the format required elsewhere in the Contract Documents and include whatever supporting information as may be required by the Project Consultant, the Owner, or both. 10.02.03 The Owner shall not be required to pay for stored materials or equipment except as set forth in Article 25 below. 10.02.04 Each Application for Payment shall be signed by the Contractor and shall constitute the Contractor's representation that the quantity of work has reached the level for which payment is requested, that the Work has been properly installed or performed in substantial compliance with the requirements of the Contract Documents, and that the Contractor knows of no reason why payment should not be made as requested. 10.02.05 Upon receipt of the Application for Payment, the Project Consultant shall: a. Within ten (10) days review the Application for Payment and may also review the Work at the Project site or elsewhere to determine whether the quantity and quality of the Work is as represented in the Application for Payment and is as required by the Contract Documents. b. Approve in writing the amount which, in the opinion of the Project Consultant, is properly owing to the Contractor. Exhibit “B”, General Terms and Conditions, Page 7 of 32 DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F 10.02.06 The Owner shall make payment to the Contractor within fifteen (15) days following the Project Consultant's written approval of the Application for Payment but in no event later than twenty-five (25) days after the invoice was received by the Owner. 10.02.07 The Owner may reject the Application for Payment within twenty (20) business days after the date on which the Application for Payment is stamped as received. The rejection shall be in writing and shall specify the deficiency in the payment request or invoice and the action necessary to make the payment request or invoice proper. 10.02.08 If the Owner disputes a portion of an Application for Payment, the undisputed portion must be timely paid. 10.02.09 The Contractor may submit a corrected Application for Payment which corrects the deficiency or deficiencies specified in writing by the Owner. The Owner shall either pay or reject the corrected Application for Payment within ten (10) business days after receipt of same. 10.02.10 If a dispute regarding the Application for Payment cannot be resolved pursuant to the process outlined herein, it must be resolved in accordance with the dispute resolution procedures outlined in Article 45. 10.02.11 The amount of each monthly payment shall be the amount approved for payment by the Project Consultant less such amounts, if any, otherwise owing by the Contractor to the Owner or which the Owner shall have the right to withhold as authorized by the Contract Documents or reasonable business practices. In the event of a dispute with regard to a portion of the Application for Payment, the Owner shall pay the undisputed portion pursuant to the timeline established in this Section. 10.02.12 The Project Consultant's approval of the Contractor's Applications for Payment shall not preclude the Owner from the exercise of any of its rights as set forth in the Contract Documents. 10.02.13 The submission by the Contractor of an Application for Payment also constitutes an affirmative representation and warranty that all Work for which the Owner has previously paid is free and clear of any lien, claim, or other encumbrance by any person whatsoever. 10.02.14 As a condition precedent to payment, the Contractor shall, as required elsewhere in the Contract Documents and as required by the Owner, also provide to the Owner documents relating to the Project, including but not limited to, updated schedules and daily logs, properly executed documents that all subcontractors, materialmen, suppliers or others having rights, acknowledge receipt of all sums due pursuant to all prior Payment Requests and waive and relinquish any rights or other claims of any nature relating to the Project. 10.02.15 Furthermore, the Contractor warrants and represent that, upon payment of the Application for Payment submitted, title to all work included in such payment shall be vested in the Owner. 10.02.16 Dollar Value/Time Graphs: Each of the Contractor’s Application for Payment shall be accompanied by a graph, prepared by the Contractor, that consecutively tracks the percentage of completion of both the Application for Payment’s dollar value attained and the contract time (calendar days) elapsed, all coinciding with the date of the Application for Payment. 10.03 When payment is received from the Owner, the Contractor shall within five (5) days pay all subcontractors, materialmen, laborers and suppliers the amounts they are due for all work covered by such payment. In the event such payments are not made in a timely manner the Owner may, in its discretion, invoke reasonable procedures in order to protect Owner's interest or Owner's desire to assist in having subcontractors, laborers, suppliers, materialmen or others paid. 10.04 It is mutually agreed that payments made under this Contract shall not constitute acceptance of defective or improper materials or workmanship nor shall same act as a waiver or release of future performance in accordance with the Contract Documents. ARTICLE 11. WITHHOLDING PAYMENT TO CONTRACTOR Exhibit “B”, General Terms and Conditions, Page 8 of 32 DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F 11.01 The Owner may withhold as retainage five (5) percent of the payment owed to the Contractor until completion of the Project. 11.02 If the City pays the retainage amount upon the Contractor’s request which is attributable to the labor, services, or materials supplied by one or more contractors or suppliers, the Contractor shall timely remit payment of such retainage to those subcontractors or suppliers. 11.03 Regardless of the provisions in this Article, in no event shall the Owner be required to pay or release any amounts that are the subject of a good faith dispute, a claim brought pursuant to Fla. Stat. § 255.05, or otherwise the subject of a claim or demand by the Owner. 11.04 In addition to the Retainage, payments, including but not limited to Final Payment, may be withheld or reduced by the Owner in its sole discretion if any of the following exists: 11.04.01 The Work is not proceeding in accordance with the Construction Documents Schedule as anticipated by the Project Consultant or the Owner. In that event, the Project Consultant or the Owner will assess the anticipated delay and the Owner will use the amounts specified for Liquidated Damages as the basis for amounts withheld. Said funds shall be held until such time as the Project Consultant or Owner determine that the Work is back on schedule. By making said funds available to Contractor, Owner does not waive its right to assess liquidated damages at the completion of the Project; 11.04.02 Liquidated Damages as set forth in this Contract; 11.04.03 Defective Work unremedied; 11.04.04 Punch-List items unremedied; 11.04.05 Subject to Owner's written notice to Contractor in accordance with the Contract Documents back charge items for work performed by Owner or another contractor at the request of Owner, which work is within the scope of the Work under this Construction Contract; 11.04.06 Claims filed by subcontractors, laborers, suppliers, materialmen or others; 11.04.07 Failure to comply with any and all insurance requirements; 11.04.08 Failure of the Contractor to make payment properly to Subcontractors or others; 11.04.09 Damage to the Owner or another contractor; 11.04.10 Reasonable evidence that the Work will not be completed on or before the Substantial Completion or Final Completion Date; 11.04.11 Failure of the Contractor to carry out any of its obligations in accordance with the Contract Documents; 11.04.12 Failure of the Contractor to submit the information or documents required by this Contract or reasonably required by Owner, including but not limited to schedules and daily logs. ARTICLE 12. CONTRACTOR'S RIGHT UPON NONPAYMENT. 12.01 If within thirty (30) days of the date payment to the Contractor is due, the Owner, without cause or basis hereunder, fails to pay the Contractor any amounts then due and payable to the Contractor, the Contractor shall have the right to cease work until receipt of proper payment after first providing ten (10) days written notice of its intent to cease work to the Owner. Exhibit “B”, General Terms and Conditions, Page 9 of 32 DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F ARTICLE 13. INFORMATION AND MATERIAL SUPPLIED BY THE OWNER. 13.01 The Owner shall furnish to the Contractor, prior to the execution of the Contract, any and all written and tangible material, including but not limited to surveys and other information concerning existing conditions on the Site. 13.02 The Owner shall also furnish, if appropriate, the legal description of the Project site, and any required survey. ARTICLE 14. LICENSES AND PERMITS. 14.01 All licenses and permits necessary to commence and prosecute the Work to completion shall be procured and paid for by the Contractor, unless expressly provided for elsewhere in the Contract Documents. 14.03 All easements and rights-of-way will be procured and paid for by the Owner unless otherwise specifically provided within the Contract Documents. ARTICLE 15. CEASE AND DESIST ORDER. 15.01 In the event the Contractor fails or refuses to perform the Work as required herein, the Owner may instruct the Contractor to cease and desist from performing the Work in whole or in part. Upon receipt of such instruction, the Contractor shall immediately cease and desist as instructed by the Owner and shall not proceed further until the cause for the Owner's instructions has been corrected and the Owner instructs that the Work may resume. 15.02 In the event the Owner issues such instruction to cease and desist, and in the further event the Contractor fails and refuses within seven (7) days of receipt of same to provide adequate assurance to the Owner that the cause of such instructions will be eliminated or corrected, then the Owner shall have the right, but not the obligation, to carry out the Work with its own forces, or with the forces of another contractor, and the Contractor shall be fully responsible and liable for the costs of performing such work by the Owner. 15.03 The rights set forth herein are in addition to, and without prejudice to, any other rights or remedies the Owner may have against the Contractor. ARTICLE 16. DUTIES, OBLIGATIONS AND RESPONSIBILITIES OF THE CONTRACTOR. 16.01 The Contractor shall perform the Work in accordance with the Contract Documents. 16.02 The Contractor shall supervise the Work and bear full responsibility for any and all acts or omissions of those engaged in the Work on behalf of the Contractor. 16.03 The Contractor hereby warrants that all labor provided under this Contract shall be competent to perform the tasks undertaken, that the product of such labor shall yield only first-class results, that all material and equipment provided shall be new and of high quality, that the Work will be complete, of high quality, without defects, and in compliance with the requirements of the Contract Documents. Any Work not complying with the requirements of this Subparagraph shall constitute a breach of the Contractor's warranty. 16.04 Unless expressly provided for elsewhere in the Contract Documents, the Contractor shall obtain and pay for all required permits, fees, and licenses and shall comply with all legal requirements applicable to the Work. 16.05 The Contractor shall prepare and submit schedules and supporting documentation as required elsewhere in the Contract Documents. 16.06 Record Keeping on Site: Exhibit “B”, General Terms and Conditions, Page 10 of 32 DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F 16.06.01 The Contractor shall keep a daily log, an updated copy of the Contract Documents, approved shop drawings and other submittals, and other documents and materials as required by the Contract Documents at the site. 16.06.02 All of these items shall be available to the Owner and the Project Consultant at all regular business hours. 16.06.03 Upon final completion of the Work, all of these items shall be finally updated and provided to the Owner and shall become the property of the Owner. 16.07 Shop Drawings And Other Submittals: 16.07.01 The Contractor shall submit for approval with reasonable promptness and in a timely manner so as to cause no delay in the Work, various submittals including shop drawings as required for the Work of the various trades. 16.07.02 These shop drawings and other submittals shall be in accordance with the requirements of the Contract Documents and shall be carefully checked in every respect and signed by the Contractor before submitting same to the Project Consultant. 16.07.03 Shop drawings and other submittals from the Contractor are not part of the Contract Documents but are documents prepared and utilized by the Contractor to coordinate the Work. 16.07.04 The Contractor shall not do any Work requiring shop drawings or other submittals unless such have been approved in writing by the Project Consultant. 16.07.05 All Work requiring approved shop drawings or other submittal shall be done in compliance with such approved documents. However, approval by the Project Consultant or the Owner shall not be evidence that Work installed pursuant thereto conforms with the requirements of the Contract Documents. 16.07.06 The Owner and the Project Consultant shall have no duty to review partial submittal or incomplete submittal except as may be provided otherwise within the Contract Documents. 16.07.07 The Contractor shall maintain a submittal log which shall include, at a minimum, the date of each submittal, the date of any resubmittal, the date of any approval or rejection, and the reason for any approval or rejection. 16.07.08 The Contractor shall have the duty to carefully review, inspect and examine any and all submittal and resubmittals before submission of same to Owner or the Project Consultant. 16.08 The Contractor shall maintain the Project site in a reasonably clean condition during performance of the Work. Upon final completion, the Contractor shall thoroughly clean the Project site of debris, trash and excess materials or equipment. In the event the Project is located at or near occupied facilities, then Owner may establish additional rules and regulations regarding condition at the Project, including but not limited to, keeping the Project and the occupied premises clean, safe and secure. 16.09 At all times, the Contractor shall permit the Owner and the Project Consultant to enter upon the Project site and to review or inspect the Work. ARTICLE 17. SUBCONTRACTS. 17.01 The Contract Documents make no attempt to fix the scope of the Work of any Subcontractor nor the responsibilities of any such Subcontractor, it being understood that the Contractor shall fix the scope of all Work and responsibilities of the Subcontractor. Contractor shall not replace Subcontractor without good cause. Exhibit “B”, General Terms and Conditions, Page 11 of 32 DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F 17.02 The Contractor shall continuously update information concerning Subcontractors submitted to the Owner as Post-Award Information by submitting: 17.02.01 The general form of Subcontract Agreement used by the Contractor within thirty (30) days of execution of the Construction Contract. 17.02.02 Updated listings of Subcontractors denoting changes to the list submitted as Post-Award Information within ten (10) days of said change. 17.02.03 Copies of executed Subcontractor Contracts within ten (10) days of their execution. 17.02.04 A complete accounting of all payments made to Subcontractors and the balances owed to the Subcontractors with each Application For Payment submitted by the Contractor. 17.03 All contracts with Subcontractors shall incorporate by reference the terms and conditions of this Construction Contract. 17.04 The Contractor shall cause and require to be included in all Subcontracts a provision for the benefit of the Owner binding the Subcontractors to remain bound by the Subcontracts in the event the Contractor is replaced by another contractor pursuant to the terms of the Contract Documents. The Contractor shall also include in all Subcontracts a provision requiring the Subcontractor, in the event of the Contractor's termination, to consent to the assignment of their Subcontracts to the Owner. 17.05 The Owner may at any time request from the Subcontractors, or any of them, a sworn statement of account with the Contractor and the Contractor shall cause to be included in all Subcontracts a requirement that the Subcontractors provide said sworn statement upon Owner's request. 17.06 Each Subcontractor and supplier must agree to assign all of its warranties to Owner. In addition each Subcontractor and supplier must warrant all of its Work, equipment, materials and labor to Owner in accordance with the terms and provisions of its contractual obligations to Contractor and any legal or statutory provisions that apply to its work, materials or equipment. 17.07 Owner may at its discretion require Contractor to have major sub-subcontractors or suppliers comply with the requirements of this Article 16 or other provisions of the Contract Documents. ARTICLE 18. CONTRACTOR’S SUPERINTENDENT 18.01 Before starting the Work, Contractor shall designate an English speaking, competent, authorized representative (hereinafter Superintendent), acceptable to the Owner, to represent and act for the Contractor. The Contractor shall: 18.01.01 Inform Owner, in writing, of the name and address of such representative together with a clear definition of the scope of his authority to represent and act for Contractor and shall specify any and all limitation on such authority. 18.01.02 Keep the Owner informed of any subsequent changes in the foregoing. 18.02 The Superintendent shall be present (or be temporarily represented by a person familiar with the project work activities and schedule) at the site of the Work at all times when the Work is actually in progress. 18.04 All notices, determinations, instructions and other communications given to the Contractor’s Superintendent shall be binding upon the Contractor. 18.05 The Superintendent shall maintain a daily log/report which shall include at least the following information: weather conditions; trades at site; manpower totals by trade; heavy equipment in use; activities in progress; Exhibit “B”, General Terms and Conditions, Page 12 of 32 DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F and inspections at site. Copies of the daily entries shall be provided to the Owner once per month, or as required elsewhere in the Contract Documents. ARTICLE 19. COOPERATION WITH OTHERS. 19.01 The Owner and other contractors and subcontractors may be working at the site during the performance of the Construction Contract, and Contractor's work may be interfered with as a result of such concurrent activities. Contractor shall fully cooperate with Owner and other contractors to avoid any delay or hindrance of the Work. Owner may require that certain facilities be used concurrently by Contractor and other parties and Contractor shall comply with such requirements. 19.02 If any part of the Contractor's work depends on proper execution or results from any work performed by the Owner or any separate contractor, the Contractor shall, prior to proceeding with the Work, promptly report to the Owner any apparent discrepancies or defects in such work that render it unsuitable for such proper execution and results. Failure of the Contractor to so report shall constitute an acceptance of the Owner or separate contractor's work as fit and proper to receive Contractor's Work, except as to defects which may subsequently become apparent in such work performed by others. ARTICLE 20. SITE CONDITIONS. 20.01 Contractor shall have the sole responsibility to conduct reasonable inspection of the site and to satisfy itself concerning the nature and location of the Work and the general and local conditions, and particularly, but without limitation, with respect to the following: those affecting transportation, access, disposal, handling and storage of material; availability and quality of labor, water and electric power; availability and condition of roads; climatic conditions; location of underground utilities as depicted in the Contract Documents; governmental processes and requirements for obtaining permits other than issuance of the original building permits, certificates of occupancy and other regulatory/utility approvals; physical conditions at the work sites and the Project area as a whole; topography and ground surface conditions; subsurface geology, and nature and quality of surface and subsurface materials to be encountered; equipment and facilities needed preliminary to and during performance of the Construction Contract; and all other matter which can in any way affect performance of the Construction Contract, or the cost associated with such performance. 20.02 The failure of Contractor to acquaint itself with any applicable condition will not relieve it from the responsibility for properly estimating either the duration, difficulties, or the costs of successfully performing the Work. 20.03 Contractor may reasonably rely upon site documentation provided by the Owner. In the event that during the course of the Work Contractor encounters an underground utility facility that was not shown on the Contract Documents; or subsurface or concealed conditions at the Project site which differ materially from those shown on the Contract Documents and from those ordinarily encountered and generally recognized as inherent in work of the character called for in the Contract Documents; or unknown physical conditions of the Project site, of an unusual nature, which differ materially from that ordinarily encountered and generally recognized as inherent in work of the character called for in the Contract Documents, Contractor, without disturbing the conditions and before performing any work affected by such conditions, shall, within forty- eight (48) hours of their discovery, notify Owner and Project Consultant in writing of the existence of the aforesaid conditions. Project Consultant and Owner shall, within two (2) business days after receipt of Contractor’s written notice, investigate the site conditions identified by Contractor. If, in the sole opinion of Project Consultant, the conditions do materially so differ and cause an increase or decrease in Contractor’s cost of, or the time required for, the performance of any part of the Work, whether or not changed as a result of the conditions, Project Consultant shall recommend an equitable adjustment to the Contract Price, or the Contract Time, or both. If Owner and Contractor cannot agree on an adjustment in the Contract price or the Contract time, the adjustment shall be referred to Project Consultant for determination. Should Project Consultant determine that the conditions of the Project site are not so materially different to justify a change in the terms of the Contract, Project Consultant shall so notify Owner and Contractor in writing, stating the reasons, and such determination shall be final and binding upon the parties hereto. No request by Contractor for an equitable adjustment to the Contract under this provision shall be allowed unless Contractor has given Exhibit “B”, General Terms and Conditions, Page 13 of 32 DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F written notice in strict accordance with the provisions of this Article. No request for an equitable adjustment or change to the Contract Price or Contract Time for differing site conditions shall be allowed if made after the date certified by Project Consultant as the date of substantial completion. ARTICLE 21. RESPONSIBILITY FOR WORK SECURITY. 21.01 Contractor shall at all times conduct, at its expense, all operations under the Construction Contract in a manner to avoid the risk of loss, theft or damage by vandalism, sabotage or other means to any property. 21.01.01 Contractor shall promptly take such reasonable precautions as are necessary and adequate against any conditions which involve risk of a loss, theft or damage to its property. 21.01.02 Contractor shall continuously inspect all of its Work, materials, equipment and facilities to discover and determine any such conditions and shall be solely responsible for discovery, determination and correction of any such condition. 21.02 Contractor shall comply with all applicable laws and regulations. 21.02.01 Contractor shall cooperate with Owner on all security matters as set forth elsewhere in the Contract Documents and shall promptly comply with any project security requirements established by Owner. 21.02.02 These security requirements may be more stringent in the event portions of the facilities or project are occupied or otherwise being used. 21.02.03 Such compliance with these security requirements shall not relieve Contractor of its responsibility for maintaining property security for the above noted items, nor shall it be constructed as limiting in any manner Contractor's obligation to undertake reasonable action as required to establish and maintain secure conditions at the site. 21.03 Contractor shall prepare and maintain accurate reports of incidents of loss, theft or vandalism and shall provide these reports to Owner in a timely manner. ARTICLE 22. PROTECTION OF WORK IN PROGRESS, MATERIALS AND EQUIPMENT. 22.01 Contractor shall be responsible for and shall bear any and all risks of loss or damage to Work in progress, all materials delivered to the site, and all materials and equipment involved in the Work until completion and final acceptance of the Work under this Contract. 22.02 Permanent openings for the introduction of work and materials to the structure and construction site shall be protected so that upon completion, the Work will be delivered to the Owner in proper, whole and unblemished condition. ARTICLE 23. ADMINISTRATION OF THE CONTRACT. 23.01 The Project Consultant will provide Administration of the Contract. 23.01.01 For those projects for which the City Engineer serves as the Project Consultant, all references to the Project Consultant shall be considered to be the City Engineer. 23.01.02 In the event the Owner should find it necessary to replace the Project Consultant, the Owner shall retain a replacement and the role of the replacement shall be the same as the role of the original Project Consultant. 23.02 Unless otherwise directed by the Owner in writing, the Project Consultant will perform those duties and discharge those responsibilities allocated to the Project Consultant by the Owner. Exhibit “B”, General Terms and Conditions, Page 14 of 32 DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F 23.03 Neither the Project Consultant nor the Owner will be responsible for construction means, methods, techniques, sequences or procedures, safety precautions and programs in connection with the Work or for the acts of omission or commission of the Contractor, its Subcontractors or their agents or employees. 23.04 The Project Consultant and Owner will each have the authority to reject Work which does not conform to the Contract Documents and to require special inspection or testing with prior approval by the Owner. Neither the Project Consultant's nor the Owner's authority to act under this Paragraph, nor any decision made by them in good faith either to exercise or not to exercise such authority, shall give rise to any duty or responsibility of the Project Consultant or the Owner to the Contractor, any Subcontractor, any of their agents or employees, or any other person performing any of the Work. 23.05 The Contractor shall forward all communications to the Project Consultant, with simultaneous copies to the Owner. 23.06 The Project Consultant will review and certify the Contractor’s Application for Payments which the Owner must subsequently approve prior to Payment of the Contractor. 23.07 The Project Consultant shall approve shop drawings for design only, the Contractor being responsible for all dimensions, quantities, etc., necessary to complete the Work in compliance with the Drawings and Specifications and other Contract Documents. 23.08 The duties, responsibilities and limitations of authority of the Project Consultant and the Owner will not be modified nor extended without written consent of the Contractor, the Project Consultant, and the Owner. 23.09 Notwithstanding anything to the Contrary in these General Conditions or any other “Contract Document” as that term is defined in the Professional Services Agreement between the City of Pompano Beach, Florida and the Project Consultant, it is not the intention nor shall any of the provisions of those documents act as a release, limitation or discharge of the obligations or responsibilities of the Project Consultant pursuant to its agreement with the Owner. 23.10 The Project Consultant will utilize the Contractor Performance Report to monitor and record the Contractor’s performance for the work specified by the contract. The Contractor Performance Report has been included as an exhibit to the contract. ARTICLE 24. MATERIALS. 24.01 The Contractor shall provide materials and equipment as required in the Contract Documents. No substitution will be permitted except in the instance where a material is no longer available during the progress of the Work or is deemed by the Owner to be no longer suitable or appropriate for incorporation into the Work or for obvious economic benefits accruable to the Owner. 24.01.01 Any such substitution must be approved by the Project Consultant and Owner prior to incorporation of the proposed substitution into the Work. 24.01.02 Proposed substitutions must be submitted for consideration from the Contractor to the Project Consultant and the Owner. Documentation for the proposed substitution must include, but is not limited to substantiation of the Contractor's efforts to obtain the originally specified materials including documentary evidence from the original materials' manufacturer that such materials are not available. 24.01.03 Product delivery lead times shall not serve as a basis for any substitution request except for where approved in advance by the Owner. 24.01.04 All additional costs incurred by the Owner as the result of any substitution will be the direct responsibility of and borne by the Contractor. Exhibit “B”, General Terms and Conditions, Page 15 of 32 DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F 24.02 The Contractor shall make written request to the Project Consultant for and obtain his written approval of the use of any materials proposed for use when "approval" materials are specified or a performance type specification is utilized without mentioning any standard by name. 24.03 If, in the opinion of the Project Consultant, a specified product or equipment no longer meets the quality of the products or equipment required for the Work, Project Consultant shall request a Change Order Proposal from the Contractor for modifying the Contract to incorporate the respective changes to the Work required, the Contract amount, and the Contract Time as beneficial to the Owner. ARTICLE 25. STORED MATERIALS. 25.01 Contractor shall, at its expense, receive, unload, store in a secure place, and deliver from storage to the construction site all materials and equipment required for the performance of the Contract. 25.01.01 Contractor is not entitled to payment for same except for those materials which in Owner's discretion are properly stored and are going to be installed or incorporated into the construction of the Project within thirty (30) days of delivery to the construction site. 25.01.02 The storage facilities and methods of storing shall meet Owner's approval and shall be in accordance with manufacturer's recommendations, or Owner will not be obligated to pay for same. 25.01.03 Materials and equipment subject to degradation by outside exposure shall be stored in a weather tight enclosure provided by Contractor at its expense. 25.01.04 Owner may at its discretion require material to be stored in an air-conditioned location. 25.02 Provided the above conditions are met, the stored materials may be included in a subsequent Application for Payment if the Contractor also complies with the following: 25.02.01 An applicable purchase order is provided listing the materials in detail and identifying the Contract Documents, by name, with verification that the total value of the purchase order amount reconciles with the corresponding application for payment stored materials line item value. 25.02.02 Evidence that proper storage security is provided. 25.02.03 The Owner is provided legal title (free of liens or encumbrances of any kind) to the material that is stored or stockpiled. 25.02.04 The Contractor and/or its Subcontractor have provided insurance for the Stored Materials against loss, damage (from whatever source), or disappearance, including loss or theft prior to incorporation into the Work. By execution of the Contract, Contractor releases Owner from any responsibility for Stored Materials and assumes all liability for and risk of loss or damage, by whatever means, including Owner's alleged negligence, regardless of whether the Owner has paid for said Stored Materials. 25.03 Once any Stored Material is paid for by Owner, it shall not be removed from the designated storage area except for incorporation into the Project or upon subsequent written approval by Owner. 25.04 No Applications for Payment shall be submitted nor payments made based on the value of materials stored at locations other than the Project, unless otherwise approved in writing by the Owner. 25.05 It is further agreed between the parties that the transfer of title and the Owner's payment for any Stored Material pursuant to the Contract Documents shall in no way relieve the Contractor of the responsibility for providing and installing such material in accordance with the requirements of the Contract Documents. 25.06 The Contractor warrants that title to all of the Work or Stored Materials covered by the Application for Payment will pass to the Owner either by incorporation in the Project or upon receipt of payment by the Exhibit “B”, General Terms and Conditions, Page 16 of 32 DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F Contractor, whichever occurs first, free and clear of all liens, claims, security, interest or encumbrance; and that none of the Work and none of the Stored Materials covered by the Application for Payments will have been acquired by the Contractor, or by any other person performing the Work at the site or providing materials and equipment to the Project, subject to an agreement under which an interest therein or encumbrance thereon is retained by the seller or otherwise imposed by the Contractor or such person. 25.07 In the event stored materials which Owner is paying for in advance of their being installed or incorporated into the Project pursuant to this Paragraph are not installed or incorporated into the Project within thirty (30) days of when they are delivered to the site, Contractor shall not be entitled to payment for any future stored materials on this Project and the amounts previously approved for payment for said materials shall be deducted from the Contractor’s next application for payment.. ARTICLE 26. INSPECTION: REJECTION OF MATERIALS AND WORKMANSHIP. 26.01 All material and equipment provided and work performed shall be properly inspected by Contractor, at its expense, and shall at all times be subject to quality surveillance, inspections, observations or quality audit by Owner, Project Consultant and any inspectors conducting an inspection pursuant to code, law, regulations, etc. 26.01.01 Contractor shall provide safe and adequate facilities, and all samples, drawings, lists and documents necessary for such quality surveillance, observation or quality audit. 26.01.02 The Contractor shall permit and facilitate inspection of the Work by the Owner, Project Consultant, Inspectors for any governmental agency, authority, or board. 26.01.03 Owner also reserves the right to designate others such as consultants, commissioning authorities, test and balance agents, forensic specialists, etc. to conduct inspections during or subsequent to the Work as Owner in its discretion desires. 26.01.04 Owner and Project Consultant shall be afforded full and free access to the shops, factories or places of business of Contractor and its Subcontractors for such quality surveillance, observation or quality audit and to determine the status of the Work. 26.01.05 In the event the Project Consultant or Owner requires a factory inspection, the Contractor shall notify the suppliers that the material shall not be produced or fabricated without due notice to the Project Consultant and Owner and an opportunity for such inspection. 26.02 If any Work should be covered up without approval or consent of the Project Consultant or Owner, it must, if required by the Project Consultant or Owner, be uncovered for examination at the Contractor's expense. 26.03 If any material, equipment or workmanship is determined by Owner, City Engineer, Project Consultant or Inspector either during performance of the Work or on final quality surveillance, or during any applicable warranty period, to be defective or not complying with the requirements of this Construction Contract, Owner, City Engineer, Project Consultant or Inspector will notify Contractor in writing that such material, equipment or portions of the Work is rejected and Owner reserves the right to withhold payment on any such item or seek compensation from Contractor for same. Thereupon, Contractor shall, at its own expense, immediately remove, replace or correct such defective material, equipment or portions of the Work by making the same comply strictly with all requirements of the Contract Documents. The Contractor shall be responsible for the costs of any additional site observations, special inspections and/or testing, or other activities of either the Project Consultant or the Owner made necessary by the correction of such defective materials, equipment or portions of the Work. 26.04 Neither the failure to make such quality surveillance, observation or quality audit, nor to discover defective workmanship, materials, or equipment, shall prejudice the rights of Owner to correct or reject the same as hereinafter provided. Exhibit “B”, General Terms and Conditions, Page 17 of 32 DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F ARTICLE 27. WARRANTY. 27.01 Unless otherwise provided elsewhere in the Contract Documents, all material and equipment incorporated into any Work covered by the Contract Documents shall be new and, where not specified, of the most suitable grade of their respective kinds for their intended use, and all workmanship shall be in accordance with construction practices acceptable to Owner and Project Consultant. 27.02 Unless otherwise provided in the Contract Documents, Contractor warrants all Work, equipment, materials and workmanship to be in accordance with the Contract Documents, any and all applicable codes, proper and workmanlike, first class and free from defects for a period of twelve (12) months (unless longer guarantees or warranties are provided for elsewhere in the Contract Documents in which case the longer periods of time shall prevail) from and after Final Completion of the Work under the Contract Documents, regardless of whether the same were provided or performed by Contractor or by any Subcontractor. 27.03 Contractor’s warranty with respect to latent defects shall be in accordance with Chapter 95, Florida Statutes, and other applicable provisions of State law. 27.04 In the event of damage or injury to persons or property or other consequential or resultant damages result from Contractor's breach of any warranties, then the Contractor will be responsible for same. ARTICLE 28. OFFICE SPACE FOR THE OWNER'S PERSONNEL. 28.01 The Contractor shall provide, at Contractor’s expense, for the duration of the Work, a suitable lockable office for any Owner designated personnel. ARTICLE 29. PROJECT RECORD DOCUMENTS AND SURVEY. 29.01 A marked up record set of the Contract Documents and other project records as required elsewhere within the Contract Documents will be kept up to date by the Contractor on the jobsite at all times. These documents will be given to the Project Consultant at the completion of the Work as required by the Contract Documents, and properly labeled as "Project Record Documents." 29.02 In addition to the "Project Record Documents", the Contractor will cause to have prepared by a Surveyor, registered in the State of Florida, a site survey clearly representing all Work done under this Contract and updating the original survey as may have been provided by the Owner. 29.03 The Contractor shall submit Project Record Documents and Survey in the manner and format specified elsewhere in the Contract Documents. 29.04 This is a critical item and final payment will be withheld from the Contractor until "Project Record Documents" and survey are provided by the Contractor and approved by the Project Consultant. ARTICLE 30. SALVAGE. 30.01 Any salvage resulting from clearing, grubbing, grading, draining, remodeling or altering any existing facilities on this site shall be the property of the Owner; and this material shall be piled or stacked on the site if the Owner desires this material. 30.02 If this material is not desired by the Owner, it shall be disposed of by the Contractor at his expense. ARTICLE 31. CLAIMS BY THE CONTRACTOR. 31.01 Although Contractor acknowledges the No Damage for Delay clause set forth in Article 6 of the Agreement between Owner and Contractor, in the event the Contractor is entitled to assert any other claim against Owner for any reason, claims by the Contractor against the Owner (except for claims asserted under Article 20 which are treated as set forth therein), are subject to the following terms and conditions: Exhibit “B”, General Terms and Conditions, Page 18 of 32 DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F 31.01.01 All Contractor claims against the Owner shall be initiated by a written claim submitted to the Owner, c/o the City Engineer, and the Project Consultant. Such claim shall be received by the Owner and the Project Consultant no later than fifteen (15) calendar days after the event, or the first appearance of the circumstances causing the claim, and same shall set forth in detail all known facts and circumstances supporting the claim and the actual damages or injuries suffered; 31.01.02 The Contractor shall continue diligently with its performance hereunder regardless of the existence of any claims submitted by the Contractor; 31.01.03 In the event the Contractor seeks to make a claim, as a condition precedent to any such claim the Contractor shall strictly comply with the notice requirements above and such claim shall be made by the Contractor before proceeding to execute any additional or changed Work. Failure of the condition precedent to occur, i.e., providing notice as required in Article 31.01.01 above, shall constitute a complete waiver by the Contractor of any claim for additional compensation or extension of time. This written notice requirement may not be waived by verbal representations or the acts of representatives of the Owner or Project Consultant; 31.01.04 In connection with any claim by the Contractor against the Owner for compensation in excess of the Contract Price, any liability of the Owner for the Contractor's cost shall be strictly limited to direct cost of labor and materials incurred by the Contractor at the jobsite and shall in no event include indirect cost, overhead, loss of profit, or consequential damages of the Contractor. The Owner shall not be liable to the Contractor for claims of third parties including, but not limited to, subcontractors, suppliers, laborers, etc. ARTICLE 32. CHANGE ORDERS. 32.01 One or more changes to the Work within the general scope of this Contract may be ordered by the Owner by Change Order, Project Consultant’s Supplementary Instructions, and Construction Change Directives. 32.02 The Contractor shall proceed with any extra Work or changes which alter the Contract by adding to, or deducting from the Contract Sum or Contract Time in strict accordance with the following terms and conditions: 32.02.01 Change Order shall mean a written order to the Contractor executed by the Owner and the Project Consultant after execution of this Contract, directing a change in the Work and may include a change in the Contract Price or the time for the Contractor's performance, or any combination thereof; 32.02.02 Any change in the Contract Price or time resulting from a Change Order shall be determined as follows: a. By mutual agreement between the Owner and the Contractor as evidenced by (a) the change in the Contract Price or time being set forth in Change Order in accordance with Article 32.02.08 below, and (b) the execution of the Change Order; or, b. If no mutual agreement occurs between the Owner and the Contractor, the change in the Contract Price, if any, shall be derived based upon the Cost Plus Price basis (as set forth in Article 32.02.08 below) by determining the “total actual costs” (in accordance with Article 32.02.09 below), incurred or savings achieved, resulting from revisions in the Work. Such total actual costs or savings shall include a component for direct jobsite overhead and profit but under no circumstances shall it include non-job site overhead expenses or costs or any other indirect costs or components. Any such costs or savings shall be documented in the format, and with such content and detail as the Owner or the Project Consultant requires. If agreement is not reached as to the change in time, Contractor shall be given a reasonable time based upon the scope of Work required by the change. 32.02.03 The execution of a Change Order by the Contractor shall constitute conclusive evidence of the Contractor's agreement to the ordered changes in the Work and the change in the Contract Price and the Exhibit “B”, General Terms and Conditions, Page 19 of 32 DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F time for performance by the Contractor. The Contractor, by executing the Change Order, waives and forever releases any claim against the Owner for additional time or compensation for issues or matters relating to or arising out of or resulting from the Work included within or affected by the executed Change Order. 32.02.04 The Contractor shall notify and obtain the consent and approval of the Contractor's surety with reference to all Change Orders if such notice, consent or approval are required by the Owner, the Project Consultant, the Contractor's surety or by law. The Contractor's execution of the Change Order shall constitute the Contractor's warranty to the Owner that the surety has been notified of, and consents to, such Change Order and the surety shall be conclusively deemed to have been notified of such Change Order and to have expressly consented thereto, and that the penal sums of the performance and payment bonds furnished by Contractor and Surety are adjusted coextensively with the amount of the Change Order. 32.02.05 The Owner, without invalidating the Contract, may require the change for any reason whatsoever. All such Work shall be executed under the terms of the original Contract. 32.02.06 All change orders and adjustments shall be in writing and executed by the Contractor and Owner; otherwise, no claim for additional compensation or time will be allowed. 32.02.07 The amount of credit to be allowed by the Contractor to the Owner for a deletion or change which results in a net decrease in the Contract Sum shall be the total actual cost (as set forth in Article 32.02.09 below) saved as confirmed by the Project Consultant. The amount shall not include an amount for the overhead and profit of the Contractor which the Owner is not required to pay as a result of the deletion or decrease. When both additions and credits covering related Work or substitutions are involved in a change, the overhead and profit shall be calculated on the basis of net increase, if any, with respect to that change. 32.02.08 The value of any change ordered under the Contract for extra Work and/or any reductions in Work required, shall be determined under one or more of the following procedures before a written Change Order is issued. a. By UNIT PRICES named in the Contract or subsequently agreed upon by the Owner and the Contractor, which prices shall include Contractor's overhead and profit. b. By LUMP SUM PRICE agreed upon actual reasonable costs and direct job site overhead by the Owner and the Contractor, which price shall include Contractor's overhead and profit but under no circumstances shall it include non job site overhead, expenses or costs or any other indirect costs; a breakdown of the estimated costs comprising the lump sum price may be required by the Project Consultant for his review. Percentage for overhead and profit shall be determined in accordance with the method listed for COST PLUS PRICE, subparagraph (c.) below. c. By a COST PLUS PRICE based on total actual costs as defined in Article 32.02.09 below, plus an added percentage, all determined as follows: OVERHEAD AND PROFIT: JOB SITE OVERHEAD, including supervision and the furnishing, use and maintenance of small tools and ordinary equipment incidental to and required for the work of subcontractors (whether performed by them or others) shall be considered to be just and fully compensated for, by adding an amount equal to five percent (5%) of the sum of material costs (as defined under Article 34.08.09(a) below) and labor costs (as defined under Article 34.08.09(b) below), and rentals (as defined under Article 32.08.09(c) below). There shall be no compensation for any non job site overhead, expenses or costs. PROFIT, may then be added by the subcontractor to the above material costs and labor costs, including the JOB SITE OVERHEAD allowance, at the rate of 10% of the sum of those costs. Exhibit “B”, General Terms and Conditions, Page 20 of 32 DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F JOB SITE OVERHEAD, including general supervision and the furnishing, use and maintenance of small equipment incidental to and required for the Work of the General Contractor (including that of his subcontractors) shall be considered to be just and fully compensated for by adding an amount equal to ten percent (10%) of the sum of material costs (as defined under Article 32.08.09(a) below and labor costs (as defined under Article 32.08.09(b) below) and rentals (as defined under Article 32.08.09(c) below). There shall be no compensation for any non job site overhead expenses or costs. PROFIT may then be added by the Contractor to the above material costs and labor costs, including the JOB-SITE OVERHEAD allowance, at the rate of five percent (5%) of the sum of those costs. d. BOND ALLOWANCE, for maintaining the Performance Bond at 100% of the contract amount, a sum of one percent (l%) of the total cost of the change, (including material, labor, overhead and profit, and equipment rentals) shall be allowed on all change orders. 32.02.09 The total actual costs of materials, labor and equipment rentals may include the following only: a. Material costs actually recorded by the Contractor and/or subcontractors as they are delivered to the site and as evidenced from originally receipted invoices, listing appropriate quantities and unit prices. Records in proper form shall be maintained and available to the Project Consultant at all times. b. Labor costs represented by the actual wages paid to all laborers, apprentices, journeymen, and foremen involved in and necessary to completing the particular construction operations, for each day and every hour such labor teams and foremen are actually employed and on the extra Work required, including the net cost of insurance, Social Security and Workmen's Compensation. The furnishing, use and maintenance of small tools and ordinary equipment normal to the work of individual workmen in the trades will be considered part of the labor costs. Records in proper form shall be maintained and available to the Project Consultant at all times. c. Rentals for special equipment or machinery such as power driven roller, tractors, trucks, shovels, drills, mixers, pumps, hoists, etc., required for the economical performance of the Work, at reasonable rental prices agreed upon before work commences, shall be allowed the Contractor and/or his subcontractors by the Project Consultant for each and every hour such special equipment is in use on the particular work. 32.02.10 The Contractor is obligated to proceed with the Work for a Change Order, even though there has not been an agreement reached with the Owner as to an adjustment to the Contract Price or time, and even if there is a dispute as to same. In such instances the Owner, City Engineer or Project Consultant will issue a Construction Change Directive to Contractor providing for the scope of work to be performed and the payment therefore based on 32.02.09 above. A Change Order or proposed Change Order shall not be the basis of the Contractor not performing pursuant to the Contract Documents. 32.02.11 The Contractor, Owner and Project Consultant shall administer and document the Change Order process by utilizing the documentation specified elsewhere in the Contract Documents, including a Construction Change Directive. 32.03 The Project Consultant will have authority to order minor changes in the Work not involving an adjustment to the Contract Sum or Contract Time and not inconsistent with the intent of the Contract Documents. Such changes shall be effected by written order of the Project Consultant and such changes shall be binding on the Owner and the Contractor. 32.04 The Owner has authorized the following approval thresholds for Change Orders in the Name of The City of Pompano Beach, Florida under its General Services Manual, the rules of which are incorporated below: Exhibit “B”, General Terms and Conditions, Page 21 of 32 DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F A. The City Manager is authorized to approve change orders up to the cumulative total of 10 percent of the original construction contract amount, not to exceed $75,000 in the aggregate. B. When the cumulative total of all change orders on a project has exceeded the ceiling established in 32.04A above, all subsequent change orders will require prior City Commission approval, except in emergency cases as declared by the City Manager, or where the change order in question would be in the form of a credit, thereby reducing the adjusted contract amount. C. Approval of change orders under this policy shall be for the purposes of expediting the work in progress and shall be confirmed by City Commission action at the next regular meeting of the City Commission. ARTICLE 33. DISCOVERING AND CORRECTING DEFECTIVE OR INCOMPLETE WORK. 33.01 In the event that the Contractor covers, conceals or obscures its work in violation of this Contract or in violation of a directive from the Owner or the Project Consultant, such work shall be uncovered and displayed for the Owner's or Project Consultant's inspection upon request, and shall be reworked at no cost in time or money to the Owner. 33.02 If any of the work is covered, concealed or obscured in a manner not covered by Subparagraph (A) above, it shall, if directed by the Owner or the Project Consultant, be uncovered and displayed for the Owner's or Project Consultant's inspection. If the uncovered work conforms substantially with this Contract, the costs incurred by the Contractor to uncover and subsequently replace such work shall be borne by the Owner; otherwise, such costs shall be borne by the Contractor. 33.03 The Contractor shall, at no additional cost in money to the Owner or extension of time correct work rejected by the Owner or by the Project Consultant as defective or failing to conform to this Contract. Additionally, the Contractor shall reimburse the Owner for all testing, inspections and other expenses incurred as a result thereof. 33.04 In addition to its warranty obligations set forth elsewhere herein, the contractor shall be specifically obligated to correct any and all defective or nonconforming work for a period of twenty-four (24) months following final completion upon written direction from the Owner. 33.05 The Owner may, but shall in no event be required to, choose to accept defective or nonconforming work. 33.05.01 In such event, the Contract Price shall be reduced, at Owner’s option, by the greater of (i) the reasonable costs of removing and correcting the defective or nonconforming work, or (ii) the difference between the fair market value of the Project as constructed and the fair market value of the Project had it not been constructed in such a manner as to include defective or nonconforming work. 33.05.02 If the remaining portion of the unpaid Contract Price, if any, is insufficient to compensate the Owner for the acceptance of defective or nonconforming work, the Contractor shall, upon written demand from the Owner, pay the owner such remaining compensation for accepting defective or nonconforming work. ARTICLE 34. SAFETY, PROTECTION OF WORK AND PROPERTY. 34.01 Contractor shall be fully and solely responsible for conducting all operations under this Construction Contract at all times in such a manner as to avoid the risk of bodily harm to persons and damage to property. Contractor shall continuously and diligently inspect all Work, material and equipment to discover any conditions which might involve such risks and shall be solely responsible for discovery and correction of any such conditions. 34.02 Contractor shall instruct its personnel on the requirements of the Contractor's safety program and shall coordinate with other contractors and subcontractors on safety matters. Exhibit “B”, General Terms and Conditions, Page 22 of 32 DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F 34.03 Contractor shall provide safety equipment and enforce the use of such equipment by its employees. 34.04 Contractor shall maintain accurate accident and injury reports and shall provide to Owner a monthly summary of injuries and man hours lost due to injuries. 34.05 Contractor shall maintain all portions of the Work in a neat, clean and sanitary condition at all times. 34.06 Contractor shall assure that all Subcontractors shall, without expense to Owner, comply with the foregoing. 34.07 Contractor shall comply with any and all rules, regulations, laws, etc., which apply to safety requirements, including but not limited to OSHA requirements. 34.08 Safety Precautions and Programs: 34.08.01 The Contractor shall be responsible for initiating, maintaining and supervising all safety precautions and programs in connection with the performance of the Contract. 34.08.02 In the event the Contractor encounters on the site material reasonably believed to be asbestos or polychlorinated biphenyl (PCB) which has not been rendered harmless, the Contractor shall immediately stop Work in the area affected and report the condition to the Owner and Project Consultant in writing. The Work in the affected area shall not thereafter be resumed except by written notice from the Owner. The Work in the affected area shall be resumed in the absence of asbestos or polychlorinated biphenyl (PCB), or when it has been rendered harmless, by written agreement of the Owner, Contractor and Project Consultant. 34.08.03 The Contractor shall not be required to perform without consent any Work relating to asbestos or polychlorinated biphenyl (PCB). 34.09 Safety of Persons and Property 34.09.01 The Contractor shall take reasonable precautions for safety of, and shall provide reasonable protection to prevent damage, injury or loss to: a. Employees on the Work and other persons who may be affected thereby; b. The Work and materials and equipment to be incorporated therein, whether in storage on or off the site, under care, custody or control of the Contractor or the Contractor's Subcontractors or Sub- subcontractors; and c. Other property at the site or adjacent thereto, such as trees, shrubs, lawns, walks, pavements, roadways, structures and utilities not designated for removal, relocation or replacement in the course of construction. 34.09.02 The Contractor shall give notices and comply with applicable laws, ordinances, rules, regulations and lawful orders of public authorities bearing on safety of person or property or their protection from damage, injury or loss. a. The Contractor and his Subcontractors shall comply with and conform in all respects to the standard set forth in the Occupational Safety and Health Act (OSHA) of 1970. b. The Contractor shall prominently post and maintain on the jobsite: 1) OSHA 200: Log and summary of occupational injuries and illnesses. 2) OSHA 2203: Provisions of the Act poster. Exhibit “B”, General Terms and Conditions, Page 23 of 32 DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F 34.09.03 The Contractor shall implement and maintain a continuing safety program applicable to all Contractor employees, Subcontractors, and Sub-subcontractors, to include: a. Designating a responsible member of the Contractor's organization at the site as the Contractor's "Safety Officer" whose duty shall be the prevention of accidents, safety inspections, and accident documentation. This person shall be the Contractor's superintendent unless otherwise designated by the Contractor in writing to the Owner and the Project Consultant. b. Holding weekly safety meetings with employees and Subcontractors. c. Implementing OSHA Voluntary Protection Programs. d. Ensuring the presence of an American Red Cross (or other organization acceptable to the Owner) certified Cardiopulmonary Resuscitation (CPR) and first-aid trained individual on site at all times. e. Compliance with the Drug Free Work Place Act of 1988, the Federal Omnibus Transportation Employee Testing Act of 1991, and the certification of compliance with the same as required by the Owner in Document 00457, Drug-Free Workplace Certification. f. Erecting and maintaining reasonable safeguards for safety and protection, including posting danger signs and other warnings against hazards, promulgating safety regulations and notifying owners and users of adjacent sites and utilities. g. Ensuring that employees are not discriminated against or discharged for filing reasonable safety or health complaints or for otherwise exercising their rights in these regards. 34.09.04 When use of hazardous materials or equipment or unusual methods are necessary for execution of the Work, the Contractor shall exercise utmost care and carry on such activities under supervision of properly qualified personnel. 34.09.05 The Contractor shall promptly remedy damage and loss (other than damage or loss insured under property insurance required by the Contract Documents) to properly caused in whole or in part by the Contractor, a Subcontractor or a Sub-subcontractor, or anyone directly or indirectly employed by any of them, or by anyone for whose acts they may be liable and for which the Contractor is reasonable, except damage or loss attributable to acts or omissions of the Owner or Project Consultant or anyone directly or indirectly employed by either of them, or by anyone for whose acts either of them may be liable, and not attributable to the fault of negligence of the Contractor. 34.09.06 The Contractor shall not load or permit any part of the construction or site to be loaded so as to endanger its safety. 34.09.07 Building materials, Contractor's equipment and other supplies may be stored on the premises, but the placing of same shall be in substantial, watertight storage sheds upon the premises where directed in which he shall store all materials which would be damaged by weather. This shall in no manner relieve the Contractor from full responsibility for such materials. Sheds and other storage structures must be secured and anchored in a manner sufficient to withstand hurricane force winds as defined by applicable codes but not less than a 120 mile per hour wind uplift force. 34.10 Emergencies: In an emergency affecting safety of persons or property, the Contractor shall act, at the Contractor's discretion, to prevent threatened damage, injury or loss. ARTICLE 35. ROYALTIES AND PATENTS. 35.01 The Contractor shall pay all royalties and license fees. Exhibit “B”, General Terms and Conditions, Page 24 of 32 DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F 35.02 The Contractor shall be responsible for all infringement of patent rights and shall assume the defense, including payment of attorney fees and costs, of any suit brought against Contractor and/or Owner for infringement of any United States patent or for wrongful use of proprietary information of any third party. 35.03 Contractor hereby indemnifies and shall defend and hold harmless Owner, its officers, its officials, its agents, its employees, and its representatives, respectively, from and against all claims, losses, costs, damages, and expenses, including attorney's fees, incurred by Owner and its representatives, respectively, as a result of or in connection with any claims or actions based upon infringement or alleged infringement of any patent, and arising out of the use of the equipment or materials provided under this Construction Contract by Contractor, or out of the process of actions employed by, or on behalf of Contractor in connection with the performances of this Construction Contract. Contractor shall, at its sole expense, promptly defend against any such claim or action unless directed otherwise by Owner or its representatives; provided that Owner or its representatives shall have notified Contractor upon becoming aware of such claims or actions, and provided further, that Contractor's aforementioned obligations shall not apply to equipment, materials, or processes furnished or specified by Owner or its representatives. 35.04 Contractor shall have the right, in order to avoid such claims or actions, to substitute at its expense non- infringing equipment, materials, or processes, or to modify such infringing equipment, materials and processes so they become non-infringing, or obtain the necessary licenses to use the infringing equipment, materials or processes, provided that such substituted and modified equipment, materials and processes shall meet all the requirements and be subject to all the provisions of the Contract Documents. 35.05 The indemnification pursuant to Florida Statute 725.06 and other Florida laws, etc., shall have a separate consideration of $1.00, receipt of which is hereby acknowledged and incorporated into the project sum. This is incorporated by reference into the Bid Documentation and Specifications if any. ARTICLE 36. TAXES. 36.01 Contractor shall pay all taxes, levies, duties and assessments of every nature which may be applicable to any Work under this Contract. 36.02 The Contract Sum and any agreed changes thereto shall include all taxes imposed by law. Contractor shall make any and all payroll deductions as required by law. 36.03 Contractor herein indemnifies and holds the Owner harmless from any liability on account of any and all such taxes, levies, duties, assessments and deductions. ARTICLE 37. INDEMNITY AND HOLD HARMLESS. 37.01 To the fullest extent permitted by law, the Contractor shall defend, indemnify and hold harmless the Owner, its officers, its officials, its agents and employees and each of them hereinafter collectively referred to as the Owner, from and against any and all judgments, demands, claims, causes of action, liability, expenses, losses, costs, fines, and damages (including reasonable attorney’s fees and expert’s fees) of every kind and character brought against the Owner by any person, party or entity of any kind or nature whatsoever arising out of, incident to, relating or regarding the Contractor’s performance under this Agreement, the condition of the premises, and/or the Contractor’s acts of omission or commission. 37.02 Contractor, however, shall not be responsible to Owner for damages resulting out of bodily injury or damages to property which a Court of competent jurisdiction determines as being attributed to the negligence of Owner, its respective agents, servants, employees or officers. 37.03 Said indemnifications by Contractor shall be extended to include all "Subcontractors", deliverers, suppliers, furnishers of material or anyone acting for, on behalf of, or at the request of the Contractor. 37.04 Contractor recognized the broad nature of this indemnifications and hold harmless clause and voluntarily makes this covenant and expressly acknowledge the receipt of Ten ($10.00) Dollars, which payment is Exhibit “B”, General Terms and Conditions, Page 25 of 32 DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F incorporated into the Contract Sum, and such other good and valuable consideration provided by Owner in support of this indemnification in accordance with the laws of the State of Florida. 37.05 This clause shall survive termination of this Agreement and pursuant to Florida Statute 725.06 be incorporated by reference into any and all Bid Documentation or Specifications. ARTICLE 38. TERMINATION BY THE CONTRACTOR. 38.01 If the Owner repeatedly fails to perform its material obligations to the Contractor for a period of 30 days after receiving written notice from the Contractor of its intent to terminate hereunder, the Contractor may terminate performance under this Contract by written notice to the Owner and the Project Consultant. 38.02 In such event, the Contractor shall be entitled to recover from the Owner as though the Owner had terminated the Contractor's performance for convenience pursuant to the terms and conditions of this Contract. ARTICLE 39. OWNER'S RIGHT TO SUSPEND CONTRACTOR'S PERFORMANCE. 39.01 The Owner shall have the right at any time to direct the Contractor to suspend its performance, or any designated part thereof, for any reason whatsoever, or without reason. If any such suspension is directed by the Owner, the Contractor shall immediately comply with same; 39.02 In the event the Owner directs a suspension of performance under this Paragraph through no fault of the Contractor, the Owner shall pay the Contractor as full compensation for such suspension the Contractor's reasonable costs, actually incurred and paid, of the following items only: 39.02.01 Demobilization and remobilization, including such costs paid to subcontractors; 39.02.02 Preserving and protecting Work in place; 39.02.03 Storage of materials or equipment purchased for the Project, including insurance thereon; 39.02.04 Performing in a later, or during a longer, time frame than that contemplated by this Contract. ARTICLE 40. TERMINATION BY THE OWNER. 40.01 The Owner may, at the Owner’s option, for any reason and at any time terminate for convenience, any work under this Contract, in whole or, from time to time, in part, in accordance with the following terms and conditions: 40.02 The Owner shall give written notice of such termination to Contractor 7 days before it becomes effective. 40.02.01 The Contractor shall incur no further obligations in connection with the Work and the Contractor shall stop work when such termination becomes effective. 40.02.02 The Contractor shall also terminate outstanding orders and subcontracts. 40.02.03 The Contractor shall settle the liabilities and claims arising out of the termination of subcontracts and orders. 40.02.04 The Owner may direct the Contractor to assign the Contractor's right, title and interest under termination orders or subcontracts to the Owner or its designee. 40.02.05 The Contractor shall transfer title and deliver to the Owner such completed or partially completed Work and materials, equipment, parts, fixtures, information and Contract rights as the Contractor has. 40.02.06 When terminated for convenience, the Contractor shall be compensated as follows: Exhibit “B”, General Terms and Conditions, Page 26 of 32 DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F a. The Contractor shall submit a termination claim within one year to the Owner and the Project Consultant specifying the amounts due because of the termination for convenience together with costs, pricing or other data required by the Owner or the Project Consultant. If the Contractor fails to file a termination claim with the Owner’s Project Consultant within one (1) year from the effective date of termination, the Owner shall have no further obligation to the Contractor and Contractor waives any and all rights for compensation based upon the termination. b. The Owner and the Contractor may agree to the compensation, if any, due to the Contractor hereunder; c. Absent agreement to the amount due to the Contractor, the Owner shall pay the Contractor the following amounts: 1. Contract prices for labor, materials, equipment and other services accepted under this Contract; 2. Reasonable costs incurred in preparing to perform and in performing the terminated portion of the Work, and in terminating the Contractor's performance, plus a fair and reasonable allowance for direct jobsite overhead (and not home office or other overhead) and profit thereon (such profit shall not include anticipated profit or consequential damages); provided, however, that if it appears that the Contractor would have not profited or would have sustained a loss if the entire Contract would have been completed, no profit shall be allowed or included and the amount of compensation shall be reduced to reflect the anticipated rate of loss, if any; 3. Reasonable costs of settling and paying legitimate claims arising out of the termination of subcontractors or orders pursuant to this Paragraph. These costs shall not include amounts paid in accordance with other provisions hereof. 4. The total sum to be paid the Contractor under this Subparagraph shall not exceed the total Contract Price, as properly adjusted, reduced by the amount of payments otherwise made, and shall in no event include duplication of payment. 40.03 The Owner may terminate this Contract for cause in accordance with the following terms and conditions: 40.03.01 If the Contractor does not perform the Work, or any part thereof, in a timely manner, supply adequate labor, supervisory personnel or proper equipment or materials, or if it fails to timely discharge its obligations for labor, equipment and materials or proceeds to disobey applicable law, or otherwise commits a violation of a material provision of this Contract, then the Owner, in addition to any other rights it may have against the Contractor or others, may terminate the performance of the Contractor for cause upon seven (7) day written notice and assume possession of the Project site and of all materials and equipment at the site and may complete the Work. 40.03.02 In such case, the Contractor shall not be paid further until the Work is complete. 40.03.03 After final completion has been achieved, if any portion of the Contract Price (as it may be modified hereunder) remains after the cost to the Owner of completing the Work, including all costs and expenses of every nature incurred, has been deducted by the Owner, such remainder shall be paid to the Contractor. Otherwise, the Contractor shall pay the Owner any and all costs, fees, damages or expenses which the Owner has paid or is obligated to pay in excess of the contract price (as it may be modified hereunder). This obligation for payment shall survive the termination of the Contract. In the event the employment of the Contractor is terminated by the Owner for cause pursuant to this Subparagraph and it is subsequently determined by a Court of competent jurisdiction that such termination was without cause, such termination shall thereupon be deemed a Termination for Convenience and the terms of Article 40.02 shall apply. Exhibit “B”, General Terms and Conditions, Page 27 of 32 DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F ARTICLE 41. CONTRACTOR'S INSURANCE 41.01 The Contractor shall maintain such insurance as will protect the Contractor and Owner from claims under Workmen's Compensation Acts, and from any other claims or damages for personal injury, including death and property damage, which may arise from operations under this Contract, whether such operations be by himself or by any subcontractor or anyone directly or indirectly employed by either, as more fully set forth below and in the amounts provided herein. Prior to commencement of the Work, all Certificates of Insurance executed by authorized representatives of the insurance company shall be filed with the Owner and shall be subject to its approval for accuracy of protection. In addition, the Owner may at any time require that Contractor or its insurer provide any other documentation regarding insurance to Owner including, but not limited to, the policy. The Contractor shall not commence Work under this Contract until the provisions of this paragraph have been complied with. Owner may withhold payments due to Contractor in accordance with this Contract or terminate or suspend this Contract with all costs or expenses associated with same to be paid by Contractor in the event Contractor fails to comply with any requirement in the Contract regarding insurance. In the event of cancellation of any policy, Contractor is obligated to immediately notify Owner of same and obtain policy(s) in accordance with the Contract Documents. 41.02 Contractor shall comply with any and all insurance obligation required by law, rules, regulations, etc., including but not limited to those required by State Regulations for Educational Facilities. 41.03 The Contractor will be required to provide a Certificate of Insurance indicating that Workers' Compensation has been provided for all employees in compliance with Chapter 440, Florida Statutes. 41.04 The Contractor shall procure and carry Comprehensive General Liability insurance including contractual and indemnification liability covering this Contract and Products/Completed Operations Liability Insurance covering personal injury and bodily injury in limits of not less than $1,000,000 for injury or death to any one person and not less than $2,000,000 each occurrence; and shall carry insurance against property damage in limits of not less than $1,000,000 per claimant and $2,000,000 per occurrence as a minimum coverage. The Contractor shall also procure and carry Owner's and Contractor's protective liability insurance. In the event that work to be performed hereunder by Contractor involves the removal and disposal of asbestos-related materials, Contractor shall, in addition to the foregoing coverages, also provide and carry Asbestos Liability-Occurrence form only, with $1,000,000 per occurrence, $2,000,000 aggregate. All insurance shall name the Owner as an additional insured, and shall remain in full force and effect for two (2) years following Contractor’s completion of the work. 41.05 The Contractor shall carry at no additional expense to the Owner, Builders' Risk Insurance for the perils of fire, vandalism, malicious mischief and those included in extended coverage in the amount of one hundred percent (100%) of the values at risk. Such policies shall be written to protect the Contractor and the Owner as their interest may appear. 41.06 All Contractors shall maintain automobile liability insurance against bodily injury and property damage in at least the amounts of one million dollars ($1,000,000) per claimant, one million dollars ($1,000,000) per occurrence. 41.07 The insurance coverage amounts provided for in this Section are the minimum required insurance amounts. The Owner may require additional insurance or coverage on a case-by-case basis. Any insurance or coverage amounts in addition to those provided for herein shall be specified in the Contract Documents. 41.08 The Owner is not maintaining any insurance on behalf of Contractor covering against loss or damage to the Work or to any other property of Contractor. In the event Contractor maintains insurance against physical loss or damage to Contractor's construction equipment and tools, such insurance shall include an insurer's waiver or rights of subrogation in favor of Owner. Exhibit “B”, General Terms and Conditions, Page 28 of 32 DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F 41.09 The requirements contained herein as to types and limits, as well as Owner's approval of insurance coverage to be maintained by Contractor, are not intended to and shall not in any manner limit or qualify the liabilities and obligations assumed by Contractor under the Contract. 41.10 The policies of such insurance in force, shall be issued by companies qualified to do business in the State of Florida and be acceptable to the Owner and shall provide that the Owner be given thirty (30) days advance written notice of the cancellation, expiration or any material change in the coverage afforded thereunder. The companies must be rated at least A-VI by AM Best or Aa3 by Moody's Investor Service. All policies must remain in effect during performance of the Work and for a period of one year after final completion. 41.11 Uninsured Claims. If any action by any person, firm or corporation is brought or threatened against the Owner or against the Contractor and the Owner for any alleged loss, damage or injury arising out of or in the consequence of the performance or nonperformance of the Contract which, in the reasonable opinion of the Owner, may not be covered by the contingent liability, public liability or property damage insurance policy, or, which together with other such actions or claims seeks a recovery in excess of the amount payable under such policies, the amount of such recovery sought or so much thereof as the Owner reasonably deems necessary, may be withheld by the Owner from any money due the Contractor. The Owner in its sole discretion may permit the Contractor to substitute other satisfactory security in lieu of the monies so withheld. If the liability of the Owner is determined by judgment or award of a court or other tribunal of competent jurisdiction, or if such recovery sought shall have been admitted by the Contractor to be valid, the Owner may pay such judgment, award of admitted recovery out of the monies retained by the Owner under the provisions of this subparagraph and return the remaining balance, if any, to the Contractor. 41.12 Adequate funds shall be retained for the insurance costs listed in the Schedule of Values attached to the Contractor’s respective Applications for Payment to account for insurance coverage renewals on multi- year projects coupled with invoices to substantiate the annual costs. ARTICLE 42. PERFORMANCE BOND AND PAYMENT BOND 42.01 For a Project with an estimated cost of $200,000.00 or more, the Contractor shall furnish bonds covering faithful performance of the Contract and payment of obligations arising thereunder as specifically required in the Contract Documents on the date of execution of the Contract. ARTICLE 43. RIGHT TO AUDIT PROVISIONS 43.01 Contractor's records which shall include but not be limited to accounting records, written policies and procedures, computer records, disks and software, videos, photographs, subcontract files (including proposals of successful and unsuccessful bidders), originals estimates, estimating worksheets, correspondence, change order files (including documentation covering negotiated settlements), and any other supporting evidence necessary to substantiate charges related to this contract (all the foregoing hereinafter referred to as "records") shall be open to inspection and subject to audit and/or reproduction, during normal working hours, by Owner's agent or its authorized representative to the extent necessary to adequately permit evaluation and verification of any invoices, payments or claims submitted by the contractor or any of his payees pursuant to the execution of the contract. Such records subject to examination shall also include, but not be limited to, those records necessary to evaluate and verify direct and indirect costs (including overhead allocations) as they may apply to costs associated with this contract. 43.02 For the purpose of such audits, inspections, examinations and evaluations, the Owner's agent or authorized representative shall have access to said records from the effective date of this contract, for the duration of the Work, and until 5 years after the date of final payment by Owner to Consultant pursuant to this contract. 43.03 Owner's agent or its authorized representative shall have access to the Contractor's facilities, shall have access to all necessary records, and shall be provided adequate and appropriate work space, in order to Exhibit “B”, General Terms and Conditions, Page 29 of 32 DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F conduct audits in compliance with this article. Owner's agent or its authorized representative shall give auditees reasonable advance notice of intended audits. 43.04 Contractor shall require all subcontractors, insurance agents, and material suppliers (payees) to comply with the provisions of this article by insertion of the requirements hereof in any written contract agreement. Failure to obtain such written contracts which include such provisions shall be reason to exclude some or all of the related payees' costs from amounts payable to the Contractor pursuant to this contract. 43.05 If an audit inspection or examination in accordance with this article, discloses overcharges (of any nature) by the Contractor to the Owner in excess of 10% percent of the total contract billings, the actual cost of the Owner's audit shall be paid by the Contractor. ARTICLE 44. LAWS AND REGULATIONS 44.01 Contractor and its employees and representative shall at all times, comply with all applicable laws, ordinances, statutes, rules and regulations in effect at the time Work is performed pursuant to the Contract Documents. 44.02 If, during the term of this Construction Contract, there are any changed or new laws, ordinances or regulations not in existence at the time of signing this Construction Contract which become effective and which affect the cost or time of performance of the Construction Contract, Contractor shall within fifteen (15) days of the discovery of said law, ordinance or regulation, notify Owner in writing and submit detailed documentation of such effect in terms of both time and cost of performing the Construction Contract. Upon concurrence by Owner as to the effect of such changes, an adjustment in the compensation and/or time of performance may be made at Owner's discretion. 44.03 If any discrepancy or inconsistency should be discovered between the Contract Documents and any law, ordinance, regulation, order or decree, Contractor shall within fifteen (15) days of discovery of same report the same in writing to Owner who will issue such instructions as may be necessary. ARTICLE 45. DISPUTE RESOLUTION. 45.01 The Owner and Contractor agree that, in the event of a dispute, the parties will attempt to resolve such dispute without litigation and that resolution through mediation procedures will be encouraged. 45.02 The existence of a dispute between the parties shall not be the basis of the Contractor unilaterally electing not to continue performance pursuant to the terms of the Contract Documents. ARTICLE 46. GOVERNING LAW AND ATTORNEYS FEES. 46.01 The Construction Contract shall be governed by the laws of the State of Florida. 46.02 In the event either party institutes litigation regarding or relating to this Contract or for breach of any of its terms all litigation and appeals shall have venue in Broward County, Florida or in the U.S. District Court for the Southern District of Florida. 46.03 To the fullest extent permitted by law, Owner, Contractor, and Contractor’s Surety do hereby each waive the right to trial by jury in any action or proceeding, including any counterclaims/crossclaims/third (or more remote) party complaints which may be brought by Owner, Contractor, or Surety, jointly and/or severally, arising out of or in any way related to this Construction Contract and/or attendant suretyship including, without limiting the generality thereof, any claim for damages resulting from any act or omission of Owner, Contractor, or Surety, jointly or severally, in any way connected with this Construction Contract. Exhibit “B”, General Terms and Conditions, Page 30 of 32 DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F ARTICLE 47. RIGHTS AND REMEDIES. 47.01 The duties and obligations imposed by the Contract Documents and the rights and remedies available thereunder shall be in addition to and not a limitation of any duties, obligations, rights and remedies otherwise imposed or available by law. ARTICLE 48. SUCCESSORS, ASSIGNS AND ASSIGNMENT. 48.01 The Owner and the Contractor each binds itself, its partners, successors, assigns and legal representatives to the other party in respect to all covenants, agreements and obligations contained in the Construction Contract. It is agreed that the Contractor shall not assign, transfer, convey or otherwise dispose of the contract or its right, title and interest in and to the same or any part thereof, without previous consent of the Owner and concurred to by the Sureties. 48.02 If requested by Owner the Contractor agrees to assign all Subcontracts required for performance of this Contract to the Owner upon the Owner or Project Consultant's determination that Contractor has defaulted under the Contract Documents. The Contractor shall include in all Subcontracts, equipment leases and purchase orders a provision requiring the subcontractor, equipment lessor or supplier, in the event of Contractor's default under this Contract, to consent to the assignment of their subcontracts to the Owner. ARTICLE 49. PUBLIC RECORDS. 49.01 A. The City of Pompano Beach is a public agency subject to Chapter 119, Florida Statutes. The Contractor shall comply with Florida’s Public Records Law, as amended. Specifically, the Contractor shall: a. Keep and maintain public records required by the City in order to perform the service; b. Upon request from the City’s custodian of public records, provide the City with a copy of 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 in Chapter 119, Florida Statutes or as otherwise provided by law; c. Ensure that public records that are exempt or that are confidential and exempt from public record requirements are not disclosed except as authorized by law; d. 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 City; and e. Upon completion of the contract, transfer, at no cost to the City, all public records in possession of the Contractor, or keep and maintain public records required by the City to perform the service. If the Contractor transfers all public records to the City 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 City, upon request from the City’s custodian of public records in a format that is compatible with the information technology systems of the City. 49.02 The failure of Contractor to comply with the provisions set forth in this Article shall constitute a Default and Breach of this Agreement and the City shall enforce the Default in accordance with the provisions set forth in Article 40. PUBLIC RECORDS CUSTODIAN Exhibit “B”, General Terms and Conditions, Page 31 of 32 DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR’S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT: CITY CLERK 100 W. Atlantic Blvd., Suite 253 Pompano Beach, Florida 33060 (954) 786-4611 RecordsCustodian@copbfl.com Exhibit “B”, General Terms and Conditions, Page 32 of 32 DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F MEMORANDUM #2022-48 Utility Field Operations Wastewater Pumping Wastewater Transmission Stormwater Water and Reuse Distribution Phone # (954) 786-4082 Fax # (954) 786-4003 DATE: June 28, 2022 TO: Mark Berman, City Attorney FROM: Nathaniel J. Watson, Acting-Utilities Field Superintendent VIA: Brian Donovan, Assistant City Manager A. Randolph Brown, Utilities Director SUBJECT: Request for Ordinance: Trenchless Rehab & Pipe-Bursting Technology Contract Please consider this a request for Ordinance for the attached construction agreement for Trenchless Rehab & Pipe-Bursting Technology between the City of Pompano Beach and Murphy Pipeline Contractors, LLC, for the furnishment of all labor, equipment and materials for underground utility rehabilitation services. The attached agreement shall enable the City to maintain and/or improve upon water, wastewater and stormwater infrastructure throughout their beneficial service life. If I can please have the resolution ASAP as we hope to make the July 12th Commission Meeting. DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F M E M O R A N D U M To: Gregory P. Harrison, City Manager Through: Carla R. Byrd, General Services Director From: Jeff English, Purchasing Agent Purchasing #22-023 June 21, 2022 Subject: Approve Recommendation of Award to Sole Proposer for RFP E-15-22 Trenchless Rehabilitation and Pipe Bursting Technology Contract Need/Background Request for Proposals (RFP) E-15-22 was issued to establish an as-needed, open-end annual contract for the trenchless replacement or rehabilitation of underground pipes. The notice list for this project was created by using companies suggested by the requesting department, companies that have responded to prior solicitations, companies that have requested their names be placed on the notice list, and companies from appropriate listings in other sources. Number of companies/firms submitting proposals..............................1 Advertising The RFP was advertised in the Sun Sentinel, and notices were sent to bid notice agencies throughout the nation. The RFP package was also posted on the City’s eBid System for download by interested companies/firms and notice sent to all registered bidders by email. Selection/Evaluation Committee One (1) response was received to the solicitation. The Selection/Evaluation Committee met on June 22, 2022 (in a public meeting) to review, evaluate, and score the response. Copies of the minutes of the meeting, and the voting matrix and scoring sheets, are attached. Recommendation The recommendation from the Selection/Evaluation Committee to the City Commission is to approve the evaluation and ranking, as well as approve and authorize the execution of a construction agreement with the sole proposer: Murphy Pipeline Contractors, LLC. attachments cc: file DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F MINUTES SELECTION / EVALUATION COMMITTEE RFP #E-15-22 Trenchless Rehabilitation and Pipe-Bursting Technology City Commission Chambers 10:00 a.m. 06/22/22 The Selection/Evaluation Committee (Committee) consisted of: Steve Almyda, Wastewater Collection Supervisor (Voting) Earl Bosworth, Assistant City Manager (Voting) A. Randolph Brown, Utilities Director (Voting) Richard Johnson, Utilities Treatment Plant Operations Manager (Voting) John Sfiropoulos, City Engineer (Voting) Nathaniel Watson, Water Distribution Supervisor (Non-Voting) Also in attendance: Carla R. Byrd, Purchasing Director (Non-Voting) Jeff English, Purchasing Agent (Non-Voting) Tammy R. Thompkins, Purchasing Agent (Non-Voting) The meeting was held to evaluate the proposals received in response to the City's solicitation to establish an as-needed, open-end annual contract for the trenchless replacement or rehabilitation of underground pipes. This meeting was posted as a “Public Meeting” both at City Hall and at the Purchasing Division of the General Services Department, and on the City’s website. One (1) company responded to the City’s RFP. The meeting was called to order at 10:00 a.m. The Purchasing Division of the General Services Department facilitated the meeting by explaining the evaluation procedures as detailed in the RFP and collected Conflict of Interest Statements from all voting members. Nathaniel Watson led the technical discussion. Each Committee member had reviewed all of the responses in advance of the meeting. The Committee discussed the proposal, and scored the response using voting forms containing the evaluation criteria published in the RFP, with the following results: Murphy Pipeline Contractors, LLC. ..................................... 454 The Committee decided oral presentations would not be required. The consensus of the Committee was that the sole responsive and responsible proposer would be recommended for a contract. A copy of the ranking analysis detail is attached. An agenda item will be prepared to present the Committee's recommendation to the City Commission for its approval to authorize the execution of a construction agreement with the sole proposer: Murphy Pipeline Contractors, LLC. The Committee meeting adjourned at 10:17 a.m. DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F Ranking Analysis Detail 06/22/22, E-15-22 TRENCHLESS REHABILITATION AND PIPE-BURSTING TECHNOLOGY Total Potential Points Murphy Pipeline Contractors, LLC Committee Member Potential Points Steve Almyda Prior experience with projects of similar size 0-15 13 Qualification of personnel 0-10 5 Availability of personnel 0-15 10 Proximity of the nearest office to the City of Pompano Beach 0-5 4 Financial Responsibility 0-20 20 Owned Equipment 0-35 25 Total = 77 Committee Member Potential Points Earl Bosworth Prior experience with projects of similar size 0-15 13 Qualification of personnel 0-10 8 Availability of personnel 0-15 15 Proximity of the nearest office to the City of Pompano Beach 0-5 3 Financial Responsibility 0-20 18 Owned Equipment 0-35 35 Total = 92 Committee Member Potential Points A. Randolph Brown Prior experience with projects of similar size 0-15 15 Qualification of personnel 0-10 10 Availability of personnel 0-15 12 Proximity of the nearest office to the City of Pompano Beach 0-5 4 Financial Responsibility 0-20 20 Owned Equipment 0-35 30 Total = 91 Page 1 of 2 DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F Committee Members (Average) Prior experience with projects of similar size 0-15 14 Qualification of personnel 0-10 9 Availability of personnel 0-15 13 Proximity of the nearest office to the City of Pompano Beach 0-5 4 Financial Responsibility 0-20 20 Owned Equipment 0-35 31 verage Score = 91 Ranking Analysis Detail 06/22/22, E-15-22 TRENCHLESS REHABILITATION AND PIPE-BURSTING TECHNOLOGY Total Potential Points Murphy Pipeline Contractors, LLC Committee Member Potential Points Richard Johnson Prior experience with projects of similar size 0-15 15 Qualification of personnel 0-10 10 Availability of personnel 0-15 15 Proximity of the nearest office to the City of Pompano Beach 0-5 4 Financial Responsibility 0-20 20 Owned Equipment 0-35 30 Total = 94 Committee Member Potential Points John Sfirpoulos Prior experience with projects of similar size 0-15 15 Qualification of personnel 0-10 10 Availability of personnel 0-15 15 Proximity of the nearest office to the City of Pompano Beach 0-5 5 Financial Responsibility 0-20 20 Owned Equipment 0-35 35 Total = 100 A Committee Members (Total) Prior experience with projects of similar size 0-75 71 Qualification of personnel 0-50 43 Availability of personnel 0-75 67 Proximity of the nearest office to the City of Pompano Beach 0-25 20 Financial Responsibility 0-100 98 Owned Equipment 0-175 155 Grand Total= 454 Page 2 of 2 DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4C 0372F -- -- •77 EVALUATION CRITERIA RFP E-15-22 Trenchless Rehabilitation and Pipe-Bursting Technology Criteria Prior experience with projects of simil a r size: N umber of simil ar projects Prior experience wi th the City of Pompano Five (5) references 2 Qua li ficat ion of personnel: N umber of staff Experience of staff in this type of en v i ronment 3 Availabi lity of personnel: 4 Proximity of the nea rest office to the City of Po mpano Beach 5 Financi a l Responsi bili ty 6 Owned Eq ui pment Age of equipment Tota l Point Range Score 0-1 5 0-1 0 0-1 5 10 0-5 'I 0-20 zo 25" 0-35 0-100 COMMENTS: \ ..:::, Signature of Evaluator Date Printed Name DocuSign Envelope I0: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F . A"----- EVALUATION CRITERIA RFP E-15-22 Trenchless Rehabilitation and Pipe-Bursting Technology Propose r---LC......::...........{.:.... + { - -·t./.i:..-=------ 10 Criteria Point Range Score Pri or experience with projects of similar si ze: N umber of similar projects Pri or experience with the City of Pom pano Five (5) references 2 Quali ftcation of personnel : N umber of staff Experi ence of staff in this t ype of en vironment 3 Avai la bility of personnel: 4 Prox imity of the nearest office to the City of Pompa no Beach 5 Fi na ncial Responsibilit y 6 Ow ned Eq uipment Age of equipment Tota l COMMENTS: 0-1 5 {J_ 0-10 L 0-15 Jj_ 0-5 3 0-20 JJ:_ 0-35 0-100 32 I [J- Jr;r/o /+t1rc C { 1 Q ,Je rr /C o N <(? . f · Ql\ ( c \ ..._, '- f r )'. , /. J '>I ( 0 'rr' I' I 1- Signature of Evaluator t)ldJ /Jl Date Cc..d Go)'-/6 Printed Name i\.. DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4C 0372F EVALUATION CRITERIA RFP E-15-22 Trenchless Rehabilitation and Pipe-Bursting Technology Proposer Murphy Pi peline Contractors, LLC. (MPC) Line Criterai Point Range Score Prior experience with projects of sim ilar size: 0-1 5 ---1.5....-- Nu m ber of similar projects Prior experience with the City of Pompano Fi ve (5) references 2 Qualification of person nel: 0-10 Num ber of staff Experience of staff in this type of environment 3 Ava il abi l ity of personnel : 0-1 5 ----t2- 4 Proximity of the nearest office to the City of Pompano Beach 0-5 -4-- 5 Financia l Responsi bility 0-20 ---2e- 6 Owned Eq uipment -30- Age of equipment 0-35 Total 0-100 COMMENTS: A. andolph Brown Signature of Evaluator Date Printed Name DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4C 0372F EVALUATION CRITERIA RFP E-15-22 Trenchless Rehabilitation and Pipe-Bursting Technology Proposer /llv 7j .., / Criteria Prior experience with projects of similar size: Number of similar projects Prior experience with the City of Pompano Five (5) references 2 Qualification of persormel: Number of staff Experience of staff in this type of environment 3 Avai lability of personnel: 4 Proximity of the nearest office to the City of Pompano Beach 5 Financial Responsibility 6 Owned Equ i pment Age of equipment Total COMMENTS: Point Range 0-1 5 ;.5 0-10 0-15 /.s-- 0-5 L 0-20 0-35 0-100 .- cc:' L 7 7 Date 7 2£UJ Printed Name J5 ;D DocuSign Envelope 1 0: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F EVALUATION CRITERIA RFP E-15-22 Trenchless Rehabilitation and Pipe-Bursting Technology Proposer----' i_'C_. _ Criteria Prior experience with projects of similar size: Number of sim ilar projects Prior experience with the City of Pompano Five (5) references 2 Qualification of personnel : Number of staff Experience of staff in this type of environment 3 Availability ofpersonnel: 4 Proxi mity of the nearest office to the City of Pompano Beach 5 Financial Responsibility 6 Owned Equipment Age of eq uipment Total Point Ranee 0-15 0-10 0-1 5 ;5 0-5 s 0-20 0 0-35 0-100 1!2_(} COMMENTS: I I wo r- (L woriL of Evaluator Date Printed Name DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F DATE (MM/DD/YYYY) 03/29/2022 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 have ADDITIONAL INSURED provisions or 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 Alliant Insurance Services Houston, LLC 5444 Westheimer, Suite 900 Houston, TX 77056 CONTACT NAME: Brett Sauer PHONE (A/C, No, Ext): 602-707-1931 FAX (A/C, No): 602-707-1932 E-MAIL ADDRESS: Brett.Sauer@alliant.com INSURER(S) AFFORDING COVERAGE NAIC # INSURER A: Greenwich Insurance Company 22322 INSURED Murphy Pipeline Contractors, LLC 12235 New Berlin Road Jacksonville, FL 32226 INSURER B: Various INSURER C: XL Specialty Insurance Company 37885 INSURER D: INSURER E: INSURER F: $ 300,000 CERTIFICATE OF LIABILITY INSURANCE 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 TYPE OF INSURANCE X COMMERCIAL GENERAL LIABILITY ADDL SUBR INSR WVD POLICY NUMBER POLICY EFF (MM/DD/YYYY) POLICY EXP (MM/DD/YYYY) LIMITS EACH OCCURRENCE $ 1,000,000 CLAIMS-MADE X OCCUR DAMAGE TO RENTED PREMISES (Ea occurrence) MED EXP (Any one person) $ 10,000 A X CGD740922009 04/01/2022 04/01/2023 PERSONAL & ADV INJURY $ 1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ 2,000,000 PRO- POLICY X JECT LOC PRODUCTS-COMP/OP AGG $ 2,000,000 OTHER: $ AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT (Ea accident) $ 2,000,000 X ANY AUTO BODILY INJURY (Per person) $ A OWNED AUTOS ONLY HIRED AUTOS ONLY SCHEDULED AUTOS NON-OWNED AUTOS CAD740922109 04/01/2022 04/01/2023 BODILY INJURY (Per accident) $ PROPERTY DAMAGE (Per accident) $ $ UMBRELLA LIAB X OCCUR Various 04/01/2022 04/01/2023 EACH OCCURRENCE $ 10,000,000 B X EXCESS LIAB CLAIMS-MADE AGGREGATE $ 10,000,000 DED RETENTION $ $ WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE Y/N X PER STATUTE OTH- ER OFFICER/MEMBER EXCLUDED? N C (Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS below N/A CWD740921909 04/01/2022 04/01/2023 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 / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) The Policies below are excess of the General Liability, Auto Liability, and Employer’s Liability: Carrier Name Policy Number Limit NAIC # AXIS Surplus Insurance Company P-001-000524083-02 $3,000,000 26620 Starr Indemnity & Liability Company 1000585633221 $7,000,000 xs $3,000,000 38318 Re: SE 12th Street Pipe Bursting Project. City of Pompano Beach. The General Liability policy includes a blanket Additional Insured endorsement that provides Additional Insured status to certain persons and organizations when required by written contract and subject to the terms and conditions of the endorsement. CERTIFICATE HOLDER CANCELLATION By Danielle Thorpe at 1:32 pm, Jul 06, 2022 City of Pompano Beach Attn: Risk Manager P.O. Box 1300 Pompano Beach, FL 33061 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 © 1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25 (2016/03) The ACORD name and logo are registered marks of ACORD DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F POLICY NUMBER: CGD740922009 COMMERCIAL GENERAL LIABILITY CG 20 10 12 19 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED – OWNERS, LESSEES OR CONTRACTORS – SCHEDULED PERSON OR ORGANIZATION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or Organization(s) Location(s) Of Covered Operations ANY PERSON OR ORGANIZATION FOR WHOM YOU ARE PERFORMING OPERATIONS WHEN YOU AND SUCH PERSON OR ORGANIZATION HAVE AGREED IN WRITING IN A CONTRACT OR AGREEMENT THAT SUCH PERSON OR ORGANIZATION BE ADDED AS AN ADDITIONAL INSURED ON YOUR POLICY, PROVIDED THE "BODILY INJURY" OR "PROPERTY DAMAGE" OCCURS SUBSEQUENT TO THE EXECUTION OF THE WRITTEN CONTRACT OR WRITTEN AGREEMENT. VARIOUS AS REQUIRED PER WRITTEN CONTRACT. Information required to complete this Schedule, if not shown above, will be shown in the Declarations. A. Section II – Who Is An Insured is amended to include as an additional insured the person(s) or organization(s) shown in the Schedule, but only with respect to liability for "bodily injury", "property damage" or "personal and advertising injury" caused, in whole or in part, by: 1. Your acts or omissions; or 2. The acts or omissions of those acting on your behalf; in the performance of your ongoing operations for the additional insured(s) at the location(s) designated above. However: 1. The insurance afforded to such additional insured only applies to the extent permitted by law; and 2. If coverage provided to the additional insured is required by a contract or agreement, the insurance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured. B. With respect to the insurance afforded to these additional insureds, the following additional exclusions apply: This insurance does not apply to "bodily injury" or "property damage" occurring after: 1. All work, including materials, parts or equipment furnished in connection with such work, on the project (other than service, maintenance or repairs) to be performed by or on behalf of the additional insured(s) at the location of the covered operations has been completed; or 2. That portion of "your work" out of which the injury or damage arises has been put to its intended use by any person or organization other than another contractor or subcontractor engaged in performing operations for a principal as a part of the same project. CG 20 10 12 19 © Insurance Services Office, Inc., 2018 Page 1 of 2 DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F C. With respect to the insurance afforded to these additional insureds, the following is added to Section III – Limits Of Insurance: If coverage provided to the additional insured is required by a contract or agreement, the most we will pay on behalf of the additional insured is the amount of insurance: 1. Required by the contract or agreement; or 2. Available under the applicable limits of insurance; whichever is less. This endorsement shall not increase the applicable limits of insurance. Page 2 of 2 © Insurance Services Office, Inc., 2018 CG 20 10 12 19 DocuSign Envelope ID: AF8A5657-FF4C-4C1E-9F27-580CA4CD372F POLICY NUMBER: CGD740922009 COMMERCIAL GENERAL LIABILITY CG 20 37 12 19 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED – OWNERS, LESSEES OR CONTRACTORS – COMPLETED OPERATIONS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or Organization(s) Location And Description Of Completed Operations ANY PERSON OR ORGANIZATION FOR WHOM YOU ARE PERFORMING OPERATIONS WHEN YOU AND SUCH PERSON OR ORGANIZATION HAVE AGREED IN WRITING IN A CONTRACT OR AGREEMENT THAT SUCH PERSON OR ORGANIZATION BE ADDED AS AN ADDITIONAL INSURED ON YOUR POLICY, PROVIDED THE "BODILY INJURY" OR "PROPERTY DAMAGE" OCCURS SUBSEQUENT TO THE EXECUTION OF THE WRITTEN CONTRACT OR WRITTEN AGREEMENT. VARIOUS AS REQUIRED PER WRITTEN CONTRACT. Information required to complete this Schedule, if not shown above, will be shown in the Declarations. A. Section II – Who Is An Insured is amended to include as an additional insured the person(s) or organization(s) shown in the Schedule, but only with respect to liability for "bodily injury" or "property damage" caused, in whole or in part, by "your work" at the location designated and described in the Schedule of this endorsement performed for that additional insured and included in the "products-completed operations hazard". However: 1. The insurance afforded to such additional insured only applies to the extent permitted by law; and 2. If coverage provided to the additional insured is required by a contract or agreement, the insurance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured. B. With respect to the insurance afforded to these additional insureds, the following is added to Section III – Limits Of Insurance: If coverage provided to the additional insured is required by a contract or agreement, the most we will pay on behalf of the additional insured is the amount of insurance: 1. Required by the contract or agreement; or 2. Available under the applicable limits of insurance; whichever is less. This endorsement shall not increase the applicable limits of insurance. CG 20 37 12 19 © Insurance Services Office, Inc., 2018 Page 1 of 1 RFP E‐15‐22 Trenchless Technology Rehabilitation and Pipe‐Bursting Technology Vendor: QTY Unit Unit Price The following items apply as applicable to sections B thru O and as needed in section A items 1‐7: 1 Mobilization 1 Day $216.20 Pre‐Construction Video 1 LF $4.32 a) Survey/As‐builts 1 LF $1.78 2 Erosion Control 1 LF $5.41 3 MOT a) Signage 1 Day $270.25 b) Flagmen 1 HR $48.65 4 Excavation/Backfill a) 0‐4 feet deep 1 Cuft $2.16 b) 4‐6 feet deep 1 Cuft $3.24 c) 6‐10 feet deep 1 Cuft $4.32 d) Dewatering to include wellpoint system or drawdown pump per pit 1 Day $167.56 5 Trench Shoring a) 4‐6 feet deep 1 F Trench $27.03 b) 6‐10 feet deep 1 LF Trench $37.84 6 Surface Restoration a) Sod 1 SF $2.16 b) 4‐inch concrete 1 SF $9.19 c) 6‐inch concrete 1 SF $11.35 d) 2‐inch asphalt 1 SF $5.41 e) 3‐inch asphalt 1 SF $7.57 f) Curb 1 LF $37.84 7 Material extras a) Lime Rock 1 SY $54.05 b) 57/Washed Stone 1 SY $54.05 c) Imported Sand 1 SY $43.24 d) Gravel 1 SY $48.65 e) Geo Grid 1 SY $8.38 B) Pipe Bursting with HDPE for Gravity Sewer Lines HDPE DR 17 8 6‐inch diameter 1 LF $37.84 9 8‐inch diameter 1 LF $43.24 10 10‐inch diameter 1 LF $48.65 11 12‐inch diameter 1 LF $54.05 12 14‐inch diameter 1 LF $77.83 13 16‐inch diameter 1 LF $99.45 14 18‐inch diameter 1 LF $123.23 15 20‐inch diameter 1 LF $148.10 Manhole Connections 16 6‐inch 1 EA $162.15 QTY Unit Unit Price 17 8‐inch 1 EA $216.20 18 10‐inch 1 EA $270.25 19 12‐inch 1 EA $324.30 20 14‐inch 1 EA $378.35 21 16‐inch 1 EA $432.40 22 18‐inch 1 EA $486.45 23 20‐inch 1 EA $540.50 Sewer Later Connections 24 4‐inch connection a) 0‐4 feet deep 1 EA $1026.95 b) 4‐6 feet deep 1 EA $1,621.50 c) 6‐10 feet deep 1 EA $2,702.50 25 6‐inch connection a) 0‐4 feet deep 1 EA $1,297.20 b) 4‐6 feet deep 1 EA $2,053.90 c) 6‐10 feet deep 1 EA $3,134.90 Clean‐out Installation 26 4‐inch 1 EA $405.38 27 6‐inch 1 EA $513.48 Sewer Lateral Pipe Bursting 28 4‐inch 1 LF $33.51 29 6‐inch 1 LF $37.84 C) Pipe Bursting with Pre‐Chlorination for Water Main Replacement Procedure HDPE DR 11 30 3‐inch diameter 1 LF $29.19 31 4‐inch diameter 1 LF $33.51 32 6‐inch diameter 1 LF $43.24 33 8‐inch diameter 1 LF $48.65 34 10‐inch diameter 1 LF $54.05 35 12‐inch diameter 1 LF $59.46 36 14‐inch diameter 1 LF $101.61 37 16‐inch diameter 1 LF $129.72 38 18‐inch diameter 1 LF $145.94 39 20‐inch diameter 1 LF $183.77 40 24‐inch diameter 1 LF $237.82 Note: Installation with HDPE, Fusible PVC/Ductile Iron available at market price Fittings a) Bends and sleeves, DI 41 6‐inch 1 EA $405.38 42 8‐inch 1 EA $459.43 43 10‐inch 1 EA $540.50 44 12‐inch 1 EA $864.80 45 14‐inch 1 EA $1,297.20 46 16‐inch 1 EA $1,594.48 47 18‐inch 1 EA $1,891.75 48 20‐inch 1 EA $247.25 49 24‐inch 1 EA $3,243.00 b) Tees, DI 50 6x6x4 1 EA $459.43 51 6x6x6 1 EA $513.48 52 8x8x4 1 EA $621.58 53 8x8x6 1 EA $648.60 54 8x8x8 1 EA $756.70 55 10x10x4 1 EA $675.63 56 10x10x6 1 EA $810.75 57 10x10x8 1 EA $891.83 58 10x10x10 1 EA $972.90 59 12x12x6 1 EA $1,189.10 60 12x12x8 1 EA $1,243.15 61 12x12x10 1 EA $1,297.20 66 12x12x12 1 EA $1,378.28 67 14x14x14 1 EA $1,729.60 68 16x4 tee 1 EA $2,972.75 69 16x6x6cross 1 EA $4,053.75 70 16x6 tee 1 EA $3,188.95 71 16x6 tee blowoff 1 EA $3,783.50 72 16x8x8 cross 1 EA $4,269.95 73 16x20 reducer 1 EA $1,351.25 74 18x18x18 1 EA $2,378.20 75 20 tee 1 EA $4,594.25 76 20 cross 1 EA $5,405.00 77 24 tee 1 EA $5,675.25 78 24 cross 1 EA $6,486.00 a) Fittings available per Pound 1 LB $5.03 Gate Valves 79 4‐inch 1 EA $748.00 80 6‐inch 1 EA $1490.00 81 8‐inch 1 EA $2,100.00 QTY Unit Unit Price 82 10‐inch 1 EA $2,450.00 83 12‐inch 1 EA $3,175.00 84 14‐inch 1 EA $5,945.50 85 16‐inch 1 EA $7,250.00 86 18‐inch 1 EA $11,000.00 87 20‐inch 1 EA $15,750.00 88 24‐inch 1 EA $22,750.00 89 Remove valve only 1 EA $270.25 90 Install new valve vault 1 EA $6,486.00 91 Fire Hydrants 1 EA $4,750.00 Connection at Services a) Up to 1" service, short side up to 5‐feet 92 4‐inch main 1 EA $432.40 93 6‐inch main 1 EA $486.45 94 8‐inch main 1 EA $513.48 95 10‐inch main 1 EA $540.50 96 12‐inch main 1 EA $594.55 97 16‐inch main 1 EA $756.70 98 18‐inch main 1 EA $918.85 99 20‐inch main 1 EA $1,189.10 100 24‐inch main 1 EA $1,513.40 b) Up to 2" service, short side up to 5‐feet 101 4‐inch main 1 EA $648.60 102 6‐inch main 1 EA $702.65 103 8‐inch main 1 EA $729.68 104 10‐inch main 1 EA $756.70 105 12‐inch main 1 EA $810.75 106 16‐inch main 1 EA $972.90 107 18‐inch main 1 EA $1,189.10 108 20‐inch main 1 EA $1,459.35 109 24‐inch main 1 EA $1,675.55 c) Up to 1" service, long side up to 25‐feet 110 4‐inch main 1 EA $837.78 111 6‐inch main 1 EA $918.85 112 8‐inch main 1 EA $945.88 113 10‐inch main 1 EA $972.90 114 12‐inch main 1 EA $1026.95 115 16‐inch main 1 EA $1,189.10 116 18‐inch main 1 EA $1,351.25 117 20‐inch main 1 EA $1,783.65 118 24‐inch main 1 EA $1,945.80 d) Up to 2" service, long side up to 25‐feet 119 4‐inch main 1 EA $1,081.00 112 6‐inch main 1 EA $1,135.05 113 8‐inch main 1 EA $1,162.08 114 10‐inch main 1 EA $1,189.10 115 12‐inch main 1 EA $1,243.15 116 16‐inch main 1 EA $1,567.45 117 18‐inch main 1 EA $1,783.65 118 20‐inch main 1 EA $2,107.95 119 24‐inch main 1 EA $2,378.20 e) Additional service length 120 Over 30‐feet x 1" 1 LF $12.97 121 Over 30‐feet x 2" 1 LF $16.22 Note: Service pipe HDPE, Copper available at market price Line Stops 122 4‐inch 1 EA $3,783.50 123 6‐inch 1 EA $4,864.50 124 8‐inch 1 EA $5,405.00 125 10‐inch 1 EA $5,405.00 126 12‐inch 1 EA $7,567.00 127 16‐inch 1 EA $16,215.00 128 18‐inch 1 EA $19,458.00 129 20‐inch 1 EA $20,539.00 120 24‐inch 1 EA $22,701.00 Bypass for water main pipe bursting or CIPP lining 121 2‐inch temporary 1 LF $24.86 122 4‐inch temporary 1 LF $28.11 123 6‐inch temporary 1 LF $33.51 Temporary service connections for water main bypass 124 2‐inch short side 1 EA $297.28 125 2‐inch long side 1 EA $405.38 126 4‐inch short side 1 EA $324.30 127 4‐inch long side 1 EA $432.40 128 6‐inch short side 1 EA $351.33 129 6‐inch long side 1 EA $459.43 D) Polyethylene (PE) Sewer Pipe Sliplining PE Pipe DR 22.5 130 4‐inch 1 LF $27.03 131 6‐inch 1 LF $32.43 132 8‐inch 1 LF $37.84 133 10‐inch 1 LF $43.24 134 12‐inch 1 LF $48.65 135 Annular Space ‐ Grouting 1 CY $324.30 QTY Unit Unit Price E) Procedures for Rehabilitation of Existing Pipelines Pipe String Fusion 136 4‐inch 1 LF $32.43 137 6‐inch 1 LF $37.84 138 8‐inch 1 LF $43.24 139 10‐inch 1 LF $48.65 140 12‐inch 1 LF $54.05 Pressure Testing 141 4‐12 inch 1 LF $2.16 142 Charge Water 1 K‐Gals $1.08 Chlorination 143 4‐inch 1 LF $1.08 144 6‐inch 1 LF $1.62 145 8‐inch 1 LF $2.16 146 10‐inch 1 LF $2.70 147 12‐inch 1 LF $3.24 148 BT Test 1 EA $270.25 Flushing 149 4‐12 inch 1 LF $0.54 150 Charge Water 1 K‐Gals $0.54 Dechlorination 151 4‐12 inch 1 K‐Gals $1.08 QTY Unit Unit Price F) Trenchless Rehabilitation/Reconstruction of Pipelines and Conduits Compression Fit HDPE Pipe Lining a) Camera 152 0‐10 inch 1 LF $1.08 153 10‐24 inch 1 LF $1.62 154 25‐36 inch 1 LF $2.16 155 37‐48 inch 1 LF $2.70 156 Over 48 inch 1 LF $3.24 b) Clean 157 0‐10 inch 1 LF $2.70 158 10‐24 inch 1 LF $3.24 159 25‐36 inch 1 LF $3.78 160 37‐48 inch 1 LF $4.32 161 Over 48 inch 1 LF $4.86 c) Pigging See item G) Pig Cleaning d) Gauging 162 0‐10 inch 1 LF $5.41 163 10‐24 inch 1 LF $8.65 164 25‐36 inch 1 LF $11.89 165 37‐48 inch 1 LF $15.13 166 Over 48 inch 1 Per‐inch $1.08 167 e) Obstruction Removal 1 EA $648.60 f) Pipe Liner Insertion 1) PE 4710 DR 41 168 4‐inch 1 LF $10.81 169 6‐inch 1 LF $21.62 170 8‐inch 1 LF $27.03 171 10‐inch 1 LF $37.84 172 12‐inch 1 LF $54.05 173 16‐inch 1 LF $81.08 174 18‐inch 1 LF $102.70 175 20‐inch 1 LF $140.53 176 24‐inch 1 LF $194.58 177 30‐inch 1 LF $259.44 178 36‐inch 1 LF $302.68 179 42‐inch 1 LF $367.54 180 48‐inch 1 LF $432.40 181 54‐inch 1 LF $513.48 2) PE 4710 DR 32.5 182 4‐inch 1 LF $21.62 183 6‐inch 1 LF $27.03 184 8‐inch 1 LF $32.43 185 10‐inch 1 LF $43.24 186 12‐inch 1 LF $59.46 187 16‐inch 1 LF $86.48 188 18‐inch 1 LF $113.51 189 20‐inch 1 LF $162.15 190 24‐inch 1 LF $216.20 191 30‐inch 1 LF $281.06 192 36‐inch 1 LF $324.30 193 42‐inch 1 LF $389.16 194 48‐inch 1 LF $454.02 195 54‐inch 1 LF $513.48 3) PE 4710 DR 26 QTY Unit Unit Price 196 4‐inch 1 LF $27.03 197 6‐inch 1 LF $32.43 198 8‐inch 1 LF $37.84 199 10‐inch 1 LF $48.65 200 12‐inch 1 LF $64.86 201 16‐inch 1 LF $97.29 202 18‐inch 1 LF $129.72 203 20‐inch 1 LF $189.18 204 24‐inch 1 LF $237.82 205 30‐inch 1 LF $302.68 206 36‐inch 1 LF $324.30 207 42‐inch 1 LF $410.78 208 48‐inch 1 LF $475.64 209 54‐inch 1 LF $545.91 4) PE 4710 DR 21 210 4‐inch 1 LF $32.43 211 6‐inch 1 LF $37.84 212 8‐inch 1 LF $43.24 213 10‐inch 1 LF $54.05 214 12‐inch 1 LF $70.27 215 16‐inch 1 LF $108.10 216 18‐inch 1 LF $140.53 217 20‐inch 1 LF $205.39 218 24‐inch 1 LF $259.44 219 30‐inch 1 LF $335.11 220 36‐inch 1 LF $356.73 221 42‐inch 1 LF $432.40 222 48‐inch 1 LF $497.26 223 54‐inch 1 LF $578.34 5) PE 4710 DR 17 224 4‐inch 1 LF $37.84 225 6‐inch 1 LF $43.24 226 8‐inch 1 LF $48.65 227 10‐inch 1 LF $59.46 228 12‐inch 1 LF $75.67 229 16‐inch 1 LF $118.91 230 18‐inch 1 LF $151.34 231 20‐inch 1 LF $221.61 232 24‐inch 1 LF $281.06 233 30‐inch 1 LF $367.54 234 36‐inch 1 LF $389.16 235 42‐inch 1 LF $464.83 236 48‐inch 1 LF $524.29 237 54‐inch 1 LF $599.96 G) Pig Cleaning Foam Pig 238 0‐12 inch 1 LF $0.54 239 13‐24 inch 1 LF $1.62 240 25‐36 inch 1 LF $2.70 241 37‐48 inch 1 LF $3.78 242 Over 48 inch 1 LF $5.41 Wire Bullet Pig 243 0‐12 inch 1 LF $3.24 244 13‐24 inch 1 LF $4.32 245 25‐36 inch 1 LF $6.49 245 37‐48 inch 1 LF $9.73 247 Over 48 inch 1 LF $12.97 Blade Scraper Pig 248 0‐12 inch 1 LF $0.54 249 13‐24 inch 1 LF $1.62 250 25‐36 inch 1 LF $2.70 251 37‐48 inch 1 LF $3.78 252 Over 48 inch 1 LF $5.41 H) Time and Material Unit Rates for Change Orders Materials, Subcontractors and Rentals 253 Markup = 15% 254 Sales Taxes = Per Jurisdiction Labor 255 Executive Supervisor 1 HR $91.89 a) Project Management 1 HR $81.08 256 Superintendent 1 HR $48.65 QTY Unit Unit Price 257 Administrator 1 HR $27.03 258 Crew Chief 1 HR $43.24 259 Equipment Operator 1 HR $37.84 260 Pipelayer ‐ Skilled 1 HR $32.43 261 Pipelayer ‐ Helper 1 HR $30.27 262 Laborer ‐ Unskilled 1 HR $27.03 I) Directional Drilling & Pipe Installation 263 2‐inch 1 LF $20.54 264 4‐inch 1 LF $28.11 265 6‐inch 1 LF $37.84 266 8‐inch 1 LF $43.24 267 10‐inch 1 LF $59.46 268 12‐inch 1 LF $77.83 269 14‐inch 1 LF $96.21 270 16‐inch 1 LF $108.10 280 18‐inch 1 LF $124.32 281 20‐inch 1 LF $194.58 282 24‐inch 1 LF $259.44 J) Gravity Sewer CIPP Lateral Renewal Systems 283 4 inch lateral up to 25 lf 1 EA $1,621.50 284 6 inch lateral up to 25 lf 1 EA $1,891.75 285 4 inch tophat installation 1 EA $756.70 286 6 inch tophat installation 1 EA $972.90 K) Manhole Rehabilitation 287 4 foot diameter 1 VF $270.25 288 6 foot diameter 1 VF $281.06 289 Lift station rehabilitation 1 SF $19.46 290 Existing coating removal 1 SF $5.41 291 Adjust existing manhole cover and ring (grass) 1 EA $432.40 292 Adjust existing manhole cover and ring (Asphalt) 1 EA $648.60 293 Install new manhole ring and cover (grass) 1 EA $756.70 294 Install new manhole ring and cover (Asphalt) 1 EA $1,189.10 295 Furnish and install manhole chimney seal 1 EA $540.50 296 Re‐construct manhole bench and channel flow 1 EA $540.50 L) Slip‐lining down to DR 11 297 4‐inch 1 EA $32.43 298 6‐inch 1 EA $37.84 299 8‐inch 1 EA $43.24 300 10‐inch 1 EA $54.05 301 12‐inch 1 EA $75.67 302 16‐inch 1 EA $108.10 303 18‐inch 1 EA $124.32 304 24‐inch 1 EA $259.44 305 30‐inch 1 EA $345.92 306 36‐inch 1 EA $410.78 307 42‐inch 1 EA $454.02 308 48‐inch 1 EA $518.88 309 54‐inch 1 EA $691.84 310 63‐inch 1 EA $810.75 M) Large Diameter HDPE Pipe String Fusion 311 14‐inch 1 LF $59.46 312 16‐inch 1 LF $70.27 313 18‐inch 1 LF $81.08 314 20‐inch 1 LF $91.89 315 24‐inch 1 LF $113.51 316 30‐inch 1 LF $145.94 317 36‐inch 1 LF $183.77 318 48‐inch 1 LF $237.82 Pressure Testing 319 14‐48 inch 1 LF $4.32 320 Charge Water 1 K‐Gals $1.08 N) Pipe Bursting for Force Main Replacement Procedure HDPE DR 11 321 3‐inch diameter 1 LF $51.89 322 4‐inch diameter 1 LF $61.62 323 6‐inch diameter 1 LF $79.99 324 8‐inch diameter 1 LF $103.78 325 10‐inch diameter 1 LF $116.75 326 12‐inch diameter 1 LF $145.94 327 14‐inch diameter 1 LF $162.15 328 16‐inch diameter 1 LF $199.99 329 18‐inch diameter 1 LF $227.01 330 20‐inch diameter 1 LF $264.85 331 24‐inch diameter 1 LF $297.28 332 30‐inch diameter 1 LF $378.35 333 36‐inch diameter 1 LF $416.19 334 42‐inch diameter 1 LF $459.43 335 48‐inch diameter 1 LF $540.50 336 54‐inch diameter 1 LF $648.60 Plug Valves 337 4‐inch 1 EA $1,148.02 338 6‐inch 1 EA $1,837.70 339 8‐inch 1 EA $2,413.87 340 10‐inch 1 EA $3,312.18 341 12‐inch 1 EA $3,829.98 342 16‐inch 1 EA $5,516.34 343 18‐inch 1 EA $9,238.23 344 20‐inch 1 EA $14,471.35 345 24‐inch 1 EA $19,715.28 346 30‐inch 1 EA $34,002.86 347 36‐inch 1 EA $48,703.37 348 42‐inch 1 EA $59,199.88 349 48‐inch 1 EA $66,939.84 350 54‐inch 1 EA $75,468.93 ARV Vacuum/Air/With structure 351 2‐inch 1 EA $4,942.33 352 4‐inch 1 EA $12,477.98 353 6‐inch 1 EA $15,806.38 Blow Off/With box 354 2‐inch 1 EA $2,750.06 355 4‐inch 1 EA $4,971.52 356 6‐inch 1 EA $8,448.02 357 Tracer Wire 1 LF $1.76 O) Modular Pipe Bursting 358 Manhole set up fee 1 EA $26,754.75 359 8‐inch 1 LF $168.64 360 10‐inch 1 LF $183.77 361 12‐inch 1 LF $201.07 362 14‐Inch 1 LF $217.28 363 16‐inch 1 LF $244.31 364 18‐inch 1 LF $289.71 P) Extended Warranty 365 Past 1 year, extended warranty offered at 1.93% of contract value per year REQUEST FOR PROPOSALS E-15-22 TRENCHLESS REHABILITATION AND PIPE-BURSTING TECHNOLOGY Submitted By Richard Crow Director of Engineering and Special Projects Corporate Headquarters OFFICE: 904.764.6887 FAX: 904.379.6193 ADDRESS: 1876 Everlee Rd Jacksonville FL 32216 South Florida Office OFFICE: 954-842-4771 ADDRESS: 5400 S. University Dr. Unit 101 Davie, Fl 33328 murphypipelines.com swagelining.com 1 Corporate Headquarters OFFICE: 904.764.6887 FAX: 904.379.6193 ADDRESS: 12235 New Berlin Rd, Jacksonville FL 32226 South Florida Office OFFICE: 954-842-4771 ADDRESS: 5400 S. University Dr. Unit 101 Davie, Fl 33328 murphypipelines.com swagelining.com June 10, 2022 Jeff English City of Pompano Beach Purchasing 1190 NE 3rd Avenue Building C Pompano Beach, FL 33060 RE: Request for Proposals E-15-22 Trenchless Rehabilitation and Pipe-Bursting Technology Dear. Mr. English Murphy Pipeline Contractors, LLC. (MPC) is pleased to submit our response to RFP No. E-15-22 for the Trenchless Rehabilitation and Pipe-Bursting Technology. The MPC Team has an extensive amount of experience in Pipe Bursting, Slip-lining, Open-cut installation, community coordination, dewatering and MOT that not only exceeds the minimum requirements of this RFP but exceeds the needs of City of Pompano Beach and more importantly its citizens. The MPC Team has the widest array of trenchless utility construction technology experience available to meet the City’s needs while still providing the least disruption to the residents and business owners within the project’s boundaries. The MPC Team, has worked on a wide variety of projects including thousands of linear feet of traditional open cut, pipe bursting, slip-lining and horizontal directional drill under the most difficult schedule constraints for multiple municipalities. Furthermore, the MPC Team has recently worked on 08 projects for the City of Pompano Beach. This experience has allowed the MPC Team to be fully aware of the City of Pompano Beach’s requirements and expectations. We understand the importance of the City’s projects and the various challenges that need to be addressed during construction. MPC was established in Florida in 2000 as a trenchless utility contractor with the purpose of bringing the trenchless technologies of Europe to the United States. MPC is one of the leading trenchless installation contractors in the country that specializes in static pipe bursting, slip-lining and horizontal directional drilling for water main, sewer main, gravity sewer and force main, ranging from 2” through 63”. Over the last seven years, MPC has received numerous awards including: • 2021 Trenchless Project of the Year Honorable Mention (City of Fort Lauderdale, Large Diameter HDPE Force Main) • 2019 Trenchless Project of the Year Honorable Mention (Powell River, BC Canada Slip Lining Project) • 2018 Trenchless Project of the Year Honorable Mention (Ft. Lauderdale Design Build using Compression Fit HDPE pipe lining and Directional Drill) • 2017 PE Alliance Leadership Award (JEA, FL Swagelining Project) • 2015 Trenchless Project of the Year (Arlington National Cemetery Water Pipe Bursting Project) 2 The MPC Team has the experience and exceptional understanding of the uniqueness of the City of Pompano Beach that will enable a safe and effective execution of these projects. Selecting the MPC Team will provide the City of Pompano Beach with a team that has unparalleled proven experience to successfully deliver these projects to the City and its residents. We would like to thank you for the opportunity to submit qualifications and once again look forward to working with the City of Pompano Beach. If you have any questions, feel free to contact us at any time. Respectfully submitted, Murphy Pipeline Contractor Richard Crow Director of Engineering and Special Projects CC: Andy Mayer, President of Murphy Pipeline Contractors COMPLETE THE PROPOSER INFORMATION FORM ON THE ATTACHMENTS TAB IN THE EBID SYSTEM. PROPOSERS ARE TO COMPLETE FORM IN ITS ENTIRITY AND INCLUDE THE FORM IN YOUR PROPOSAL THAT MUST BE UPLOADED TO THE RESPONSE ATTACHMENTS TAB FOR THE RFP IN THE EBID SYSTEM. PROPOSER INFORMATION PAGE RFP , (number) (RFP name) To: The City of Pompano Beach, Florida The below named company hereby agrees to furnish the proposed services under the terms stated subject to all instructions, terms, conditions, specifications, addenda, legal advertisement, and conditions contained in the RFP. I have read the RFP and all attachments, including the specifications, and fully understand what is required. By submitting this proposal, I will accept a contract if approved by the City and such acceptance covers all terms, conditions, and specifications of this proposal. Proposal submitted by: Name (printed) Title Company (Legal Registered) Federal Tax Identification Number Address City/State/Zip Telephone No. Fax No. Email Address MU 'w' PIFIEUNE CON"TRRCTORS An IPR Company Corporate Headquarters OFFICE:904.764.6887 FAX:904.379.6193 ADDRESS: 12235 New Berlin Road,Jacksonville FL 32226 Feasibility Support Office OFFICE:414.321.2247 FAX:414.321.2297 ADDRESS:1973 S 91"Street Milwaukee WI53227 murphypipelines.com Murphy Pipeline Contractors, LLC. Total Recordable Incident Rate. The formula for TRIR is: The number of incidents, multiplied by 200,000, then divided by the total number of hours worked in a year. The number 170,000 is used because it is the total number of hours 85 employees would work in a year (100 workers x 40 hours x 50 weeks). MPC TRIR for the following years: 2015: 0 Incidences x 200,000 I 73,247.65 Hours = 0 TRIR for 2015. 2016:0 Incidences x 200,000 I 74,048 Hours = 0 TRIR for 2016. 2017: 0 Incidences x 200,000 I 92,257.95 Hours = 0 TRIR for 2017. 2018: 0 Incidences x 200,000 I 117,405.50 = 0 TRIR for 2018. 2019: 0 Incidences x 200,000 I 190,000.00 Hours = 0 TRIR for 2019. 2020: 0 Incidences x 200,000 I 170,000.00 Hours = 0 TRIR for 2020. Any questions please do not hesitate to ask/Contact me. Taylor Morris. Project Manager -- - t>' 0 OSHA's Form 300A (Rev.o1t2oo4) Year20_L -:-:- .·- ----------":c=·z-=-:--= .....,- - F;;;:.;;,.;;.'dQM]i ;;:'12-IS-..-01-76 Su m mary of Work-Related Injuries and Illnesses ............. .....- ---:-- c:-----· u.s. Department of Labor Occupational Sal6t y and HNith Administration 1 All establishments covered by Part 1904 must complete this Summary page, even if no work" related injuries or i!!nesses occurred during the year. Remember to review the Log to verify that the entries are complete and accurate before completing this summary. Using the Log. count the individual entries you made for each category. Then write the totals below, making sure you've added the entries from every page of the Log. If you had no cases, write "0. • Employees, for.mer employees. and their representatives have the right to review the OSHA Form 300 in its entirety. They also have limited access to the OSHA Form 301 or its equivalent. See 29 CFR Part 1904.35, in OSHA's recordkeeping rule. for further details on the access provisions for these forms. Street City lAC t G State k. ZIP ?Z2f6 Total number of Total number of Total number of Total number of Industry descManufacture cf or tnk;railtr1 ., ./ _ L A.. ,. deaths cases with days cases with job other recordable 4 Vt'lt ()C70 Y away from work transfer or restriction cases 0 0 cO _Q_ (G) (H) (I) (J) Standard Industrial Classification (SIC), ifknown (e.g., 3 5) _j_ £_'2_3 OR Number of Days North American Industrial Classification (NAICS), ifknown (e.g., 336212) '2 3 _2_L_J ..0 Total number of days away from work Total number of days of job transfer or restriction Employment information ( If you don't hat•e these figures, see the WOrksheet on the back '![this page to estimare.) {) (K) 0 (l) Annual average number of employees Total hours worked by all employees last year . z <'36. 4- Injury and Illness Types Sign here Total number of ... (M) (1) Injuries 12_ (4) Poisonings a_ Knowingly falsifying this document may result in a flne. (2) Skin disorders D (5) Hearing loss (6) All other illnesses .!L2_ _Q_ I certifY that Ihave examined this document and that to the best of my knowledge the entries are true, accurate, and complet b (3) Respiratory conditions Post this Summary page from February 1 to April 30 of the year following the year covered by the form. Public reporting burden for this collection of infonnation is estimated to average 58 minutes per n!:sponse. including time to review the instructions, search and gather the data needed. and complete and review the collection of infonnation. Penons are not required to respond to the collection of infonnalion unless it displays a currenUy valid OMB control number. If you have any comments about these estimates or any other aspects of this data collection, contact: US Department of Labor, OSHA Office of Stati!tical Analysis, Room N-3644, 200 Constitution Avenue, NW, Washington, DC 20210. Do not send the completed forms to this office. company :<eCUtlVC' Iiik' ( 99'/t- 761'6'8'§;7 32Ft Phone but' ,_,_.,w_ Ill-••• . 0 v - - · . OSHA's Form 300 (Rev. o1t2004l Log of Work-Related Injurie-s and Illnesses Attention:This form contains information relating to employee health and must be used in a manner that protects the confidentiality of employees to the extent possible while the information is being used for occupational safety and health purposes. Year20 _{_ S u.s. Department of Labor OCcupatloul Sat.ty and Health Administration You must record information about every work-related death and about every work-related injury or illness that involves loss of consciousness, restricted work activity or job transfer, days away from work, or medical treatment beyond first aid. You must also record significant work-related injuries and illnesses that are diagnosed by a physician or licensed heafth care professional. You must also record work-related injuries and illnesses that meet any of the specific recording criteria listed in 29 CFR Part 1904.8 through 1904.12. Feel free to use two lines for a single case if you need to. You must complete an Injury and Illness Incident Report (OSHA Form 301) or equivalent form for each injury or illness recorded on this form. If you're not sure whether a case is recordable, call your localOSHA office for help. Identify the person Describe the case Classify the case CHECK ONLY ONE box for each case Enter the nurnf:ter of (A) Case no. (B) Employee's name (C) Job title (e.g., l*lder) (D) Date of injury or onset (E) Where the event occurred (e.g., Loadi"g dock north end) (F) Describe inju ry or illness, parts of body affected, and object/substance that directly injured based on the most serious outcome tor that case: days the Injured or Clledr -"fll}urr" col.,..or Ill worker was: chooae o-type of (M) -5 of illness or made person ill (e.g., Second degree burns on Aw•y On Job §. i!' ] $--dL df_ _, .Nd month/day right forearm from acetyle"' torch) /JJ . -.,.-- oa..- Dellth -- --·-- from transfer or work restriction (K) (L) ;s' ill (2) •.g · ells e. g :l1 :§ (G) (H) (I) (J) 0 0 0 0 days days (1) (3) (4) (5) (6) month/day _ _!_ month/day !_ monl!Vday !_ month/day 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 days days days __ days days days _days _days I month/day I month/day !_ month/day !_ month/day mo-nth-/d-ay'- !_ month/day .. !_ month/day !_ month/day 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 _days _days _days _days _days _days _days _days _days _days _day• _days _days _days _days _days Page totals> -- -- - - - - -- ----- - .,. - Public reporting burden for this collection of information f1; imated to average 14 minute.per re10ponse, including time to re,oiew Be sure to tmnsfer ftlese totals to the Sumtnal}' page (Form 300A) before you post ft. 2·g :!' j j the in!>tructions, arch and gather the data needed, and complete and re\'iew the collection of information. Person10 are not required ;s' a : to respond to the collection of information unless it displaya currently valid OMB control number. If you have any comments about these estimates or any other aspectof this data collection, contact: US Department of Labor, OSHA Office of Statistical '.ij ,li 0 e. Analysis, Room N-3644, 200 Constitution Avenue. NW, Washington, DC 20210. Do not u:nd the completed forms to thi..'l offKe. Pqe_ol_ (1) (2) (3) (4) (5) (6) OSHA's Form 300A (Rev.o112oo4) Summary of Work-Related Injuries and Illnesses All establishments covered by Part 1904 must oomplole this Summary paga, even If no ln}UriiJs or illnesses occurred during the year. Remember to rovlew the Log to .001¥ thai/he entries are complete USing the Log, count the individual entries }<)U mado for each category. Then IMite the totals below, maldng SIJf9 you've added the entries from eve<y page of the log. II you hod no cases IMile "0.• Employees fotmer employees, and their reprgsentalives have the right to review the OSHA Form 300 in Its entirety. They also have limited access to /he OSHA Form 301 or Its equivalent. See 29 CFR 1904.35, In OSHA's Recordkeeplng rule, for further d6taHs on lhe accsss proviSions for these forms. Establishment Information Your establishment name Murphy Pipeline Contractors. Inc. Street 1876 Everlee Road Year 2016 U.S.Department of Labor Ocou.,.t:lon•lS.t.ty .n<l HMith Admfnlttratlon Form IPJ)ro...ct OMB no.1213-0178 Number of Cases City Jacksonville FL. S1ate Florida Zip Totalnumber of Total number of Totalnumber of cases Totalnumber of deaths cases with days with job transfer or other recordable away from wori< restriction cases 0 0 0 0 (G) (H) (I) (J) Industry description (e.g., Manufacture of motor true!< trailers) Underground U1til1Y Construction S1andan:llndustr1al Classification (SIC), ff known (e.g., SIC 3715) 1 6 2 3 OR Nor1h American lndus1rlalClassification (NAICS), ff known (e.g., 336212) 2 3 7 1 1 o Number of Days Employment Information Total number of days away from ""'"' Totalnumber of days of job transfer or restriction Annualaverage number of employees 59 To1alhours wor1<ed by all employees last 0 0 (K ) (L) lnJuty and ftlneaa Types year 83938.5 Sign here Total number of... (M) (1) Injury (2) Skin Disorder (3) Respiratory 0 0 (4) Poisoning (5) Hearing Loss 0 0 Knowingly falsifying thl.l document may result In aline. Condition 0 (6) All Other Illnesses 0 Secretar'i Titre Post this Summary page from February 1 to April30 of the year following the year covered by the form Pll>ic reporting blrden for Illcollection olillormaliones1inated to average 58 min!Arls per response.i'oci.Jdng tine to revlewtle 1nstruc11on. seardl81ld galher t1e data needed.andcomple!e81ld revtewtle colledfon of lnfoJmation. Persono are rot required to respord lotne coleotlonof rotonnati>n ll1less n displays a curren valld OMS controlnumber. nyoo h&ve any comments abouttlese estinates or any aspects oftnlo data cor.ecflon, contact US Department of Labor.OSHA Office of Statlstlca.Room N-3644.200 Constitution Ave.NW. Washlna1on,DC 20210. Do not serd the comoleted forms to this once. 904 764-6887 2125.12017 Phone Date saf Che e ty I .._... ...,._ -- ft _._...,.. -- ·· - a Illness forearm from acetylene torch) Oay&IIIWrfY Away ll; 8 <: "' "' ·as :i :;c 0: OSHA's Form 300 (Rev. 01/2004) log of Work-Related Injuries and Illnesses Attention: This fonn contains infonnation relating to employee heah and must be used in a manner that protects the confidentiality of employees to the extent possible while the InformatiOn is being used for occupational ety and heapurposes. - Year 2016 U.S. Department of Labor Occupational Safety and Health Administration You must recold information about fNf?rf wor1<-related injury or mness that irwo!ves loss of conscbusness, restricted work activity or job transfer, days aw8!f from W0!1<. or mad!cal treatment beyond first aid. You must also recold sigrlifican! work-related injuries and illnesses that are diagnosed by a plrfsician or licensed heaHh care professional. You must also recoo! work·related lnjul1es and Illnesses that mset any of the specific reconflllQ Cfileria listed in 29 CFA 1904.8 through 1904.12. Feel free to use two lines lor a single caseyou neild to. Youmust COf1'4lle!e an injury and Ulness incident report (OSHA Form 301) or equivalent fonn for each injury or illness reoorded on this fonn. If you're not sure whether a case is recoldaiJle, call your klcal OSHA office lor help. Form approved OMB no. 1218-0176 Establishment name Murphy Pipeline Contractors, Inc. ·-··tdentltY tile persoti ·· Oesaibe.ihicase Classliy'ina ca'N City Jacksonville State . ·-..- Enter the number of (A) (B) (C) (D) (E) (F) CHECK ONLY ONE box ror each case based on days the injurnd or Ill ck the 'Injury' column or ch0068 on pe o Case Employee's Name Job Title (e.g., Date of Where the event occurred (e.g. Describe injury or illness, parts of body affected, the '!'_')St :?"ous come for t. : WO<l<er was: 111ness: No. Welder) injury or Loading dock north end) and object/substance that direcUy injured or made onset of person HI (e.g. Second degree bums on right (M) Onjob (mo./day) Death from wait Remained at wait I From transfer or 'E ?::' 0> = restriction @ £ !5 ..J li! Job transfer Other record· Work (days) ?::' <: ·a · <"..:' 6 or restriction able cases (days} i' :;; 8l 5 ·r;: 0 'i5 a.. ::t: NA NA NA NA NA NA _(QL (H) (l) (J) (K) 0:(.) cu (1) (2) (3) (4) (5) (6) Page totals 0 0 0 0 0 0 0 0 0 0 0 0 Be sure to transfer these totals to the Summary page (Form 300A) before you post it. ?::' _g "<:' 8 Nllic reporting bulden for this ooHection of infonnation is estimated to average 14 minutes per response, including time :0 E 0 .!!l 0 ' 0 ..J :au a.. ·c"c' to review the Instruction, search and gather the data needed,and complete and review the co1ection of infonna!ion. c 13 Persons are not required to respond to the collection of information unless ft displays a currentiy valid OMB control Cf) ::t: "0" number. If you have any comments about these estimates or any aspects of this data collection, contact US Deparlment ol Labor, OSHA Oflice of Statistics, Room N-3644, 200 Constitution Ave, NW, Washington, DC 20210. Do not send the completed forms to this office. Page 1 of 1 (1) (2) (3) (4) (5) (6) --.. -- -- -- -- -- -- -- ---- f OSHA's Form 300 (Rev. o112oo4) Log of Work-Related Injuries and Illnesses Attention:This form contains information relating to employee health and must be used in a manner that protects the confidentiality of employees to the extent possible while the information is being used for occupational safety and health purposes. Year20_L 7 U.S.Department of Lal Occ_,_..,..,_lil_lfiiAam/n/-. You must record information about evety work-related death and about evety work-related injuty or illness that involves loss of consciousness,restricted work activity or job transfer, days away from work, or medical treatment beyond first aid. You must also record significant work-related injuries and illnesses that are diagnosed by a physician or licensed health care professional. You must a/so record work-related injuries and illnesses that meet any of the specific recording criteria listed in 29 CFR Part 1904.8 through 1904.12. Feel free to use two lines for a single case if you need to. You must complete an lnjuty and Illness Incident Report (OSHA Form 301) or equivalent form for each injuty or illness recorded on this form. If you're not sure whether a case is recordable, call your local OSHA office tor help. Form approved OMB no. 1218-( Establlshmentname Mk.. City State.!.... ( --- Identity the person Describe the case Classify the case CHECK ONLY ON£ box tor each case (A) Case no. (B) Employee's name (C) Job title (e.g., Welder) (D) Date of injury or onset (E) Where the event occurred (e.g., Loading dock nmth end) (F) Describe injury or illness, parts of body affected, and object/substance that directly injured right forearm from acetylene !M'ch) based on the most serious outcome for that case: .,.,._., A-wa11 On job a 1i · ·r j. of illness d- or made person ill(e.g., Secomi degree lmrns on Remainedllf Worfr (M) j :-. ] trllnafer or g Death from work or I'IMblctlon ..,..caaea wolll reablc:Uon i .e :I: 0 0 0 0 _days _days 0 0 0 0 0 d)_d_ !_ month/day !_ monttVday /_ montiVday !_ monttVday !_ mont!Vday !_ monWday !_ month/day /_ /,4 lA- (G) (H) (I) (J) (K) (L) (1) (2) (3) (4) (5) 0 0 0 0 _days _days 0 0 0 0 0 0 0 0 0 _days _days 0 0 0 0 0 0 0 0 0 _days _days 0 0 0 0 0 0 0 0 0 _days _days 0 0 0 0 0 0 0 0 0 _days _days 0 0 0 0 0 0 0 0 0 _days _days 0 0 0 0 0 0 0 0 0 _days _days 0 0 0 0 0 0 0 0 0 _days _days 0 0 0 0 0 month/day !_ month/day !_ month/day /_ month/day !_ month/day Public reporting burden for this collection of information is estimated to average 14 minutes per response,including time to review 0 0 0 0 _days _days 0 0 0 0 0 0 0 0 0 _days _days 0 0 0 0 0 0 0 0 0 _days _days 0 0 0 0 0 0 0 0 0 _days _days 0 0 0 0 0 Page totals> Be sure to transfer these totals to the Summary page (Form 300J\) before you post it. a 1:'" · j the instructions, search and gather the data needed,and complete and review the collection of information. Persons are not required to rC3pond to the collection ofinfonnation unless it displays a currently valid OMB control number. lfyou have any comments about these estimates or any other aspects of this data collection, contact:US Department of Labor, OSHA Office of Statistical ]' ,g 8 &: :I: Analysis, Room Nw3644, 200 Constitution Avenue, NW, Washington, DC 20210.Do not send the completed fonns to this office. Pllg•_of_ (1) (2) (3) (4) (5) Total number of Total number of Total number of Total number of deaths cases with days cases with job other recordable - -- OSHA's Form 300A (Rev. o112oo4) Summary of Work-Related Injuries and Illnesses - = Year20l_ l U.S.Department of l.a 0--·-ty-HNIIfllldrnlnlatr. Form approved OMB no. 121 Nl establishments covered by Part 1904 must complete this Summary page, even if no work-related injuries or illnesses occurred during the year.Remember to review the Log to verify that the entries are complete and accurate before completing this summary. Using the Log, count the individual entries you made for each category. Then write the totals below, making sure you've added the entries from every page of the Log. If you had no cases, write ·o.• Employees, former employees, and their representatives have the right to review the OSHA Form 300 in its enOrety. They a/so have limffed access to the OSHA Form 301 or Estaflfisllment lnfo=j/J Your..,.,,.....,.,.,,.,".'--'-"'-LJ"'---1' ....._,. #-- its equivalent. See 29 CFR Part 1904.35, in OSHA's recordkeeping rule, for further details onthe access provisions for these forms. Street J$7t Evek · Number of Cases away from work transfer or restriction cases f) 0 0 0 (G) (H) (I) (J) City <1.4}); state R ziP 3te4, Standard Ind/'trifaszca3 (SIC), if known ( e.g., 3715) OR North American Industrial Classification (NAICS), ifknown (e.g., 336212) --t_ 2 :2_ _L 1 t? Total number of days away from work Total number of days of job transfer or restriction Employment information (Ifyuu don't have tlresefJgUro,see the 1%tkshett on the back of this page w estimate.) 0 0 (K) (L) Injury and Illness Types Total number of . .. (M) Annual average number of employees Total hours worked by all employees last year 1-'l,47f.Ob Sign llere Knowingly falsifying this document may result in a fine. (1) I uries (2) Skin disorders (3) Respiratory conditions _Q <!? 0 (4) Poisonings (5) Hearing loss (6) All other illnesses D ..!/2_ i2._ .ve examined this document and that to the best of my :ur:ote, and complete. Pollf this Summary page from February 1 to April 30 of tile ,_r following tile ,_r covered by tile form. Public reporting burden for this collection of infonnation is estimated to average 58 minutes per resporue, including time to review the instructions, search and gather the data needed, and complete and review the collection of information. Peraons are not required to respond to the collection of information unless it dilplaya a currently vaUd OMB control number. If you have any commentJ about these ertimate1or any other upects of this data collection, contact US Department of La.bor,OSHA Office of Statistical Analysis, Room N-3644, 200 Conrtitution Avenue, NW. Washington. DC 20210. Do not aend the completed fonru to thia office. 6s OSHA's Form 300A <Rev. o112oo4) Summary of Work-Related-Inju-ries and Illnesses Year20 U.S. Department of La Occ.,..,....,t ..,.,.. - -Admlnl*· Fonn approved OMB no. 121. Nl establishments covered by Part 1904 must complete this Summary page, even if no work-related injuries or illnesses occurred during the year. Remember to review the Log to verify that the entries are complete and accurate before completing this summary. Using the Log, count the individual entries you made for each category. Then write the totals below, making sure you've added the entries from every page of the Log. If you had no cases, write •o.• Employees, former employees, and their representatives have the right to review the OSHA Form 300 in its entirety. They also have limfted access to the OSHA Form 301 or its equivalent. See 29 CFR Part 1904.35, in OSHA's recordkeeping rule, for further details on the access provisions for these forms. Total number of Total number of Total number of Total number of deaths cases with days cases with job other recordable away from work transfer or restriction cases 0_ {) 0 (} (G) (H) (I) (J) Street City ,j Sure,Et.__ ZIP '$U/t • Standard r strial.f lzcation (SIC}, ifkn' L_ fz_ OR North American Industrial Classification (NAICS), ifknown (e.g., 336212) Z--2 LL ll Total number of days away from work Total number of days of job transfer or restriction Employment information (If you don't havt! thesefigutrJ, see the l%rltsheet on the back of this p< ge U! estimate.) f) 0 (K) (L) Injury and Illness Types Total number of (M) • .. Annual average nwnber of employees Total hours worked by all employees last year ?z ti?Y-.o6- Sign llere Knowingly falsifying this document may result in a fine. (1) Injuries tl --- (4) Poisonings -£-1 1 certifY that 1 have examined this document and that to the best of my (5) Hearing loss <:.9 lmowlee.Jt ntries are.IIUeJgeurate, and complete. (2) Skin disorders (a) Respiratory conditions -£?-- (S) All other illnesses w- Post fhis Summary page from February 1 to April 30 of the y-r following the y-r covered by the form. Public reporting burden for this collection of infonnation is estimated to average 58 mhlutea per response, including time to review the instructions, search and gather the data needed. and complete and review the collection of information. Penona are not required to respond to the collection of information unless it diJplays a currently valid OMB control nwuber. If you have any commentl about the1e estimates or any other upects of this data collection, contact US Department of Labor, OSHA Office of Statistical Analysis, Room N--3644, 200 Constitution Avenue, NW, Waahington, DC 20210. Do not tend the completed fonru to thit office. J wOftl: !' r ! r OSHA's Form 300 (Rev. o112oo4) l.og of Work-Related Injuries and Illnesses Attention:This form contains information relating to employee health and must be used in a manner that protects the confidentiality of employees to the extent possible while the information is being used for occupational safety and health purposes. Year 20 _1_ '6 U.S. Department of t.al O<;cUJNIUIHIIII ..,.,...,,H .Hh Aclntlnl- You must record information about every work-related death and about every work-related injury or illness that involves loss of consciousness, restricted work activity or job transfer, days away from work, or medical treatment beyond first aid. You must a/so record significant work-related injuries and illnesses that are diagnosed by a physician or licensed health care professional. You must a/so record work-related injuries and illnesses that meet any of the specific recording criteria listed in 29 CFR Part 1904.8 through 1904.12. Feel free to use two lines for a single case if you need to. You must complete an Injury and Illness Incident Report (OSHA Form 301) or equivalent form for each injury or illness recorded on this form. If you're not sure whether a case is recordable, call your local OSHA office for help. Form approved OMB no. 1218·< :H'A:. Identify the person Describe the case Classify the case CHECK ONLY ONE box for each c tse (A) Case no. (B) Employee's name (C) Job title (e.g., Welder) (D) (E) Date of injury Where the event occurred or onset (e.g., Loading dock north end) of illness (F) Describe injury or illness, parts of body affected, and object/substance that directly injured or made person ill (e.g., Second degree burns on right forearm from acetylene torch) based on the most serious outcome for that case: R.,..f...,llf Worll: Away On Job f1'om lrllnafer or (M) §g C:jj De.U. Dfrolmop-•J' .or..-.trlctl.o.n. -.o.a.. work Notrlctlon !' ,h ..§e :z: d ;Vj L11t- I monttVday I_ monttVday I _ monWday I_ monttVday I_ month/day I_ month/day I_ month/day JjJ J;. r (G) (H) (I) (J) (K) (L) 0 0 0 0 _days _days 0 0 0 0 _days _days 0 0 0 0 _days _days 0 0 0 0 _days _days 0 0 0 0 _days _days 0 0 0 0 _days _days 0 0 0 0 _days _days 0 0 0 0 _days _days (1) (2) (3) (4) (5) 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 I month/day I_ mont!Vday I_ montll/day 0 0 0 0 _days _days 0 0 0 0 _days _days 0 0 0 0 _days _days 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 j month/day I_ month/day Page totals> 0 0 0 0 _days _days 0 0 0 0 _days _days 0 0 0 0 0 0 0 0 0 0 ----- Public reporting burden for this collection of infonnation is estimated to average 14 minutes per response, including time to review Be sure to transfer these totals to the Summary page (Fa"" 300A) before you post it. §.g ! ] the instructions, search and gather the data needed, and complete and review the collection of information. Persons are not required to respond to the collection of information unless it displays a currently valid OMB control number. If you have any comments about these estimates or any other aspects of this data collection, contact: US Department of Labor, OSHA Office of Statistical ....._.,_ .S'g .g ,ie .e :z: Analy.!U, Room N-3644, 200 Constirution Avenue, Nw. Washington, DC 20210. Do not send the completed forms to this office. (1) (2) (3) (4) (5) • ""*' 0 OSHA's Form 300A (Rev.01/2004) Summary of Work-Related Injuries and Illnesses N eslablshmertts OCNeled byPatt 1904must cooplale lhis s..n.r.yPIQ&, _,,no ed ;pie$ 01a.ssesoowrred durng lhe10I8Yiewthe t..oo 10..-yltllllthe-- andecc:rnle thl$ IJst1glhe log, oount the indMdJtll-.s )QJ made lot e.:/1<*BgOty 1hen 1Wi1B the ll:lCals beobM( maJong SUit )QI\e added the tom -r page d the l..og.II )QJ iad no cases. 'D.• Enpoyees, bmerand theirhave the righllo ,_the OSHA Fotm 300;,.ts entn1y. Tht1yalsohave fmttedaccess1o the OSHA F0tm 301 01 aSee29 CFR Patt 1904 35, ;,OSHA·s recotrlrtteplng nat, lotUlhel deCals on the ac:c:essptC/NiWJs lot,_ /otm$. Year 20 j_ ..1 u.s. o.parem.nt of L8bor Oe •s#s rl ..,...,....,,...._ • , ...... Number of Cases Total number of Total number of Total number of 1btal number of deaths casc:s with days cases with job other recordable away from work lnllSfer or restriction cases 0 0 0 0 (G) (H) (1) (J) Number of Days !Muwy 7Ciit;) Stmd&rd T.{:i:·ycstq..r aJown c..1. nm OR North AmcriaD lodusuUI 0....6c.rioo (NAJCS), sf.,_., (C.C.. 336212) 7 _j_J_ 0 Total number of days away fromworlc Total number of days of job tnn.sfer or restriction Emplo,.,t ,_tlon(If.,..........,._ dtocfrm,..."" HWIDim.. ""... <(dois,..,...,.__) 0 0 Injur y and Illness JYpes .,.,.,_. /0 Total number of ... (t.l) (1) Injuries (2) Skin disordcn (3) Respiratory conditions <•l Poisonings (5) Hearing loss (6) All other illnesses fabifyiuc this doc:ument may result U.a fine. ,_._.........,_._....._., ,._sa_,..._......._,....._,.. _..,........_-w,_. ._......................._., ....,._,.......,.-,.,......._., •dioplop•........,.....o)(ll.-.1-.,,_......., ............o.c-...,o_,._-.-_..<. ldO-.o-_.......-..._..,_uso..--a l.obor.OSRAOIIct<I- R-s.3644,200c---KW, 0 0 0 0 _doys _doys 0 0 0 0 0 0 1._ 0 0 0 0 _doys _doys 0 0 0 0 0 0 ,. I , 0 0 0 0 _doys _doys 0 0 0 0 0 0 0 0 0 0 _doys _.u,.. 0 0 0 0 0 0 I_ 0 0 0 0 _doys _.u,.. 0 0 0 0 0 0 ,. I , 0 0 0 0 _doys _doys 0 0 0 0 0 0 --'- 0 0 0 0 _doys _.u,.. 0 0 0 0 0 0 0 0 _cbyo _.u,.. 0 0 0 0 0 0 0 0 _d.,. _.u,.. 0 0 0 0 0 0 0 0 _d.,. _.u,.. 0 0 0 0 0 0 0 0 0 0 --- -- ! a I OSHA's Form 300 (RaY. o1fl004) Log of Work-Related Injuries and Illnesses Attention:This loon contains information rela!to employee health and must be used in a manner that p otects the confidentiality of employees to the extent possible while the information is being used for occupational safety and health purposes. Year20 j_ im u.s. O.,.....,_.t of t..bor 0 ;nffrrl......,...,......., !' ...... Youm.JSllfiCOfd inlotmalion· aboU ew<yWOik-nllalBd d&ath and aboi.A ew<y WOik-<elated if¥uy 01itless thatinvolves foss olconsdoostl8ss. resltic1Jad WOik actMly 01 job t1ans:le(. days6W2f1tomIOOrll. 01mediclll-.r beyond li'st tlid.You I7XISlalsorecotd sigMicanl WOfl<.l9lated ;,piss and.itJessesttet ,_diaQnosed bya phfsician 01kensed healh C8l8 professional.You trustal9o lfiCOfd'NDflr..telsted tpiesand.itJesses that meet anyol the :speOOc I8COiti1g ctillrit fisted n 29CFRPat! 1904.8 hough 190412. Feel ih>e 10 use IMl Iiles fat a single case l)00M«i10. You must COOJllel8 an ITp:ly and lltless lncideri Repott (OSHA Fotrn 3m) 01 tqivalenf 1otm fat each if¥uty 01.itless recotded on lhis fotm. If)OCI'm not suev.tlether a case is recotdable, cal youloc8l OSHA ollice fat -- .-,-- Identify the person Describe the case Classify the case CHECIC ONLY ONE bo•l01 Ndt c•s• ...,. A- o...- (A) (B) (C) (D) (F) b•s-.d on tile most s•liou.s outcome for C-·ue EmploF•- Jab title (t.K,Wd4tr) Date ofinj1117 Whue the eftlll occ:arred ...- <•.c. l..oo4i"f 4«J. IIDrlo\""" Deoc:ribe injury or iliDeu, parU of body affeeted, aocl abjecclmhltaDce that clirec:dy injund that c.ase: ................... -- - Jt ofillDea ...madeill(<.c • Sta>M Urruhnu... - -- - - (M) i If 1 ript !,_,_..Jr-atr Jku tcrdo) { H :r H /II) Jt JJ/11 ;AJ/4. (G) (H) (1) (J) {I<) (L) (1) (2) (3) {4) (5) (6) ,1_._ ,. 1.,_ ,1_._ ,_ 1._ - ,_'- 0 0 0 0 0 0 _cbyo _.u,.. 0 0 0 0 _cbyo _.u,.. 0 0 0 0 _d.,. _.u,.. __ 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 -- · ---- ,_,rrponio1bunko. Iii<this oolec1ioo ol..,.,._is...-....!.. ..,...... 14 """"rapcr...,......iodi.Niioq li-.,......., ID rupaad.,the...._ol .......itdiopbJs•....-ty ftlid OW11..........-u,........."'1........... &o.....,to_lhese_IIDtlteSUmloy-(FotmJtlQo\lbMlnt )CUposll. 2 .,_2 s- IJ1 If J J .. .............................pha-ohc doa DCCdcd. ....mmplc<oaod - ....G> ecDoaol..........- - .... - -..rhac..O......O<a,.,oct..r._,.ollhisdoo-U-S oll.obor;.OSHA()IIic,.oiStoboiDI .....,..., a-N-3644, toO A-ue. NW, w..hio..-,DC20210. Do-JCDd ohc complcud lonao tolhisoffioe. S' 'a j f (1) (2) (3) (4) (5) (6) restriction 0 g !5 "c' .3 "' 0 OSHA's Form 300 (Rev.01/2004) Log of Work-Related Injuries and Illnesses Attontlon: This form contains information relating to employee heallh andmust be used in a manner that protects the confidentiaity of employees to the extent possible while theinformation is being used for occupationalsafety and health purposes. Year 20 + U.S.Department of Labor Occupational Safety and Health Administration You must record infonnat.On about ewry worlt-rel<Ed ry or illness !hilt irwoiYes toss of consciousness, restricted work actMty or job transfer,days aw;ry from wot1c, ormedical treatment beyond MSIaid Yoo must also JeQ)I'd signkant worlt-lelatedin;nies andil-lhalare diagnosed by a physC:ianor licensed hdtJI care prolessjonal. You must also rec:ordWOI'<-related in;Jriesands that meet any oflhe specilic reco<ding criteria &sled in 29CFR 1904.8 thlough 1904.12. Feelfreetousel'Mllnls lor a sir9ecase if you need to. You mustcornptetean in)My and i1ness incidelll repott (OSHA Form 301)oreq<ivaie111 fonn lor eachinjury or hssrecotded on tJis form. If you're notwhelhef a case is recon!alle, callyourlocal OSHA ollice lor Form approved OMB no. 1218-0176 Establishment name Murp!)y line Contractors LLC. City Jacksonville State Florida Identify the person Describe the case -- Classify the case - Enter the number of (A) (B) (C) (0) (E) (F) CHECK ONLY ONE box for each case based on days the Injured or ill Check the "in(u1y" column or choose one type or Case Employee's Name Job Tille (e.g.. Date or Where the event occurred (e.g. Describe Injury or illness, parts of body affected, the most sertous outcome for that case: wor1<erwas: Illness: No. Welder) Injury or Loading dock north end) and objecVsubstance that directly injured or made Illness forearm from acetylene torch) Days away Away On job i; .. "' onset of person Illl(e.g.Second degree bums on right (M) "' (mo./day) Death fromwor1< Remained at work From transferor "2 "' "' Job transfer Other record· Work (days) iS i ·c= "c' or restriction able cases (days) ::> !5 ·c; .. :l !! (G) (H) (l) (J) (K) (L) (1) g '.C, 0: 0 <4 :X: (2) {3) (-4) (5) (6) Page totals 0 0 0 0 0 0 0 0 0 0 0 0 Be sure to transfer these totals to the Summary page (Form 300A) before you post it. <:- CD .. "..' -.2. - · 0 "..' 0 -' Public reporting burden for this co'*lionof infonna1ion is estimated to average14 minutes per response, including time i5 - <» €"' to review the inswction,sean:h andgather the data needed,and complete and review the oollec\ionof infonna\ion. 0 Q. ·".c,: a: "' i; PersoiiS are not required to respond to the collection of infonnation unless W displays a currently valid OMB oonlrol rn I 5 number. If you lulve any oomments about these estimates or any aspects of this dilla oollection,oontac\: US :l Department of Labor, OSHA OfriCe of Statistics,Room N-3044, 200Conslllution Ave.NW,Washington,DC 20210. Do not send the oompleled forms to this offooe. Pa_ge 1of 1 (1) (2) (3) (4) (5) (6) rtment of L Health Adminsi - -· OSHA's Form 300A (Rev.o112oo4) Summary of Work-Related Injuries and Illnesses Year • AN establishments covered by Part 1904 must complete this Summary page, even if no injuries or Illnesses occurred during the year. Remember to 18view the Log to verify that the entries B/8 complete Using the Log, count the individual entries you made for each category. Then write the totals below, making su/8 you've added the entries from every page of the log. If you had no cases write "0.• Establishment information U.S. Depa abor Oeeupatlonl!llSafety tnd tration Form approvedOMBno.1218.0176 Employees former employees, and their representatives have the right to review the OSHA Form 300 In its entirety. They also hsV6Iimif&d access to /he OSHA Form 301or its equivafenf. See 29 CFR 1904.35, in OSHA's Recordkoeping rule, for further dots/Is on the ace&ss provisions for those forms. Number of Cases Your establishment name Murphy Pipeline Contractors LLC. Street 12235 New Bertin Rd City Jacksonville State Florida Zlp Industry description(e.g., Manufacture of motor truok trailers) Total number of Totalnumber of Total number of cases Totalnumber of UndergroundUtility_Contractor _ deaths cases with days With job transfer or other recordable 0 away from work 0 restriction 0 cases 0 Standard IndustrialClassification (SIC),W known (e.g., SIC 3715) , 6 _2 3 (G) (H) (I) (J) OR Nor1h AmericanIndustrialClassification (NAICS), if known (e.g., 336212) Number of Days Employment information Totalnumber of days away from u1nrk 0 (K) Totalnumber of days of job transfer or restriction 0 (Ll Annualaverage number of employees 85 Totalhours worked by allemployaes last year 176,800 Injury and Illness Types Sign here Total number of... (M) (1) Injury (2) Skin Disorder (3) Respiratory 0 (4) Poisoning 0 0 (5) Hearing Loss 0 Knowingly falsifying this document may result In a fine. Icertify that 1 have examni ed this document and that to the best of my knowledge the entries are true, accurate., and complete. Condition 0 (6) All OtherIllnesses 0 Prolect Manager TiUe Post this Summary page from February 1 to April30 of the year following the year covered by the form Pubflc reporting burden for lhls collectionofinformationIstsllmaled to av&lago 58rrlnules Pel response,lnciU<!ing time toreview tho instruction,searchand galhllf lho datanoeded,and oomp!ete and review the oolloctiotr of lnlormation. Persons are notrequiredto respond lolh<r oollectionof in!ormallonunlessII &splays a ourren11y vitidOMB oootrolnumb<>". tr youhave t1trJ oonvnents about these eSIImates Ot t1trJ aspectsor1ttsdata oollec1ion. contact USDepartment of labor,OSHA Offico ofStatistiC$,R,oom N-36<14,200 Conslii\Jii<rn Avo,NW.WasllinQion,DC 20210. Do not sendlh<r comr>lolod fotmo ro thisoff100. 904 764 6887 10JS/2021 Phone 0810' p ··mpano 'IIbeach. Fl'orldB"S W'Bfiii!BSWBIC!lme Bid Opportunity Detail qReturn To Listing fiJ Supplier Registration Bid Information Contact Information Login Type Invitation To Bid Status Awarded Number E-15-22 Addendum 1 (Trenchless Rehabilitation and Pipe-Bursting Technology) Issue Date & Time 5/12/2022 08:00:01 PM (ET) Close Date & Time 6/13/2022 02:00:00 PM (ET) Duration 1 month 1 day Notes The City of Pompano Beach (the "City") will receive sealed proposals for Request for Proposals (RFP) E-15-22, Trenchless Rehabilitation and Pipe-Bursting Technology until 2:00:00 P-.m. (local), June 13, 2022. Proposals must be submitted electronically through the eBid System on or before the due date and time as specified herein. RFP openings are open to the public. All Proposers and/or their representatives are invited to be present. Any proposal received after the due date and time specified will not be considered. Any uncertainty regarding the time a proposal is received will be resolved against the Proposer. Proposer must be registered on the City's eBid System in order to view the RFP Documents and respond to this RFP. The solicitation documents can be downloaded for free from the eBid System as a pdf at: htt ROmRanobeachfl.ionwave.net. The City is not responsible for the accuracy or completeness of any documentation the Proposer receives from any source other than from the eBid System. Proposer is solely responsible for downloading all required documents. A list of Proposers will be read aloud in a public forum. To attend the virtual public meeting, go to httRs://www.ROmRanobeachfl.gov/meeting§ to find the Zoom link. Awarded Suppliers Name Jeff English Address 1190 NE 3rd Avenue Building C Pompano Beach, FL 33060 Phone (954) 786-4098 Fax (954) 786-4168 Email purchasing@copbfl.com Supplier Name Award Line Count Award Amount Murphy Pipeline Contractors, LLC 0 $0.00 Award Attachments File Name E-15-22 Ranking Analysis-detai!.l29f Bid Documents Description The collective ranking of the evaluation committee is a recommendation to award.The approving authority is the City Commission. File Size 43 KB Document name Award Detail SP-readsheet Bid Attachments File Name Description E-15-22 Trenchless Rehabilitation and Pipe-Bursting E-15-22 Trenchless Rehabilitation and Pipe-Bursting Technology.pdf (please login to view this document) Technology Exhibit A - DOL 29 CFR Part 3.pdf (please login to view this Exhibit A - DOL 29 CFR Part 3 document) Format Excel 2007 I XLS ® File Size 653 KB 307 KB Exhibit B- Chapter 8 CFR 274a.2.pdf (please login to view this document) Exhibit B - Chapter 8 CFR 274a.2 323 KB Exhibit C- Technical Specifications.pdf (please login to view Exhibit C- Technical Specifications this document) 1.36MB Exhibit D- Pre-Chlorinated Pipe Bursting- Guideline Specifications.pdf (please login to view this document) Exhibit E- Sewer Slip-Lining.pdf {please login to view this document) Exhibit F- Slip-Lining of Existing Sewer Line.pdf (please login to view this document) Proposer Information Page Form.pdf (please login to view this document) E-15-22 Qualification of Proposers Form.pdf (please login to view this document) Proposal Bond.pdf (please login to view this document) Exhibit D - Pre-Chlorinated Pipe Bursting - Guideline Specifications Exhibit E - Sewer Slip-Lining Exhibit F - Slip-Lining of Existing Sewer Line This form is to be completed and included with your proposal that must be uploaded to the Response Attachments tab. This form must be completed and uploaded to the Response Attachments tab Each proposal requires a certified check or proposal bond executed on the prescribed form,payable to the City of Pompano Beach,Florida,in an amount not less than 5 percent (5%) of the amount bid. Proposer shall upload a copy of their proposal bond or a copy of the certified check to the Response Attachments tab in the eBid System.The awarded proposer will be required to submit the original executed proposal bond or cashier's check prior to the execution of the contract and before the commencement of any work. 125 KB 152 KB 288 KB 12 KB 101 KB 96 KB File Name Description File Size E-15-22 Addendum - 1.pdf (please login to view this document) E-15-22 Addendum - 1 59 KB Exhibit G- Price List.xlsx (please login to view this document) Exhibit G - Price List is to be completed and uploaded to the Response Attachments tab.The inserted unit prices shall reflect the Awarded Proposer's cost for individual parts,supplies, and services. 29 KB Bid Questions Note - There are 5 online only questions available.(please login to view these questions) June 9, 2022 City of Pompano Beach, Purchasing Division 1190 N.E. 3rd Avenue, Building C Pompano Beach, Florida, 33060 ADDENDUM #1, RFP E-15-22 Trenchless Rehabilitation and Pipe-Bursting Technology To Whom It May Concern, “Exhibit G – Price List” has been added to the Attachments tab of the City’s eBid System. Addendum #1 is posted on the City’s eBid website: http://pompanobeachfl.ionwave.net. Acknowledge receipt of this Addendum using the Addendum Attribute on the Attributes tab in the eBid System. The deadline for receipt of written questions in the eBid System has passed. The deadline for acceptance of proposals in the eBid system is 2:00:00 p.m. (local), June 13, 2022. The remainder of the solicitation is unchanged at this time. Sincerely, Jeff English, Purchasing Agent cc: website Title 29-LABC R Subtitle A-Office of the Secretary of Labor PAR'J' 3-CONTRACTORS AND SUBCONTitACTORS ON PUBLIC BUILDING OR PUBLIC WORK FINANCE:D IN WHOLE, OR IN PART BY LOANS OR GRANTS FROM THE UNITED STATES Sec. 3.1 Purpose and scope. 3.2 Definitions. 3.3 Weekly statement with respect to payment of wages. 3.4 Submission of weekly statements and the preservation and inspection of weekly payroll records. 3.5 Payroll deductions permissible without application to or approval of the Secretary of Labor. 3.6 Payroll ded110tions pennissible with the approval of the Secretary of Labor. 3.7 Applications for the approval of the Secretary of Labor. 3.8 Action by the Secretary of Labor upon applications. 3.9 Prohibited payroll deductions. 3.10 Methods of payment of wages. 3.11 Regulations part of contract. AuTHORITY: The provisions of this Part 3 issued under R.S. 161, sec. 2, 48 Stat. 848; Reorg. Plan No. 14 of 1950, 64 Stat. 1267; 5 U.S.C. 22, 138z-15 note; 40 U.S.C. 276c. SouRcE: The provisions of this Part 3 appear at 29 F.R. 97, Jan. 4, 1964, unless other- wise noted. • • -- ------- Title 29-Labor Subtitle A-Office of the Secretary of Labor PART 3-CONTRACTORS AND SUBCON- TRACTORS ON PUBLIC BUILDING OR PUBLIC WORK FINANCED IN WHOLE OR IN. PART BY LOANS OR GRANTS FROM THE UNITED STATES Section 3.1 Purpose and scope. This ,part prescribes "anti-kickback" regula- tions under section 2 of the Act of June 13, 1934, as amended (40 U.S.C. 276c), po,pnlarly known as the Co,peland Act. This part applies to any contract which is subject to Federal wage stand- .ards and which is for the construction, .prosecu- tion, completion, or repair of ,public buildings, public works or buildings or "·orks financed in whole or in part by loans or grants from the United States. The :part is intended to aid in the enforcement of the minimum wage ;provisions of the Davis-Bacon Act and the various statutes deal- ing with Federally-assisted construction that con- tain similar minimum wage provisions, including those ,provisions which are not subject to Reorga- nization Plan No. 14 (e.g., t1he College Housing Act of 1950, the Federal ·water Pollution Con- trol Act, and the Housing Act of 1959), and in the enforcement of the overtime ,provisions of the Contract Work Hours Standards Act whenever they are ap,plicable to construction work. The part details the obligation of contractors and subcon- tractors relative to the weekly submission of statements .regarding the wages paid on work covered thereby; sets forth the circumstances and procedures governing the making of payroll deductions from tJhe wages of those employed on such work; and delineates the methods of pay- ment .permissible on such work. Section ,3.2 Definitions. As used in the regulations in this part: (a) The te1.1ms "building" or "work" generally include construction activity as distinguished from manufacturing, furnishing of materials, or servicing and maintenance work. The terms in- clude, without limitation, buildings, structures, and improvements of all types, such as bridges, dams, plants, highways, ;parkways, streets, sub- ways, tunnels, sewers, mains, powerlines, pump- ing stations, railways, ·airports, terminals, docks, piers, wharves, ways, lighthouses, buoys, jetties, breakwaters, levees,·and C'anals; dredging, shoring, scaffolding, drilling, blasting, excavating, clear- ing, and landscaping. Unless conducted in connec- tion with and at the site of such a building or work as is described in the for oing sentence, the manufacture or furnishing of materials, articles, su, plies, or equipment (whether or not a Federal or State agency a.cquires title to such materials, articles, supplies, or equ pment during the course of the manufacture or furnishing, or owns the materials from which they are manufactured or furnished) is not •a ''building" or "work" wi-thin the meaning of the regul-ations in this part. (b) The terms "construction," ",prosecution," "completion," or "repair" mean all types of work clone on a particular building or work at the site thereof, including, without limitation, ·altering, re- modeling, painting and decorating, the transport- ing of materials and supplies to or from the build- ing or work by the employees of the contruction contr.actor or construction subcontractor, and the manufacturing or furnishing of materials, arti- cles, supplies, or equipment on the site of the build- ing or work, by 1persons employed at the site by the contractor or subcontractor. (c) The terms ",public building" or "puJblic work" include building or work for whose con- struction, prosecut.ion, completion, or repair, as defined above, a Federal agency is a contracting :party, regardless of whether title thereof is in a Federal agency. (d) The -term "building or work financed in whole or in ;part by loans or grants from the United States" includes :building or work for whose construction, prosecution, completion, or (3) 4 re,pair, as defined a;bove, payment or part pay- ment is made directly or indirectly from funds provided by loans or grants by a Federal agency. The term does not include building or work for which Federal assistance is limited solely to loan guarantees or insurance. (e) Every person paid by a contractor or sub- contractor in any manner for his lwbor in .the con- struction, prosecution, completion, or repair of ·a public building or .public work or building or work financed in whole or in part by loans or grants from the United States is "em,ployed" and receiving "w.ages," n gardless of any contractual relationship alleged to exist between him and the real employer. (f) The term "any •affili•ated person" includes a pouse, child, parent, or other close relative of the contractor or subcon1metor; a pavtner or officer of the oontmctor or subcontractor; a corporaJtion closely connected wi•th the contractor or subcon- tractor as parent, •subsidiary or otherwise, and•an officer or agent of sueh corpor3Jtion. (g) The term "Federal ageney" means the United States, the District of Columbia, and all executive d partme;o.ts, independent establish- ments, administratiYe •agencies, ·and instrumen- tali,ties of theUnited States and of the District of Columbia, including corpora;tions, all or substan- tially all of •the stock of which is beneficially owned by the United States:, by the District of Columbia, or any of tJhe foregoing departments, estaJblish- .ments, agencies, and instrurrnentalities. Section 3.3 Weekly statement with respect to payment of wages. (a) As used in this section, the term "em;ployee" shall not apply to ,persons in classifications higher than that of laborer or meehanic and those who are the immediate supervisors of such em,ployees. (b) Each contractor or subcontractor engaged in the construetion, prosecution, completion, or repair of any public building or public work, or building or work finaneed in whole or in part by loans or grants from the United States, shall fur- nish eaeh week a statement with respect to the wages paid each of its employees engaged on work eovered by 29 CFR Parts 3 and 5 during the pre- ceding weekly payroll period. This statement shall be executed by the contractor or subcontractor or by an authorized offi[cer or employee of the con- tmctor or subcontraetor who supervises the pay- ment of wages, and shall be on form WH 348, "Statement of Oompli.ance", or on an identical form on the back of WH 347, "Payroll (For Con- traotors Optional Use) " or on any form with iden- tical wording. Sample copies of WH 347 and WH 348 may be obtained from the Government eontmcting or sponsoring agency, and copies of these forms may be purchased at the Government Printing Oflice. (c) The requirements of tilis section shall not apply to any contract of $2,000 or less. (d) Upon a written finding by the head of a Federal agency, the Secretary of Labor may pro- vide reasonable limitations, variations, tolerances, and exemptions from the requirements of this sec- tion subject to such conditions as the Secretary of Labor may specify. [29 F.R. 95, Jan. 4, 1964, as amended at 33 F.R. 10186, July 17, 1968] Section 3.4 Submission of weekly statements and th'e preservation and inspection of weekly payroll records. (a) Each weekly statement required under § 3.3 shall be delivered by the contractor or subcontrac- tor, within seven days after the regular payment date of ,the payroll period, to a representative of a Federal or State agency in charge at the site of the building or work, or, if there is no representative of a Federal or St.ate agency at the site of the building or work, the statement shall be mailed by the contractor or subcontractor, within such time, to a Federal or State agency contracting for or financing the building or work. After such ex- amination and check as may be made, such state- ment, or a copy thereof, shall be kept available, or shall be transmitted together with a report of any violation, in accordance with applicable procedures prescribed by the United States Department of Labor. (b) Each contractor or subcontractor shall preserve his weekly payroll records for a period of three years from date of completion of the con- tract. The payroll records shall set out accurately and completely the name and address of each la- borer and mechanic, his c10rrect classification, rate of pay, daily and weekly number of hours worked, deductions m3Jde, and •actual wages paid. Such payroll records shall be made available at all times • • 5 £or inspection by the contracting officer or his authorized representative, and by authorized rep- resentatives o:f the Department o:f Labor. Section 3.5 Payroll deductions permissible without application to or approval of the Secretary of Labor. Deductions made under the circumstances or in the situations described in ·the paragraphs o:f this section may be made without application to and approval o:f the Secretary o:f Labor: ('a) Any deduction made in compliance with the requirements o:f Federal, Strute, or local I>aw, su<ili as Federal or State wi·thholding income taxes and Federal social security taxes. (b) Any deduction o:f sums previously paid to the employee as ·a bona fide prepayment o:f wages when such prepayment is made without discount or interest. A "bona fide prepayment o:f wages" is considered to have been made only when cash or its equivalent has been advanced to the person em- ployed in such manner as to give him complete :freedom o:f disposition o:f the 3Jdvanced :funds. (c) Any deduction o:f amounts required by court process to be paid to another, unless, the de- duction is in favor o:f the contractor, subcontractor or any affiliated person, or when collusion or col- la:boration exists. (d) Any deduction constituting a,· contribution on behalf o:f 1the person employed to :funds estab- lished by the employer or representatives o:f em- ployees, or both, :for the purpose o:f providing either :from principal or income, or both, medical or hospital care, pensions or annuities on retire- ment, de3Jth benefits, compensation :for injuries, illness, accidents, sickness, or disability, or :for insurance ,to provide any ·o:f ·the :foregoing, or unemployment benefits, vacation pay, savings ac- counts, or similar payments :for the ·benefit o:f em- ployees, their :families and dependents: Provided, howwoer, That the :following standards are met: (1) Tthe deduction is not otherwise prohibited by law; (2) it is either: (i) Voluntarily consented to by the employee in writing and in advance o:f the period in which the work .is to be done and such consent is not a condi·tion either :for the obtaining o:f or :for the contlinurution o:f employment, or (ii) provided :for in a bona fide collective bargaining agreement between the contractor or subcontrac- tor and representatives o:f its employees; (3) no profit or other 'benefit is otherwise obtained, di- rootly or indirectly, by the contractor or subcon- tractor or any affilriated person in the :form o:f commission, dividend, or otJherwise; and ( 4) the deductions shall serve the convenience and interest o:f the employee. (e) Any deduction contributing toward the purchase o:f United States Defense Stamps and Bonds when voluntarily authorized by the employee. (:f) Any deduction requested by the employee to enable him to repay loans to or to purchase shares in credit unions organized and operated in 'accord- ance with Federal and State credit union statutes. (g) Any deduction voluntarily authorized by the employee for the making o:f contributions to governmental or quasi-governmental agencies, such as the American Red Cross. (h) Any deduction voluntarily authorized by the employee :for the making o:f contributions to Community Chests, United Givers Funds, and similiar charitable organiza.tions. (i) Any deductions to pay regular union initia- tion :fees and membership dues, not including fines or special assessments: Provided, however, That a collective bargaining •agreement between the con- tractor or subcontractor and representatives o:f its employees provides :for such deductions and the deductions are not otherwise prohibited by law. (j) Any deduction not more than :for the "rea- sonable cost" o:f board, lodging, or other facilities meeting the requirements o:f section 3 ( m) o:f the Fair Labor Standards Act o:f 1938, as amended, and Pnrt 531 o:f this tide. When such a deduction is made the additional records required under § 516.27 (a) o:f this title shall be kept. Section 3.6 Payroll deductions permissible with the approval of the Secretary of Labor. Any contractor or subcontractor may apply to the Secretary o:f Labor :for permission to make any deduction not permitted under § 3.5. The Secretary may grant pevmission whenever he finds ·th3Jt: (a) The contractor, subcontractor, or any af- filiated person does not make a profit or benefit directly or indirectly :from the deduction either in the form of a commission, dividend, or other- wise; (b) The deduction is not otherwise prohibited by law; (c) The deduotion is ei,ther (1) voluntarily con- sented to by the employee in writing and in ad- vance of the period in which the work is to be done· •and such consent is not a condition either for the obtaining of employment or its continuance, or (2) proVIided for in 'a bona fide collective bargain- ing ·agreement betwe(m the contractor or subcon- tmctor ·and representa,tives of its employees; and (d) The deduction serves the convenience and interest of the employ,oo. Section 3.7 Applications for the approval of the Secretary o1r Labor. Any application for the making of payroll de- ductions under § 3.6 shall comply with the require- ments prescribed in the following paragraphs of this section : (a) The application shall be in writing and shall be addressed tthe Secretary of Labor. (b) The application shall identify the contract or contracts under which the work in question is to be performed. Permission will be given for deduotions only on specific, identified con- tracts, except upon a showing of exceptional circumstances. (c) The application shall state affirmatively that there is compliance with the standards set forth in the provisions of § 3.6. The ·affirmation shall be accompanied by a full statement of the facts in- dicating such compliance. (d) The application shall include a description of the proposed deduction, the purpose to be served thereby, and the classes of laborers or mechanics from whose wages the proposed deduction would be made. 6 (e) The application shall state the name and business of any third person to whom any funds obtained from the proposed deductions are to be transmitted and the affiliation of such person, if any, with the applicant. Section 3.8 Action by the Secretary of Labor upon applicatioi.11S. The Secretary of Labor shall decide whether or not the requested deduction is permissible under provisions of § 3.6; and shall notify the applicant in writing of his decision. Section 3.9 Prohibited payroll deductions. Deductions not elsewhere provided for by this part and which are not found to be permissible under § 3.6 are prohibited. Section 3.10 MethodS of payment of wages. The payment of wages shall be by cash, negoti- able instruments payable on demand, or the addi- tional forms of compensation for which deductions are permissible under this part. No other methods of payment shall be recognized on work subject to the Copeland Act. Section 3.11 Regulations part of contract. All contracts made with respect to the construc- tion, prosecution, completion, or repair of any public building or public work or building or work financed in whole or in part by loans or grants from the United States covered by the regulations in this part shall expressly bind the-contractor or subcontractor to comply with such of the regula- tions in this part as may be applicable. In this regard, see § !i.5 (a) of this subtitle. U.S. GOVERNMENT PRINTING OFFICE: 1968 D-314 11 • Exhibit A § 274a.2 Verification of identity and employment authorization. (a) General. This section establishes requirements and procedures for compliance by persons or entities when hiring, or when recruiting or referring for a fee, or when continuing to employ individuals in the United States. (1) Recruiters and referrers for a fee. For purposes of complying with section 274A(b) of the Act and this section, all references to recruiters and referrers for a fee are limited to a person or entity who is either an agricultural association, agricultural employer, or farm labor contractor (as defined in section 3 of the Migrant and Seasonal Agricultural Worker Protection Act, Pub. L. 97-470 (29 U.S.C. 1802)). (2) Verification form. Form I-9, Employment Eligibility Verification Form, is used in complying with the requirements of this 8 CFR 274a.1- 274a.11. Form I-9 can be in paper or electronic format. A fillable electronic Form I-9 as well as a paper format Form I-9 may be obtained and downloaded from http://www.uscis.gov. Paper forms may also be ordered at https://www.uscis.gov/forms/forms-by-mail or by contacting the USCIS Contact Center at 1-800-375-5283 or 1-800-767-1833 (TTY). Alternatively, Form I-9 can be electronically generated or retained, provided that the resulting form is legible; there is no change to the name, content, or sequence of the data elements and instructions; no additional data elements or language are inserted; and the standards specified under 8 CFR 274a.2(e), (f), (g), (h), and (i), as applicable, are met. When copying or printing the paper Form I-9, the text of the two-sided form may be reproduced by making either double-sided or single-sided copies. (3) Attestation Under Penalty and Perjury. In conjunction with completing the Form I-9, an employer or recruiter or referrer for a fee must examine documents that evidence the identity and employment authorization of the individual. The employer or recruiter or referrer for a fee and the individual must each complete an attestation on the Form I-9 under penalty of perjury. (b) Employment verification requirements - (1) Examination of documents and completion of Form I-9. (i) A person or entity that hires or recruits or refers for a fee an individual for employment must ensure that the individual properly: (A) Completes section 1 - “Employee Information and Verification” - on the Form I-9 at the time of hire and signs the attestation with a handwritten or electronic signature in accordance with paragraph Exhibit A (h) of this section; or if an individual is unable to complete the Form I- 9 or needs it translated, someone may assist him or her. The preparer or translator must read the Form I-9 to the individual, assist him or her in completing Section 1 - “Employee Information and Verification,” and have the individual sign or mark the Form I-9 by a handwritten signature, or an electronic signature in accordance with paragraph (h) of this section, in the appropriate place; and (B) Present to the employer or the recruiter or referrer for a fee documentation as set forth in paragraph (b)(1)(v) of this section establishing his or her identity and employment authorization within the time limits set forth in paragraphs (b)(1)(ii) through (b)(1)(v) of this section. (ii) Except as provided in paragraph (b)(1)(viii) of this section, an employer, his or her agent, or anyone acting directly or indirectly in the interest thereof, must within three business days of the hire: (A) Physically examine the documentation presented by the individual establishing identity and employment authorization as set forth in paragraph (b)(1)(v) of this section and ensure that the documents presented appear to be genuine and to relate to the individual; and (B) Complete section 2 - “Employer Review and Verification” - on the Form I-9 within three business days of the hire and sign the attestation with a handwritten signature or electronic signature in accordance with paragraph (i) of this section. (iii) An employer who hires an individual for employment for a duration of less than three business days must comply with paragraphs (b)(1)(ii)(A) and (b)(1)(ii)(B) of this section at the time of the hire. An employer may not accept a receipt, as described in paragraph (b)(1)(vi) of this section, in lieu of the required document if the employment is for less than three business days. (iv) A recruiter or referrer for a fee for employment must comply with paragraphs (b)(1)(ii)(A) and (b)(1)(ii)(B) of this section within three business days of the date the referred individual is hired by the employer. Recruiters and referrers may designate agents to complete the employment verification procedures on their behalf including but not limited to notaries, national associations, or employers. If a recruiter or referrer designates an employer to complete the employment verification procedures, the employer need only provide the recruiter or referrer with a photocopy or printed electronic image of the Form I-9, electronic Form I-9, or a Form I-9 on microfilm or microfiche. Exhibit A (v) The individual may present either an original document which establishes both employment authorization and identity, or an original document which establishes employment authorization and a separate original document which establishes identity. Only unexpired documents are acceptable. The identification number and expiration date (if any) of all documents must be noted in the appropriate space provided on the Form I-9. (A) The following documents, so long as they appear to relate to the individual presenting the document, are acceptable to evidence both identity and employment authorization: (1) A United States passport; (2) An Alien Registration Receipt Card or Permanent Resident Card (Form I-551); (3) A foreign passport that contains a temporary I-551 stamp, or temporary I-551 printed notation on a machine-readable immigrant visa; (4) An Employment Authorization Document which contains a photograph (Form I-766); (5) In the case of an individual who is employment-authorized incident to status or parole with a specific employer, a foreign passport with an Arrival/Departure Record, Form I-94 (as defined in 8 CFR 1.4) or Form I-94A, bearing the same name as the passport and containing an endorsement by DHS indicating such employment- authorized status or parole, as long as the period of endorsement has not yet expired and the employment is not in conflict with the individual's employment-authorized status or parole; (6) A passport from the Federated States of Micronesia (FSM) or the Republic of the Marshall Islands (RMI) with Form I-94 or Form I-94A indicating nonimmigrant admission under the Compact of Free Association Between the United States and the FSM or RMI; (7) In the case of an individual lawfully enlisted for military service in the Armed Forces under 10 U.S.C. 504, a military identification card issued to such individual may be accepted only by the Armed Forces. (B) The following documents are acceptable to establish identity only: (1) For individuals 16 years of age or older: (i) A driver's license or identification card containing a photograph, issued by a state (as defined in section 101(a)(36) of Exhibit A the Act) or an outlying possession of the United States (as defined by section 101(a)(29) of the Act). If the driver's license or identification card does not contain a photograph, identifying information shall be included such as: name, date of birth, sex, height, color of eyes, and address; (ii) School identification card with a photograph; (iii) Voter's registration card; (vi) U.S. military card or draft record; (v) Identification card issued by federal, state, or local government agencies or entities. If the identification card does not contain a photograph, identifying information shall be included such as: name, date of birth, sex, height, color of eyes, and address; (vi) Military dependent's identification card; (vii) Native American tribal documents; (viii) United States Coast Guard Merchant Mariner Card; (ix) Driver's license issued by a Canadian government authority; (2) For individuals under age 18 who are unable to produce a document listed in paragraph (b)(1)(v)(B)(1) of this section, the following documents are acceptable to establish identity only: (i) School record or report card; (ii) Clinic doctor or hospital record; (iii) Daycare or nursery school record. (3) Minors under the age of 18 who are unable to produce one of the identity documents listed in paragraph (b)(1)(v)(B) (1) or (2) of this section are exempt from producing one of the enumerated identity documents if: (i) The minor's parent or legal guardian completes on the Form I-9 Section 1 - “Employee Information and Verification” and in the space for the minor's signature, the parent or legal guardian writes the words, “minor under age 18.” (ii) The minor's parent or legal guardian completes on the Form I- 9 the “Preparer/Translator certification.” (iii) The employer or the recruiter or referrer for a fee writes in Section 2 - “Employer Review and Verification” under List B in the Exhibit A space after the words “Document Identification #” the words, “minor under age 18.” (4) Individuals with handicaps, who are unable to produce one of the identity documents listed in paragraph (b)(1)(v)(B) (1) or (2) of this section, who are being placed into employment by a nonprofit organization, association or as part of a rehabilitation program, may follow the procedures for establishing identity provided in this section for minors under the age of 18, substituting where appropriate, the term “special placement” for “minor under age 18”, and permitting, in addition to a parent or legal guardian, a representative from the nonprofit organization, association or rehabilitation program placing the individual into a position of employment, to fill out and sign in the appropriate section, the Form I-9. For purposes of this section the term individual with handicaps means any person who (i) Has a physical or mental impairment which substantially limits one or more of such person's major life activities, (ii) Has a record of such impairment, or (iii) Is regarded as having such impairment. (C) The following are acceptable documents to establish employment authorization only: (1) A Social Security account number card other than one that specifies on the face that the issuance of the card does not authorize employment in the United States; (2) Certification or report of birth issued by the Department of State, including Forms FS-545, DS-1350, FS-240; (3) An original or certified copy of a birth certificate issued by a State, county, municipal authority or outlying possession of the United States bearing an official seal; (4) Native American tribal document; (5) United States Citizen Identification Card, Form I-197; (6) Identification card for use of resident citizen in the United States, Form I-179; (7) An employment authorization document issued by the Department of Homeland Security. (D) The following are acceptable documents to establish both identity and employment authorization in the Commonwealth of the Northern Exhibit A Mariana Islands only, for a two-year period starting from the transition program effective date (as defined in 8 CFR 1.1), in addition to those documents listed in paragraph (b)(1)(v)(A) of this section: (1) In the case of an alien with employment authorization in the Commonwealth of the Northern Mariana Islands incident to status for a period of up to two years following the transition program effective date that is unrestricted or otherwise authorizes a change of employer: (i) The unexpired foreign passport and an Alien Entry Permit with red band issued to the alien by the Office of the Attorney General, Division of Immigration of the Commonwealth of the Northern Mariana Islands before the transition program effective date, as long as the period of employment authorization has not yet expired, or (ii) An unexpired foreign passport and temporary work authorization letter issued by the Department of Labor of the Commonwealth of the Northern Mariana Islands before the transition program effective date, and containing the name and photograph of the individual, as long as the period of employment authorization has not yet expired and the proposed employment is not in conflict with any restrictions or limitations identified on the Temporary Work Authorization letter; (iii) An unexpired foreign passport and a permanent resident card issued by the Commonwealth of the Northern Mariana Islands. (2) [Reserved] (vi) Special rules for receipts. Except as provided in paragraph (b)(1)(iii) of this section, unless the individual indicates or the employer or recruiter or referrer for a fee has actual or constructive knowledge that the individual is not authorized to work, an employer or recruiter or referrer for a fee must accept a receipt for the application for a replacement document or a document described in paragraphs (b)(1)(vi)(B)(1) and (b)(1)(vi)(C)(1) of this section in lieu of the required document in order to comply with any requirement to examine documentation imposed by this section, in the following circumstances: (A) Application for a replacement document. The individual: (1) Is unable to provide the required document within the time specified in this section because the document was lost, stolen, or damaged; (2) Presents a receipt for the application for the replacement document within the time specified in this section; and Exhibit A (3) Presents the replacement document within 90 days of the hire or, in the case of reverification, the date employment authorization expires; or (B) Form I-94 or I-94A indicating temporary evidence of permanent resident status. The individual indicates in section 1 of the Form I-9 that he or she is a lawful permanent resident and the individual: (1) Presents the arrival portion of Form I-94 or Form I-94A containing an unexpired “Temporary I-551” stamp and a photograph of the individual, which is designated for purposes of this section as a receipt for Form I-551; and (2) Presents the Form I-551 by the expiration date of the “Temporary I-551” stamp or, if the stamp has no expiration date, within one year from the issuance date of the arrival portion of the Form I-94 or Form I-94A; or (C) Form I-94 or I-94A indicating refugee status. The individual indicates in section 1 of the Form I-9 that he or she is an alien authorized to work and the individual: (1) Presents the departure portion of Form I-94 or I-94A containing an unexpired refugee admission stamp, which is designated for purposes of this section as a receipt for the Form I-766, or a social security account number card that contains no employment restrictions; and (2) Presents, within 90 days of the hire or, in the case of reverification, the date employment authorization expires, either an unexpired Form I-766, or a social security account number card that contains no employment restrictions and a document described under paragraph (b)(1)(v)(B) of this section. (vii) If an individual's employment authorization expires, the employer, recruiter or referrer for a fee must reverify on the Form I-9 to reflect that the individual is still authorized to work in the United States; otherwise, the individual may no longer be employed, recruited, or referred. Reverification on the Form I-9 must occur not later than the date work authorization expires. If an Employment Authorization Document (Form I-766) as described in § 274a.13(d) was presented for completion of the Form I-9 in combination with a Notice of Action (Form I-797C), stating that the original Employment Authorization Document has been automatically extended for up to 180 days, reverification applies upon the expiration of the automatically extended validity period under § 274a.13(d) and not upon the expiration date indicated on the Exhibit A face of the individual's Employment Authorization Document. In order to reverify on the Form I-9, the employee or referred individual must present a document that either shows continuing employment eligibility or is a new grant of work authorization. The employer or the recruiter or referrer for a fee must review this document, and if it appears to be genuine and relate to the individual, reverify by noting the document's identification number and expiration date, if any, on the Form I-9 and signing the attestation by a handwritten signature or electronic signature in accordance with paragraph (i) of this section. (viii) An employer will not be deemed to have hired an individual for employment if the individual is continuing in his or her employment and has a reasonable expectation of employment at all times. (A) An individual is continuing in his or her employment in one of the following situations: (1) An individual takes approved paid or unpaid leave on account of study, illness or disability of a family member, illness or pregnancy, maternity or paternity leave, vacation, union business, or other temporary leave approved by the employer; (2) An individual is promoted, demoted, or gets a pay raise; (3) An individual is temporarily laid off for lack of work; (4) An individual is on strike or in a labor dispute; (5) An individual is reinstated after disciplinary suspension for wrongful termination, found unjustified by any court, arbitrator, or administrative body, or otherwise resolved through reinstatement or settlement; (6) An individual transfers from one distinct unit of an employer to another distinct unit of the same employer; the employer may transfer the individual's Form I-9 to the receiving unit; (7) An individual continues his or her employment with a related, successor, or reorganized employer, provided that the employer obtains and maintains from the previous employer records and Forms I-9 where applicable. For this purpose, a related, successor, or reorganized employer includes: (i) The same employer at another location; (ii) An employer who continues to employ some or all of a previous employer's workforce in cases involving a corporate reorganization, merger, or sale of stock or assets; Exhibit A (iii) An employer who continues to employ any employee of another employer's workforce where both employers belong to the same multi-employer association and the employee continues to work in the same bargaining unit under the same collective bargaining agreement. For purposes of this subsection, any agent designated to complete and maintain the Form I-9 must record the employee's date of hire and/or termination each time the employee is hired and/or terminated by an employer of the multi-employer association; or (8) An individual is engaged in seasonal employment. (B) The employer who is claiming that an individual is continuing in his or her employment must also establish that the individual expected to resume employment at all times and that the individual's expectation is reasonable. Whether an individual's expectation is reasonable will be determined on a case-by-case basis taking into consideration several factors. Factors which would indicate that an individual has a reasonable expectation of employment include, but are not limited to, the following: (1) The individual in question was employed by the employer on a regular and substantial basis. A determination of a regular and substantial basis is established by a comparison of other workers who are similarly employed by the employer; (2) The individual in question complied with the employer's established and published policy regarding his or her absence; (3) The employer's past history of recalling absent employees for employment indicates a likelihood that the individual in question will resume employment with the employer within a reasonable time in the future; (4) The former position held by the individual in question has not been taken permanently by another worker; (5) The individual in question has not sought or obtained benefits during his or her absence from employment with the employer that are inconsistent with an expectation of resuming employment with the employer within a reasonable time in the future. Such benefits include, but are not limited to, severance and retirement benefits; (6) The financial condition of the employer indicates the ability of the employer to permit the individual in question to resume employment within a reasonable time in the future; or Exhibit A (7) The oral and/or written communication between employer, the employer's supervisory employees and the individual in question indicates that it is reasonably likely that the individual in question will resume employment with the employer within a reasonable time in the future. (2) Retention and Inspection of Form I-9. (i) A paper (with original handwritten signatures), electronic (with acceptable electronic signatures that meet the requirements of paragraphs (h) and (i) of this section or original paper scanned into an electronic format, or a combination of paper and electronic formats that meet the requirements of paragraphs (e), (f), and (g) of this section), or microfilm or microfiche copy of the original signed version of Form I-9 must be retained by an employer or a recruiter or referrer for a fee for the following time periods: (A) In the case of an employer, three years after the date of the hire or one year after the date the individual's employment is terminated, whichever is later; or (B) In the case of a recruiter or referrer for a fee, three years after the date of the hire. (ii) Any person or entity required to retain Forms I-9 in accordance with this section shall be provided with at least three business days notice prior to an inspection of Forms I-9 by officers of an authorized agency of the United States. At the time of inspection, Forms I-9 must be made available in their original paper, electronic form, a paper copy of the electronic form, or on microfilm or microfiche at the location where the request for production was made. If Forms I-9 are kept at another location, the person or entity must inform the officer of the authorized agency of the United States of the location where the forms are kept and make arrangements for the inspection. Inspections may be per formed at an office of an authorized agency of the United States. A recruiter or referrer for a fee who has designated an employer to complete the employment verification procedures may present a photocopy or printed electronic image of the Form I-9 in lieu of presenting the Form I-9 in its original paper or electronic form or on microfilm or microfiche, as set forth in paragraph (b)(1)(iv) of this section. Any refusal or delay in presentation of the Forms I-9 for inspection is a violation of the retention requirements as set forth in section 274A(b)(3) of the Act. No Subpoena or warrant shall be required for such inspection, but the use of such enforcement tools is not precluded. In addition, if the person or entity has not complied with a request to present the Forms I-9, any officer listed in 8 CFR 287.4 may Exhibit A compel production of the Forms I-9 and any other relevant documents by issuing a subpoena. Nothing in this section is intended to limit the subpoena power under section 235(d)(4) of the Act. (iii) The following standards shall apply to Forms I-9 presented on microfilm or microfiche submitted to an officer of the Service, the Special Counsel for Immigration-Related Unfair Employment Practices, or the Department of Labor: Microfilm, when displayed on a microfilm reader (viewer) or reproduced on paper must exhibit a high degree of legibility and readability. For this purpose, legibility is defined as the quality of a letter or numeral which enables the observer to positively and quickly identify it to the exclusion of all other letters or numerals. Readability is defined as the quality of a group of letters or numerals being recognizable as words or whole numbers. A detailed index of all microfilmed data shall be maintained and arranged in such a manner as to permit the immediate location of any particular record. It is the responsibility of the employer, recruiter or referrer for a fee: (A) To provide for the processing, storage and maintenance of all microfilm, and (B) To be able to make the contents thereof available as required by law. The person or entity presenting the microfilm will make available a reader-printer at the examination site for the ready reading, location and reproduction of any record or records being maintained on microfilm. Reader-printers made available to an officer of the Service, the Special Counsel for Immigration-Related Unfair Employment Practices, or the Department of Labor shall provide safety features and be in clean condition, properly maintained and in good working order. The reader-printers must have the capacity to display and print a complete page of information. A person or entity who is determined to have failed to comply with the criteria established by this regulation for the presentation of microfilm or microfiche to the Service, the Special Counsel for Immigration-Related Unfair Employment Practices, or the Department of Labor, and at the time of the inspection does not present a properly completed Form I-9 for the employee, is in violation of section 274A(a)(1)(B) of the Act and § 274a.2(b)(2). (iv) Paragraphs (e), (f), (g), (h), and (i) of this section specify the standards for electronic Forms I-9. (3) Copying of documentation. An employer, or a recruiter or referrer for a fee may, but is not required to, copy or make an electronic image of a document presented by an individual solely for the purpose of complying with the verification requirements of this section. If such a copy or Exhibit A electronic image is made, it must either be retained with the Form I-9 or stored with the employee's records and be retrievable consistent with paragraphs (e), (f), (g), (h), and (i) of this section. The copying or electronic imaging of any such document and retention of the copy or electronic image does not relieve the employer from the requirement to fully complete section 2 of the Form I-9. An employer, recruiter or referrer for a fee should not, however, copy or electronically image only the documents of individuals of certain national origins or citizenship statuses. To do so may violate section 274B of the Act. (4) Limitation on use of Form I-9. Any information contained in or appended to the Form I-9, including copies or electronic images of documents listed in paragraph (c) of this section used to verify an individual's identity or employment eligibility, may be used only for enforcement of the Act and sections 1001, 1028, 1546, or 1621 of title 18, United States Code. (c) Employment verification requirements in the case of hiring an individual who was previously employed. (1) When an employer hires an individual whom that person or entity has previously employed, if the employer has previously completed the Form I-9 and complied with the verification requirements set forth in paragraph (b) of this section with regard to the individual, the employer may (in lieu of completing a new Form I-9) inspect the previously completed Form I-9 and: (i) If upon inspection of the Form I-9, the employer determines that the Form I-9 relates to the individual and that the individual is still eligible to work, that previously executed Form I-9 is sufficient for purposes of section 274A(b) of the Act if the individual is hired within three years of the date of the initial execution of the Form I-9 and the employer updates the Form I-9 to reflect the date of rehire; or (ii) If upon inspection of the Form I-9, the employer determines that the individual's employment authorization has expired, the employer must reverify on the Form I-9 in accordance with paragraph (b)(1)(vii); otherwise the individual may no longer be employed. (2) For purposes of retention of the Form I-9 by an employer for a previously employed individual hired pursuant to paragraph (c)(1) of this section, the employer shall retain the Form I-9 for a period of three years commencing from the date of the initial execution of the Form I-9 or one year after the individual's employment is terminated, whichever is later. Exhibit A (d) Employment verification requirements in the case of recruiting or referring for a fee an individual who was previously recruited or referred. (1) When a recruiter or referrer for a fee refers an individual for whom that recruiter or referrer for a fee has previously completed a Form I-9 and complied with the verification requirements set forth in paragraph (b) of this section with regard to the individual, the recruiter or referrer may (in lieu of completing a new Form I-9) inspect the previously completed Form I-9 and: (i) If upon inspection of the Form I-9, the recruiter or referrer for a fee determines that the Form I-9 relates to the individual and that the individual is still eligible to work, that previously executed Form I-9 is sufficient for purposes of section 274A(b) of the Act if the individual is referred within three years of the date of the initial execution of the Form I-9 and the recruiter or referrer for a fee updates the Form I-9 to reflect the date of rehire; or (ii) If upon inspection of the Form I-9, the recruiter or referrer determines that the individual's employment authorization has expired, the recruiter or referrer for a fee must reverify on the Form I-9 in accordance with paragraph (b)(1)(vii) of this section; otherwise the individual may no longer be recruited or referred. (2) For purposes of retention of the Form I-9 by a recruiter or referrer for a previously recruited or referred individual pursuant to paragraph (d)(1) of this section, the recruiter or referrer shall retain the Form I-9 for a period of three years from the date of the rehire. (e) Standards for electronic retention of Form I-9. (1) Any person or entity who is required by this section to complete and retain Forms I-9 may complete or retain electronically only those pages of the Form I-9 on which employers and employees enter data in an electronic generation or storage system that includes: (i) Reasonable controls to ensure the integrity, accuracy and reliability of the electronic generation or storage system; (ii) Reasonable controls designed to prevent and detect the unauthorized or accidental creation of, addition to, alteration of, deletion of, or deterioration of an electronically completed or stored Form I-9, including the electronic signature if used; (iii) An inspection and quality assurance program evidenced by regular evaluations of the electronic generation or storage system, including Exhibit A periodic checks of the electronically stored Form I-9, including the electronic signature if used; (iv) In the case of electronically retained Forms I-9, a retrieval system that includes an indexing system that permits searches consistent with the requirements of paragraph (e)(6) of this section; and (v) The ability to reproduce legible and readable hardcopies. (2) All documents reproduced by the electronic retention system must exhibit a high degree of legibility and readability when displayed on a video display terminal or when printed on paper, microfilm, or microfiche. The term “legibility” means the observer must be able to identify all letters and numerals positively and quickly, to the exclusion of all other letters or numerals. The term “readability” means that the observer must be able to recognize any group of letters or numerals that form words or numbers as those words or complete numbers. The employer, or recruiter or referrer for a fee, must ensure that the reproduction process maintains the legibility and readability of the electronically stored document. (3) An electronic generation or storage system must not be subject, in whole or in part, to any agreement (such as a contract or license) that would limit or restrict access to and use of the electronic generation or storage system by an agency of the United States, on the premises of the employer, recruiter or referrer for a fee (or at any other place where the electronic generation or storage system is maintained), including personnel, hardware, software, files, indexes, and software documentation. (4) A person or entity who chooses to complete or retain Forms I-9 electronically may use one or more electronic generation or storage systems. Each electronic generation or storage system must meet the requirements of this paragraph, and remain available as long as required by the Act and these regulations. Employers may implement new electronic storage systems provided: (i) All systems meet the requirements of paragraphs (e), (f), (g), (h) and (i) of this section; and (ii) Existing Forms I-9 are retained in a system that remains fully accessible. (5) For each electronic generation or storage system used, the person or entity retaining the Form I-9 must maintain, and make available upon request, complete descriptions of: (i) The electronic generation and storage system, including all procedures relating to its use; and Exhibit A (ii) The indexing system. (6) An “indexing system” for the purposes of paragraphs (e)(1)(iv) and (e)(5) of this section is a system that permits the identification and retrieval for viewing or reproducing of relevant documents and records maintained in an electronic storage system. For example, an indexing system might consist of assigning each electronically stored document a unique identification number and maintaining a separate database that contains descriptions of all electronically stored books and records along with their identification numbers. In addition, any system used to maintain, organize, or coordinate multiple electronic storage systems is treated as an indexing system. The requirement to maintain an indexing system will be satisfied if the indexing system is functionally comparable to a reasonable hardcopy filing system. The requirement to maintain an indexing system does not require that a separate electronically stored documents and records description database be maintained if comparable results can be achieved without a separate description database. (7) Any person or entity choosing to retain completed Forms I-9 electronically may use reasonable data compression or formatting technologies as part of the electronic storage system as long as the requirements of 8 CFR 274a.2 are satisfied. (8) At the time of an inspection, the person or entity required to retain completed Forms I-9 must: (i) Retrieve and reproduce (including printing copies on paper, if requested) only the Forms I-9 electronically retained in the electronic storage system and supporting documentation specifically requested by an agency of the United States, along with associated audit trails. Generally, an audit trail is a record showing who has accessed a computer system and the actions performed within or on the computer system during a given period of time; (ii) Provide a requesting agency of the United States with the resources (e.g., appropriate hardware and software, personnel and documentation) necessary to locate, retrieve, read, and reproduce (including paper copies) any electronically stored Forms I-9, any supporting documents, and their associated audit trails, reports, and other data used to maintain the authenticity, integrity, and reliability of the records; and (iii) Provide, if requested, any reasonably available or obtainable electronic summary file(s), such as a spreadsheet, containing all of the information fields on all of the electronically stored Forms I-9 requested by a requesting agency of the United States. (f) Documentation. Exhibit A (1) A person or entity who chooses to complete and/or retain Forms I-9 electronically must maintain and make available to an agency of the United States upon request documentation of the business processes that: (i) Create the retained Forms I-9; (ii) Modify and maintain the retained Forms I-9; and (iii) Establish the authenticity and integrity of the Forms I-9, such as audit trails. (2) Insufficient or incomplete documentation is a violation of section 274A(a)(1)(B) of the Act. (3) Any officer listed in 8 CFR 287.4 may issue a subpoena to compel production of any documentation required by 8 CFR 274a.2. Nothing in this section is intended to limit the subpoena power of an agency of the United States under section 235(d)(4) of the Act. (g) Security. (1) Any person or entity who elects to complete or retain Forms I-9 electronically must implement an effective records security program that: (i) Ensures that only authorized personnel have access to electronic records; (ii) Provides for backup and recovery of records to protect against information loss, such as power interruptions; (iii) Ensures that employees are trained to minimize the risk of unauthorized or accidental alteration or erasure of electronic records; and (iv) Ensure that whenever the electronic record is created, completed, updated, modified, altered, or corrected, a secure and permanent record is created that establishes the date of access, the identity of the individual who accessed the electronic record, and the particular action taken. (2) An action or inaction resulting in the unauthorized alteration, loss, or erasure of electronic records, if it is known, or reasonably should be known, to be likely to have that effect, is a violation of section 274A(b)(3) of the Act. (h) Electronic signatures for employee. (1) If a Form I-9 is completed electronically, the attestations in Form I-9 must be completed using a system for capturing an electronic signature that meets the standards set forth in this paragraph. The system used to Exhibit A capture the electronic signature must include a method to acknowledge that the attestation to be signed has been read by the signatory. The electronic signature must be attached to, or logically associated with, an electronically completed Form I-9. In addition, the system must: (i) Affix the electronic signature at the time of the transaction; (ii) Create and preserve a record verifying the identity of the person producing the signature; and (iii) Upon request of the employee, provide a printed confirmation of the transaction to the person providing the signature. (2) Any person or entity who is required to ensure proper completion of a Form I-9 and who chooses electronic signature for a required attestation, but who has failed to comply with the standards set forth in this paragraph, is deemed to have not properly completed the Form I-9, in violation of section 274A(a)(1)(B) of the Act and 8 CFR 274a.2(b)(2). (i) Electronic signatures for employer, recruiter or referrer, or representative. If a Form I-9 is completed electronically, the employer, the recruiter or referrer for a fee, or the representative of the employer or the recruiter or referrer, must attest to the required information in Form I-9. The system used to capture the electronic signature should include a method to acknowledge that the attestation to be signed has been read by the signatory. Any person or entity who has failed to comply with the criteria established by this regulation for electronic signatures, if used, and at the time of inspection does not present a properly completed Form I-9 for the employee, is in violation of section 274A(a)(1)(B) of the Act and 8 CFR 274a.2(b)(2). [52 FR 16221, May 1, 1987, as amended at 53 FR 8612, Mar. 16, 1988; 55 FR 25932, June 25, 1990; 56 FR 41784, Aug. 23, 1991; 58 FR 48780, Sept. 20, 1993; 61 FR 46537, Sept. 4, 1996; 61 FR 52236, Oct. 7, 1996; 62 FR 51005, Sept. 30, 1997; 64 FR 6189, Feb. 9, 1999; 64 FR 11533, Mar. 9, 1999; 71 FR 34514, June 15, 2006; 73 FR 76511, Dec. 17, 2008; 74 FR 2838, Jan. 16, 2009; 74 FR 7995, Feb. 23, 2009; 74 FR 10455, Mar. 11, 2009; 74 FR 55739, Oct. 28, 2009; 74 FR 62207, Nov. 27, 2009; 75 FR 42578, July 22, 2010; 78 FR 18472, Mar. 27, 2013; 81 FR 82491, Nov. 18, 2016; 82 FR 5289, Jan. 17, 2017; 85 FR 29317, May 14, 2020] SECTION TECHNICAL SPECIFICATIONS PAGES DIVISION 1 - GENERAL REQUIREMENTS 01005 . .................... Technical Provisions ................ .... ......... ......... .............. 01005-1 - 01005-7 01010 . .................... Summary of Work .................... .... ......... ......... .............. 01010-1 - 01010-10 01045 . .................... Cutting and Patching ............... .... ......... ......... .............. 01045-1 - 01045-2 01060 . .................... Regulatory Requirements & Permits ...... ......... .............. 01060-1 01070 . .................... Abbreviations of Institutions..... .... ......... ......... .............. 01070-1 - 01070-4 01090 . .................... Reference Standards............... .... ......... ......... .............. 01090-1 - 01090-2 01200 . .................... Project Meetings ...................... .... ......... ......... .............. 01200-1 - 01200-3 01300 . .................... Submittals……………………. .. .... ......... ......... . ............. 01200-1 - 01200-11 01340 . .................... Shop Drawings, Product Data and Samples .... .............. 01340-1 - 01340-4 01380 . .................... Construction Photographs ....... .... ......... ......... . ............. 01380-1 - 01380-2 01400 . .................... Quality Control ........................ .... ......... ......... . ............. 01400-1 - 01400-2 01505 . .................... Mobilization ..... ........................ .... ......... ......... .............. 01505-1 01510 . .................... Temporary Utilities ................... .... ......... ......... .............. 01510-1 - 01510-3 01520 . .................... Construction Aids..................... .... ......... ......... .............. 01520-1 - 01520-2 01530 . .................... Protection of Existing Facilities .... ......... ......... . ............. 01530-1 - 01530-5 01550 . .................... Site Access and Storage ......... .... ......... ......... .............. 01550-1 - 01550-3 01560 . .................... Temporary Controls ................. .... ......... ......... .............. 01560-1 - 01560-3 01570 . .................... Traffic Regulations ................... .... ......... ......... .............. 01570-1 - 01570-2 01600 . .................... Material and Equipment........... .... ......... ......... .............. 01600-1 - 01600-5 01700 . .................... Contract Closeout .................... .... ......... ......... .............. 01700-1 - 01700-3 01710 . .................... Cleaning ......... ........................ .... ......... ......... .............. 01710-1 - 01710-2 DIVISION 2 - SITEWORK 02010 . ..................... Sub-Surface Investigation ....... .... ......... ......... .............. 02010-1 02050 . ..................... Demolition ....... ........................ .... ......... ......... .............. 02050-1 - 02050-5 02110 . ..................... Clearing. ......... ........................ .... ......... ......... .............. 02110-1 - 02110-2 02140 . ..................... Dewatering...... ........................ .... ......... ......... .............. 02140-1 - 02140-3 02200 . ..................... Earthwork ........ ........................ .... ......... ......... .............. 02200-1 - 02200-17 02212 ....................... Milling of Existing Asphalt Pavement ............................. 02212-1 - 02212-3 02221 ....................... Excavation and Backfilling for Utilities ........... …………. 02221-1 - 02221-3 02410 ....................... Installation of Pipe by Directional Drill Technique ........... 02410-1 - 02410-9 02510 ....................... Concrete Sidewalk ................ ... .................... …….……. 02510-1 - 02510-2 02513 . ..................... Asphaltic Concrete Paving - General ..... ......... .............. 02513-1 - 02513-13 02601 ....................... Subterranean Structures....... ... .................... ................. 02601-1 - 02601-4 02603 ....................... Pump Station and Forcemain……………...... ................. 02603-1 - 02603-10 02610 ....................... Piping, General ..................... ... .................... ................. 02610-1 - 02610-7 02641 ....................... Valves, General .................... ... .................... ................. 02641-1 - 02641-10 02722........................ Sanitary Sewerage System .. ... .................... ................. 02722-1 - 02722-4 02900. ...................... Landscape Work ................... ... .................... ................. 02900-1 - 02900-9 DIVISION 3 - CONCRETE 03010. ...................... Concrete ............................... ... .................... ................. 03010-1 - 03010-4 03100 ....................... Concrete Form work ............. ... .................... ................. 03100-1 - 03100-3 03300 ....................... Cast-In-Place Concrete ........ ... .................... ................. 03300-1 - 03300-8 03370 ....................... Concrete Curing.................... ... .................... ................. 03370-1 - 03370-2 DIVISION 4 - ELECTRICAL 16010 ....................... Basic Electrical Requirements .. .................... ................. 16010-1 - 16010-5 16015 ....................... Electrical System Analyses .. ... .................... . ................ 16015-1 - 16015-6 16050 ....................... Electrical General Provisions . .. . ................... . ................ 16050-1 - 16050-4 16110 ....................... Raceways ............................. ... .................... . ................ 16110-1 - 16110-2 16120 ....................... Wires and Cables ................. ... .................... ................. 16120-1 - 16120-2 16405 ....................... Electric Motors. ..................... . .. . ................... . ................ 16405-1 - 16405-13 16452 ....................... Grounding. ............................ . .. . ................... . ................ 16452-1 16485 ....................... Variable Frequency Drives ... ... .................... ................. 16485-1 - 16485-7 16810 ....................... Control Panels. ..................... . .. . ................... . ................ 16810-1 - 16810-5 16950 ....................... Miscellaneous Equipment..... ... .................... ................. 16950-1 PART 1 GENERAL 1.1 SCOPE A. Work under this contract includes furnishing materials, labor, tools, equipment, supervision, and incidentals necessary to construct infrastructure improvements. 1.2 GENERAL A. TECHNICAL SPECIFICATIONS consists of this section, Section 01005, described as TECHNICAL PROVISIONS, pages 01005-1 to 01005-7 and the applicable sections of the City of Fort Lauderdale Design and Construction Standards, the Florida Building Code, Florida Department of Environmental Protection, Broward County Environmental Protection and Growth Management Department and the Florida Department of Transportation (FDOT) latest revision. B. In case of a conflict between the City of Fort Lauderdale Design and Construction Standards, the project drawings and these TECHNICAL PROVISIONS, the City of Fort Lauderdale Standards will govern. C. CITY, OWNER and CONTRACT ADMINISTRATOR are described as one in the same and used interchangeably throughout this document. D. DBF refers to Design Build Firm. 1.3 ITEMS SPECIFIED ON DRAWINGS A. Items of material, equipment, machinery, and the like may be specified on the Drawings and not in the Technical Specifications. The DBF shall provide such items in accordance with the General Notes on the Drawings. 1.4 FIELD LAYOUT OF THE WORK AND RECORD DRAWINGS A. After completion of construction, the DBF shall provide two sets of As-Built Drawings with all the As-Built information; all locations, coordinates, dimensions, and elevations of the constructed facilities, certified, signed and sealed thereon by a Professional Surveyor and Mapper per Florida Statute 472.001-472.037. All elevations shall refer to N.A.V.D. 88 (North American Vertical Datum of 1988) and all state plane coordinates shall be NAD 83 (with 1990 adjustment). The cost of such field layout and recording work shall be the responsibility of the DBF. The As-Built utility information shall meet the requirements of the City of Fort Lauderdale. 1.5 SALVAGE A. Any existing equipment or material, including but not limited to valves, pipes, fittings, couplings, etc., which is removed as a result of construction under this project may be designated as salvage by the CITY, and if so, shall be delivered clean to the CITY at a location directed by the CONTRACT ADMINISTRATOR. Any equipment or material not worthy of salvaging shall be disposed of by the DBF at a suitable location in accordance with all applicable regulations, ordinances and laws at no additional cost to the CITY. 1.6 POWER A. The DBF shall furnish and pay for all electrical power required for the construction, SECTION 01005 TECHNICAL PROVISIONS . testing and trial operation, prior to final acceptance by the CITY. 1.7 WATER SUPPLY A. All water required for testing, flushing, and construction shall be furnished by the CITY and paid for by the DBF. The purchase price shall be the prevailing rate as published by the CITY. The quantity of water used shall be determined by reading the meter at the start and at the finish of construction. The DBF shall make all arrangements and incur all expense involved in having the CITY furnish and install the necessary water meters. Each water service line shall be provided with a vacuum relief or backflow preventer which shall meet the requirements of ASA A40.6, latest revision, and the local administrative authority. 1.8 MAINTENANCE A. The DBF shall fully cooperate at all times with the CITY in order to maintain the operation of the existing water and/or sewer system with the least amount of interference and interruption possible. The schedule, plans, and work of the DBF shall at all times be subject to alteration and revision if necessary for public health and safety considerations. The creation of a public nuisance will not be permitted. B. It may be necessary to interrupt the operation of the existing water and/or sewer system. In all cases where the DBF must cause an interruption, DBF shall prepare and submit to the CITY four (4) working days prior to commencing the work, a complete description of the proposed procedure and a time schedule, which DBF will be required to guarantee. At least forty-eight (48) hours prior to the time proposed for starting the work, the CITY will notify the DBF whether or not the work will be permitted as proposed. 1. The CITY reserves the right to require the DBF to work 24 hours per day in all cases where, in CITY’S opinion, interference with operation of the system may result in dangerous health hazards or offensive conditions. 2. In no case will the DBF be permitted to interfere with the existing system until all materials, supplies, equipment, tools, and incidentals necessary to complete the work are on the site. Backup equipment on key equipment items shall be required on work necessitating interference with the existing system. 1.9 SITE RESTORATION A. The DBF shall remove all excess material and shall clean up and restore the site to its original condition or better. All damage, as a result of work under this Contract, done to existing structures, pavement, driveways, paved areas, curbs and gutters, sidewalks, shrubbery, grass, trees, utility poles, utility pipelines, conduits, drains, catch basins, flagstones, rocked, graveled, or stabilized areas of driveways, and including all obstructions not specifically named herein, shall be repaired, or replaced, as determined by the CITY. Site restoration shall be done in a timely manner as the work progresses. Site restoration work shall be completed on private property within 30 days after being disturbed. 1.10 SANITARY FACILITIES A. The DBF shall provide temporary facilities at the site as directed by the CITY. 1.11 STANDARDS A. Wherever in these TECHNICAL SPECIFICATIONS or in the drawings name and/or number refer to certain standards or regulations, the applicable publication shall be the latest revision thereof. Reference by abbreviation is made in accordance with the Section 01070, "Abbreviations of Institutions." 1.12 QUALITY OF ITEMS A. All material furnished for this project shall be new and unused. Any material, which has become excessively weathered or damaged since manufacture, shall not be considered as new. CITY shall be the sole judge as to what constitutes excessive weathering or damage. 1.13 TESTING A. The City of Fort Lauderdale may require that materials and equipment supplied meet given standards, and testing may be required to demonstrate conformance to the standards. The cost of these tests shall be the obligation of the DBF, and no extra charge shall be made to the CITY on account of such testing. B. The CITY can select a recognized, independent testing laboratory to perform tests on concrete, reinforcing steel, soils, and other materials for the construction phase, to determine conformity with the TECHNICAL SPECIFICATIONS. The DBF shall supply the necessary samples for this testing without cost to the CITY. The costs for actual testing shall be paid by the CITY except for tests which fail to meet the minimum specified tolerances set forth in the drawings and the TECHNICAL SPECIFICATIONS. The cost of the tests that fail will be charged to the DBF by deducting the cost from the Contract price or will be paid directly to the testing laboratory by the DBF. C. Construction in areas where installation and restoration must satisfy the additional requirements of a local, state, or federal authority may require testing to demonstrate conformance. The DBF shall ascertain the extent of testing required by regulatory agencies within these areas. The DBF is responsible for performing such tests, including but not limited to, tests of compaction, and all costs for these tests shall be the obligation of the DBF and no extra charge shall be made to the CITY on account of such testing. 1.14 UTILITY CROSSINGS A. It is intended that wherever existing utilities must be crossed that the pipe may be deflected up to 75% of the manufacturer's recommended limits but shall not exceed the allowable limits of the CITY. Adequate cover shall be used to adequately clear the obstruction. However, when in the opinion of the CITY, this procedure is not feasible CITY may direct the use of fittings to clear a utility crossing as detailed on the Drawings. The cost of such crossing including joint restraints shall be on the basis of the schedule of pay items applied. B. Deflections and adjustments of the proposed water and/or sewer mains to avoid all other existing utilities shall be verified/determined in the field during construction. SECTION 01005 TECHNICAL PROVISIONS . 1.15 BASIS OF MEASUREMENT A. Where mains are to be paid for on a unit price per linear foot basis, the number of linear feet will be determined by measurement along the centerline of the pipe in place, including fittings. Square yardage will be determined by the actual number of square yards installed. 1.16 ADJUSTMENT AND RELOCATION OF EXISTING LINES A. See Paragraph 1.14 of this Section. This does not apply to connections to existing system, which is described in Paragraph 1.17, this Section. 1.17 CONNECTION TO EXISTING SYSTEM A. The DBF shall perform all work necessary to locate, excavate and prepare for connection to the existing mains as shown on the Drawings. The cost of this work and for the actual connection to the existing main shall be based upon the unit prices for installing the pipe and appurtenances and shall not result in any additional cost to the CITY The cost of ductile iron sleeves shall be included in the fittings unit price. B. Additional valves used for the DBF's convenience shall not be considered as an extra cost payable by the CITY for the tie-in to the existing system. C. During all phases of the work, (i.e., installation, testing and restoration), the DBF shall ensure at all times the safe operation of the existing water and/or sewage systems. Service to the customers shall be maintained with the least amount of interference and interruption as possible. 1.18 RELOCATIONS A. The DBF shall be responsible for the coordination and/or performance of relocated structures that are shown on the drawings, including, but not limited to, light poles, signs, fences, piping, conduits and drains that interfere with the proposed positioning of the water/sewer mains. The cost of all such relocations shall be included in the prices bid for the appropriate items. 1.19 UTILITIES A. Existing utilities are shown on the Drawings insofar as information is reasonably available; however, it will be the responsibility of the DBF to preserve all existing utilities whether shown on the Drawings or not. DBF is directed to pothole ahead of utility installation to avoid conflict and/or damage to existing facilities. If utility conflicts are encountered by the DBF during construction, DBF shall give sufficient notice to their owners so that they may make the necessary adjustments. Damage to any utility, which in the opinion of the CITY is caused by carelessness on the part of the DBF shall be repaired at the expense of the DBF. 1.20 GUARANTEE A. The DBF shall guarantee the equipment, material and labor performed under the Contract against any and all failures in proper use and operation for a period of one (1) year from date of written acceptance by the CITY. B. The DBF shall also obtain warranties from manufacturers for each piece of equipment furnished so that the manufacturer's warranty fully covers the equipment for a period of one (1) year from the date of written acceptance by the CITY. 1.21 PERFORMANCE OF WORK A. The DBF shall provide all personnel and equipment required to complete all work specified herein and on the Drawings. B. DBF shall provide forty-eight (48) hours advance written notice to the CITY for approval of DBF’S intention to work overtime on weekdays or to work on the weekends. 1.22 BARRICADING (SAFETY) A. The DBF shall be responsible for the furnishing and maintaining of all required barricades, either the lighted or the reflector type, to ensure the public's safety during open trench work or for any other potentially unsafe or hazardous construction activities. Barricades shall be located and displayed in conformance with the most stringent regulations required by the governing agencies. All costs for barricading, including any permits, shall be the responsibility of the DBF. B. All work in public rights-of-way and on private property shall be done in strict compliance with these specifications. Failure to comply will result in cessation of operations and the removal of project related obstructions from the right-of-way until compliance is achieved. 1.23 EMERGENCY ACCESS AND SECURITY A. In order to provide protection to the workers and residents, the DBF shall maintain emergency access to all adjacent properties at all times during construction. If a road is required to be closed to vehicular traffic and the distance of the closure exceeds 150 feet between stabilized surfaces or prevents access to properties for a distance that exceeds 150 feet, the DBF shall provide a 10-foot-wide stabilized access way on one side of the trench capable of supporting a Fire Truck. The DBF shall also provide stabilized access ways across the trench or unstabilized area a minimum of 6 feet in width at a spacing not to exceed 100 feet capable of supporting foot traffic. These access ways shall be protected and delineated with lighted barricades, or other such devices as approved by the regulatory agency. Both ends of the emergency access way shall be blocked in accordance with the MOT permit approved by the CITY with signage indicating that this access way is to be used by emergency vehicles only. B. No trenches or holes shall be left open after working hours. In the event a trench must be left open after hours, it shall be done so only with the express written permission from the CITY, and it shall be the DBF’S responsibility to provide proper protection of the open trench or hole as required by the regulatory agency. In addition, the DBF shall provide a security guard at the site whenever the DBF’S personnel are not present, 24 hours per day/ 7 days per week. It shall be the Security Guard’s responsibility to protect the open trench or hole from trespassers and to direct emergency personnel on site. SECTION 01005 TECHNICAL PROVISIONS . The Security Guard shall not have any other responsibilities such as operating pumps or equipment but shall be dedicated to protecting the trench or open hole. The Security Guard shall be equipped with a wireless telephone capable of calling 911 to report an emergency and shall keep that telephone on their person at all times. In addition to this provision the DBF shall maintain trench safety and comply with current OSHA regulations and the Trench Safety Act. The DBF shall maintain and keep all safety barricades, signage, flashers, and detours, in operating condition. A copy of the approved MOT plans, and details, shall be on site at all times. C. Measurement and payment for security guard services shall be included in the utility pipe installation unit price. D. All roads are to be maintained during the described construction as to always allow Emergency Access. This item will be paid for under the bid item for Mobilization as named in the Bid Schedule. 1.24 DEWATERING A. The DBF shall be aware that there may be contaminated sites, per Broward County Environmental Protection and Growth Management Department (EPD) Pollution Prevention and Remediation Division, located within a one-quarter (1/4) mile radius of the proposed work. Please see Section 02140 Dewatering and dewatering permit requirements. The DBF will be responsible for all costs associated with the means and methods of dewatering which are set forth by EPD dewatering permit including costs for cleaning existing drainage facilities if used for discharge, installation of injection or monitoring wells and groundwater monitoring testing costs. The CITY has paid for dewatering permit fees as required. 1.25 VIBRATORY COMPACTION A. The use of vibratory compaction equipment shall be limited to a total gross weight of three (3) tons. The use of vibratory equipment shall be limited to compacting backfill of utility trenches and subgrade of roadways only. If approved in writing by the CITY, larger vibratory compaction equipment may be allowed if operated in a static mode only. 1.26 REPORTING OF DAMAGE CLAIMS A. The DBF shall keep the CITY informed of any damage claims made against the DBF during the construction period. All claims for automobile damage, property damage/bodily injury will be reported within 24 hours of receipt of notice. DBF will conduct a timely investigation of the claim and determine if they will honor the claim and/or report to their insurance carrier. DBF will advise the CITY in writing of their decision/referral to carrier. The project is a sewer force main replacement project. As such, the DBF will have close contact with the community. The DBF shall notify the CITY of any and all community concerns or claims arising from the DBF’s operations. The claims referenced herein are exclusive of damages or property claims as outlined. SECTION 01010 SUMMARY OF WORK PART 2 PRODUCTS (NOT APPLICABLE) PART 3 EXECUTION (NOT APPLICABLE) END OF SECTION 01005 SECTION 01010 SUMMARY OF WORK PART 1 GENERAL 1.1 SCOPE A. The WORK to be performed under this Contract shall consist of furnishing and installing all tools, equipment, materials, supplies, and manufactured articles and furnishing all labor, transportation, and services, including fuel, power, water, and essential communications, and performing all work, or other operations required for the fulfillment of the Contract in strict accordance with the Contract Documents. The WORK shall be complete, and all work, materials, and services not expressly indicated or called for in the Contract Documents which may be necessary for the complete and proper construction of the WORK in good faith shall be provided by the DBF as though originally so indicated, at no increase in cost to the OWNER. 1.2 WORK COVERED BY CONTRACT DOCUMENTS A. The work of this Contract comprises the construction of the infrastructure site work. The work will include but not be limited to site preparation, earthwork, sanitary sewer system installation, water systems installation, roadway and walkway restoration and construction, landscape restoration, restoring existing irrigation systems, pavement marking restoration and site furnishings. B. The general location of the Pumping Station A-24 in Flagler Village project is bounded North, to the north right of way lines of NE 6th Street; East, to the center of the line of NE 4th Avenue; South, to the southernly boundaries of the park; and West, along the 3rd Avenue right of way, and from the north right of way of NE 5th street to the northern right of way line of NE 6th Street. The project includes the design, permitting, construction, start up, and testing of a new pump station, sanitary sewer gravity line, forcemain, and related work. It includes a new 16-inch internal diameter forcemain connecting from the proposed A-24 pump station to the existing forcemain on NE 5th Street and NE 3rd Avenue. A new 18-inch gravity sewer and manhole on NE 6th Avenue north of Peter Feldman Park. A new triplex pump station with a capacity of no less than 90 hp per pump, running two pumps at the same time, to handle the flow entering the lift station in the range of 720 to 2520 gpm and a pressure at the connection point to the existing forcemain from 15 to 45 psi. For more detail information about the project, refer to the conceptual layout in Exhibit C. 1.3 NOTICE OF BIDDERS A. The successful bidder, in order to be considered responsive, must possess the appropriate License as described in Volume 1 of this document. B. DBF shall have past experience with large scale utility projects in the right of way of existing residential communities. 1.4 STANDARD SPECIFICATION A. All materials and labor shall meet the requirements of the "The Minimum Standards Applicable to Public Rights-of-Way under City of Fort Lauderdale Jurisdiction", (to be referred to as "Minimum Standards") and the Florida Department of Transportation "Roadway and Traffic Design Standards" latest revision, and SECTION 01010 SUMMARY OF WORK "Structures Standard Drawings," latest revisions: 1. These Special Provisions are supplemental to the above Specifications and Standards. 1.5 SITE INVESTIGATION A. The DBF, by virtue of signing the Contract, acknowledges that DBF and all subcontractors have satisfied themselves to the nature and location of the work, the general and local conditions including, but not restricted to: those bearing upon transportation; demolition, disposal, handling and storage of materials; access roads to the site; the conformation and conditions of the work area; and the character of equipment and facilities needed preliminary to and during the performance of the work. Failure on the part of the DBF to completely or properly evaluate the site conditions shall not be grounds for additional compensation. B. Only the soil boring information included in these contract documents will be provided to the DBF for reference. The DBF, by virtue of signing the Contract, acknowledges that DBF and subcontractors are responsible for investigating and satisfying themselves as to the nature and extent of soil and (underground) water conditions on the project site. No additional payment will be made to the DBF because of differences between actual conditions and those shown by the boring logs. Boring logs are attached as Exhibit G. 1.6 WORKS BY OTHERS A. Concurrent Work by Other CONTRACTORS. The DBF'S attention is directed to the fact that other CONTRACTORS may conduct work at the site during the performance of the WORK under this Contract. The DBF shall conduct its operations so as to cause little or no delay to WORK of such other CONTRACTORS and shall cooperate fully with such CONTRACTORS to provide continued safe access to their respective portions of the site, as required to perform work under their respective contracts. B. Interference with Work On Utilities. The DBF shall cooperate fully with all utility forces of the OWNER or forces of other public or private agencies engaged in the relocation, altering, or otherwise rearranging of any facilities which interfere with the progress of the WORK, and shall schedule the WORK so as to minimize interference with said relocation, altering, or other rearranging of facilities. 1.7 WORK SEQUENCE A. The DBF shall schedule and perform the work in such a manner as to result in the least possible disruption to the public's use of roadways, driveways, and utilities. Utilities shall include but not be limited to water, sewerage, drainage structures and pipe, ditches and canals, gas, electric, television and telephone. Prior to commencing with the WORK, DBF shall perform a location investigation of existing underground utilities and facilities in accordance with Section 01530 entitled "Protection of Existing Facilities" and shall have obtained all required permits and permissions, DBF shall also deliver written notice to the CITY and property occupants (private and public) of all planned disruption to roadway, driveways, SECTION 01010 SUMMARY OF WORK . temporary displacement of fences, mailboxes, street signs and traffic signs, and utilities 72 hours in advance of disruption. B. Because other projects will be connected to portions of work constructed as part of this project, it will be necessary to sequence portions of this project. The DBF shall be responsible to coordinate construction activities with DBF of adjacent phases and sections. 1.8 WORK SCHEDULE A. Time is of the essence in completing this project. Because time is of the essence the DBF shall commit the necessary resources to this project to complete it in a timely manner. Those resources may include multiple working crews, working overtime, etc. Because time is of the essence, the DBF'S construction progress will be monitored closely on a weekly basis. The Construction progress will be measured with the construction schedule submitted by the DBF. If the CITY determines that the DBF does not meet the construction schedule, the DBF will be required to commit those resources necessary to ensure the completion of the project in a timely manner including working overtime, adding other work crews, etc. All costs incurred to implement measure to complete the work in timely manner will be borne by the DBF at no additional cost to the OWNER. B. SCHEDULE 1. DBF shall submit scheduling information for the work as required by the city. 2. No separate payment shall be made for preparation and/or revision of the schedule. 1.9 COMPUTATION OF CONTRACT TIME A. It is the DBF'S responsibility to provide clear and convincing documentation to the CITY as to the effect additional work will have with respect to additional contract time extension that may be justified. If additional quantities of work can be carried out concurrent with other existing construction activities without disrupting the critical path of the project, then no contract time extension will be granted. The DBF is obligated to provide documentation to the CITY if additional elements of work affect the critical path of the project. If work set forth in the original scope of the project is deleted, the contract time may be reduced. This contract is a calendar day contract. While the DBF may be granted time to suspend work operations for vacations or holidays, contract time will not be suspended. During suspensions, the DBF shall be responsible for all maintenance of traffic and liability without additional compensation from the CITY. 1.10 DBF USE OF PREMISES A. The DBF's use of the project site shall be limited to its construction operations. The DBF will arrange for storage of materials. A copy of an agreement for use of other property shall be furnished to the CITY prior to its use. 1.11 PRE-CONSTRUCTION CONFERENCE SECTION 01010 SUMMARY OF WORK A. After the award of Contract, a Pre-construction Work Conference will be held between the DBF, the CITY, other interested Agencies, representatives of Utility Companies and others affected by the work. The CITY will set the time and place of this conference. The DBF shall bring to the conference a copy of the proposed work schedule for the approval by the CITY of the proposed methods and manner of executing the work including sequences of operation and time schedule. The work shall be performed in accordance with such schedule or approved amendments thereto. 1.12 UTILITY LOCATIONS A. As far as possible, all existing utility lines in the project area have been shown on the plans. However, the City of Fort Lauderdale does not guarantee that all lines are shown, or that said lines are in their true location and the depicted size. It shall be the DBF'S responsibility to identify and locate all underground or overhead utility lines or equipment affected by the project. No additional payment will be made to the DBF because of discrepancies in actual and plan location of utilities and damages suffered as a result thereof. B. The DBF shall notify each utility company involved at least thirty (30) days prior to the start of construction to arrange for positive underground location, relocation or support of its utility where that utility may be in conflict with or endangered by the proposed construction. The DBF shall pay for relocation of water mains or other utilities for the convenience of the DBF. The DBF shall pay for all charges by utility companies for temporary support of its utilities. All costs of permanent utility relocations to avoid conflict shall be the responsibility of the DBF and the utility company involved. C. The DBF shall schedule and coordinate their work in such a manner that they are not delayed by the utility companies relocating or supporting their utilities. No compensation will be paid to the DBF for any loss of time or delay. D. All overhead, surface, and underground structures and/or utilities encountered are to be carefully protected from damage or displacement. All damage to said structures and/or utilities is to be completely repaired within a reasonable time; needless delay will not be tolerated. The CITY reserves the right to remedy any damage by ordering outside parties to make repairs at the expense of the DBF. All repairs made by the DBF are to be made to the satisfaction of the utility owner and shall be inspected by a representative of the utility owner and the CITY. E. The DBF should be aware of the Sunshine State One Call Center, which has a free locating service for CONTRACTORS and excavators. Within forty-eight hours before excavating, dial toll free 1-800-432-4770, and a locator will be dispatched to the work location. DBF shall reasonably notify other utility companies not notified by Sunshine State One Call Center. F. The DBF is responsible for compliance with any and all permit conditions. Permit conditions are attached as Exhibit H of this document, further information regarding permit conditions can be obtained from the CITYS office. G. The DBF shall obtain construction permit and applicable building and other permits from each City jurisdictions within the project area, if required. SECTION 01010 SUMMARY OF WORK . 1.13 LINE AND GRADE A. DBF shall develop and make all detailed surveys needed for construction and shall establish all working points, lines, and elevations necessary to perform the work. A Professional Surveyor and Mapper per Florida Statute 472.001-472.037 shall supervise this surveying work. 1.14 PROTECTION AND RESTORATION OF SURVEY MONUMENTS A. The DBF shall carefully protect from disturbance all survey monuments, stakes and benchmarks, whether or not established by DBF, and shall not remove or destroy any surveying point until it has been properly witnessed by the CITY. All major survey monuments that have been damaged by the DBF such as section corners, 1/4 section corners, property corners or block control points shall be replaced at the DBF'S expense with markers of a size and type approved by the CITY. The replacement shall be under the supervision of a Professional Surveyor and Mapper per Florida Statute 472.001-472.037, where directed by the CITY. 1.15 EQUIPMENT A. All equipment necessary and required for the proper construction of all facilities shall be on the construction site, in first-class working condition. 1.16 STORAGE SITES A. The DBF shall furnish, at DBF’s expense, properly zoned areas suitable for field office, material storage and equipment service and storage. No material may be stored in the public right of way without prior authorization by the agency having jurisdiction. The DBF shall keep these areas in a clean and orderly condition so as not to cause a nuisance or sight obstruction to motorists or pedestrians. 1.17 OWNERSHIP OF EXISTING MATERIAL A. All materials removed or excavated from the job site shall remain the property of the City of Fort Lauderdale until released by the CITY, at which time it shall become the property of the DBF, who shall dispose of it in a manner satisfactory to the CITY. 1.18 EXCESS MATERIAL A. Upon direction of the CITY, all vegetation, debris, concrete or other unsuitable materials shall be disposed of in areas provided by the DBF and approved by the CITY. Any excess material desired to be retained by the CITY shall be delivered by the DBF to a designated area within a 5-mile radius of the project, at no extra cost to the CITY. 1.19 ADJUSTING EXISTING VALVES, METERS, CATCH BASINS, AND MAS A. It shall be the DBF'S responsibility to coordinate and have all adjustments made to existing water meters, valves, and structures encountered during construction, in order to meet all final grades, unless otherwise instructed by the CITY or the SECTION 01010 SUMMARY OF WORK respective utility owner. All valves and MAS shall be accessible during all phases of the work for emergency access. Omission of such structures from the Contract Plans does not relieve the DBF from making such adjustments as may be deemed necessary. The DBF shall take this provision into account when personally investigating the site. No additional payment shall be made for these adjustments. 1.20 CONFLICT STRUCTURES A. The DBF shall abide by the following criteria concerning conflicts between new drainage, water, or sewer construction and existing utilities. 1. The DBF shall verify the location of all utilities suspected of being potential conflicts prior to ordering drainage or sewer structures for these locations and inform the CITY as to DBF’S findings. 2. The CITY shall have full authority to direct the placement of conflict structures, the relocation of structures shown in the plans, and the addition, deletion, or relocation of any pipe or structure shown in the plans in order to facilitate construction, expedite completion and avoid conflicts with existing utilities. 3. Where an existing utility is to pass through a conflict structure, the DBF shall protect the utility from damage by whatever means the utility owner and the CITY deem necessary. 4. In no case shall there be less than six (6) inches between any two (2)-pipe lines within the structure or between pipelines and the structure. 1.21 ENVIRONMENTAL PROTECTION A. The DBF shall furnish all labor and equipment and perform all work required for the prevention of environmental pollution during and as a result of the work under this contract. For the purpose of this contract, environmental pollution is defined as the presence of chemical, physical, or biological elements or agents which adversely affect human health or welfare; unfavorably alter ecological balances of importance to human life, affect other species of importance to humankind, or degrade the utility of the environment for aesthetic and recreational purposes. The control of environmental pollution requires consideration of air, water, land and involves noise, solid waste management and management of radiant energy and radioactive materials, as well as other pollutants. Environmental pollution prevention shall be in accordance with NPDES requirements with no additional cost to the CITY. B. The DBF shall take all steps necessary to protect water quality in the connected waters around the project and shall utilize such additional measures as directed by the CITY. Silt screens adjacent to outfall construction shall not be removed until the turbidity of the affected waters is equal to or lower than the ambient turbidity of undisturbed segments of the surface water body. Any discharge into existing drainage facilities shall require the approval of the owner of the system. This may require the DBF to obtain an engineered plan to be furnished at no additional cost to the CITY. 1.22 MAINTENANCE AND PROTECTION OF TRAFFIC SECTION 01010 SUMMARY OF WORK . A. The DBF shall provide all necessary traffic control devices in order to redirect, protect, warn or maintain existing vehicular and pedestrian traffic during the course of construction. 1. CONSTRUCTION PHASING REQUIREMENTS Following are general requirements for construction phasing to minimize resident disruption yet maximize cost effectiveness of the construction scheduling. a. No two adjacent roadways may be under construction at the same time (i.e., construction shall be on alternating roadways, and every other roadway shall remain open for access). In no case shall more than 35% of all roadways in a section be under construction at one time. At least 35% of all roadways shall have an asphalt surface, either original or new asphalt, at all times. The DBF shall make every effort to provide access to driveways at the end of the working day. If a driveway is not accessible, the homeowner should have access to a neighboring swale area for temporary parking. When vehicular access to homes is not possible for parking of vehicles, an area for parking shall be provided within one block of the furthest home effected. This condition is to be avoided whenever possible and shall last no longer than five (5) working days. The DBF, with the CITY’s approval, shall coordinate the parking area location. The DBF shall lease the property from the landowner, and will provide a compacted, graded parking surface acceptable to the CITY. 1) The DBF shall not begin construction on subsequent roadways until the initial roadways under construction are substantially complete. A roadway shall be considered substantially complete when all work is complete except for the last lift of asphalt. All work on private property and landscaping must also be complete before a road is considered substantially complete. 2) Site restoration work shall be complete on private property within 30 days after being disturbed. b. Construction within the right of way of affected roads shall be scheduled so that all improvements are completed at once, and the residents are only disrupted for one time period. c. All affected residents and property owners shall be notified by the DBF in writing a minimum of two (2) weeks, or earlier if required by the CITY, prior to any disruption to or construction in road right of way adjacent to their homes. The notification shall also indicate any special parking or traffic conditions that will affect residents. d. All affected residents shall be notified by the DBF a minimum of forty-eight (48) hours, or earlier if required by the CITY, prior to a shut off of water supply. Any water supply interruptions shall be rescheduled to be as short as possible and not exceed twelve (12) hours. e. All affected residents shall be notified by the DBF a minimum of forty-eight (48) hours, or earlier if required by the CITY, prior to work on the sanitary SECTION 01010 SUMMARY OF WORK as short as possible and not exceed twelve (12) hours. f. At any time, the entire length of two north-south streets and one east- west street shall remain unobstructed and open to through-traffic for the area around each project. Access for emergency vehicles shall be maintained at all times to all homes and businesses. Excavation must be backfilled or barricaded at the end of each workday to prevent hazardous conditions. If a trench, excavation or structure is to be left open, it must be covered with a steel plate and barricaded at the end of each workday or when work will be suspended for more than eight (8) hours. g. Transportation provisions for handicapped or disabled residents shall be made by the DBF if construction prevents access to homes. h. The DBF shall also make provisions with local bus, school bus, garbage collection, mail delivery and other agencies for continuation of service. A traffic maintenance plan indicating proposed street closings, schedules, and alternate routes, approved by the CITY, shall be submitted to all affected agencies for coordination and routing purposes. i. Materials and equipment shall be stored in a fenced or otherwise enclosed area during non-working hours. Pipe and material shall not be strung out along installation routes for longer than two (2) weeks prior to installation. B. TRAFFIC CONTROL 1. The DBF is required to submit a conceptual Traffic Control Plan at the Pre- Construction Conference. This preliminary plan should identify the phases of construction that the DBF plans to proceed with and identify traffic flows during each phase. The CITY will have ten (10) days to notify the DBF of any comments. Once the conceptual plan for maintaining traffic has been approved, the DBF will be required to submit a detailed plan showing each phase's Maintenance and Protection Plan prior to starting construction of any phase. 2. The "Maintenance of Traffic" plan shall include pedestrian traffic as well as vehicular traffic. 3. A safe walk route for all schools within the vicinity of the construction zone shall be maintained during the arrival and dismissal of school. DBF shall not block bus access to schools during school hours. 4. In the case that a designated crossing of any portion of the designated walk route cannot be maintained, then the DBF shall notify the City of Fort Lauderdale and the "School Safety Coordinator" at Broward County Traffic Engineering Division, (954) 484- 9600 a minimum of ten (10) working days prior to ceasing that route so that an alternate route can be established with the school and the enforcing agency. 5. It shall be the responsibility of the DBF for any necessary Construction, Pavement Marking and Signage or any Pedestrian Signalization and/or SECTION 01010 SUMMARY OF WORK sewer main. Any sewer supply interruptions shall be rescheduled to be . Signal Modification to accommodate an alternate safe walk route. 6. Thirty (30) days prior to the beginning of construction the DBF shall notify the City of Fort Lauderdale and the "School Safety Coordinator" at Broward County Traffic Engineering Division (954) 484-9600, to set up a pre-work meeting. 7. The DBF, at all times, shall conduct the work in such a manner as to insure the least obstruction to traffic as is practical. Convenience of the general public and of the residents adjacent to the work shall be provided for in a satisfactory manner, as determined by the CITY. 8. Sidewalks, gutters, drains, fire hydrants and private drives shall, insofar as practical, be kept in condition for their intended uses. Fire hydrants on or adjacent to the work shall be kept accessible to fire apparatus at all times, and no material or obstruction shall be placed within twenty (20) feet of any such hydrant. 9. Construction materials stored upon the public street shall be placed so as to cause as little obstruction to the general public as is reasonably possible. Stored materials shall not impede pedestrian or vehicular traffic at any time. 10. Streets may be closed only as permitted by the approved Maintenance of Traffic Plan, and as directed by the CITY and, whenever the street is not closed, the work must be conducted with the provision for a safe passageway for traffic at all times. The DBF shall make all necessary arrangements with the CITY concerning maintenance of traffic and selection of detours required. 11. All existing stop and street name signs will be maintained as long as deemed necessary by the CITY. 12. When permission has been granted to close an existing roadway, the DBF shall furnish and erect signs, barricades, lights, flags and other protective devices, which shall conform to the requirements, and be subject to the approval of the CITY. The DBF shall furnish and maintain proper protective devices at such location for the entire time of closure as the CITY may direct. Signage shall be affected one week before closure. 13. The DBF shall furnish a sufficient number of protective devices to protect and divert the vehicular and pedestrian traffic from working areas closed to traffic, or to protect any new work. Failure to comply with this requirement will result in the CITY shutting down the work until the DBF provides the necessary protection. 14. Any time traffic is diverted for a period of time that will exceed one-work day temporary pavement markings will be required. Existing pavement markings that conflict with the new work zone traffic pattern must be obliterated. Painting over existing pavement markings (black out) is not permitted. 15. The DBF may be required to reposition existing traffic signal heads in order to maintain traffic flows at diverted intersections. If this should be necessary, the DBF must submit a plan for approval showing the course of work and the planned repositioning. The Broward County Traffic Engineering Division must approve the plan prior to implementation. No separate payment for repositioning the existing traffic signal heads will be made. The cost of this work shall be included in the bid item for Maintenance of Traffic. SECTION 01045 CUTTING AND PATCHING down all equipment during the school zone commute time periods (approximately 15 minutes prior to and after school is in session). 1.23 MAINTENANCE AND PROTECTION OF EXISTING DRAINAGE SYSTEM A. It shall be the responsibility of the DBF to maintain positive drainage on the surface and to ensure that the existing underground drainage system continues to function as intended during the construction of the new drainage system. The DBF shall submit a plan to maintain the existing drainage patterns and underground system for the approval of the CITY prior to beginning any work on the existing or new drainage systems. The cost of maintaining positive drainage and preparing the maintenance plan shall be included under maintenance of traffic and existing drainage system, of the Schedule of Prices Bid. 1.24 APPLICATION FOR PAYMENT FOR STORED MATERIALS A. Application for payment for stored materials may not be made by DBF. 1.25 SPECIAL CONDITIONS FOR CONSTRUCTION BY OTHER AGENCIES A. It will be the DBF’s responsibility to coordinate construction schedules with other contractors so as to minimize disruptions, and inconveniences. The project site shall be safe at all times for construction workers and residents. PART 2 PRODUCTS (NOT APPLICABLE) PART 3 EXECUTION (NOT APPLICABLE) END OF SECTION 01010 SECTION 01010 SUMMARY OF WORK 16. If there are schools within the project area: The DBF will be required to shut . PART 1 GENERAL 1.1 REQUIREMENTS INCLUDED A. DBF shall be responsible for all cutting, fitting and patching, including attendant excavation and backfill, required to complete the work or to: 1. Make its several parts fit together properly. 2. Uncover portions of the work to provide for installation of ill-times work. 3. Remove and replace defective work. 4. Remove and replace work not conforming to requirements of Contract Documents. 5. Remove samples of installed work as specified for testing. 6. Provide routine penetrations of nonstructural surfaces for installation of piping and electrical conduit. 1.2 RELATED REQUIREMENTS A. All applicable sections of the Specifications. B. Conditions of the Contract. 1.3 SUBMITTALS A. Submit a written request to CITY well in advance of executing any cutting or alteration, which affects: 1. Work of the OWNER or any separate DBF. 2. Structural value of integrity of any element of the project. 3. Integrity of effectiveness of weather-exposed or moisture-resistant elements or systems. 4. Efficiency, operational life, maintenance or safety of operational elements. 5. Visual qualities of sight-exposed elements. B. Request shall include: 1. Identification of the project. 2. Description of the affected work. 3. The necessity for cutting, alteration or excavation. 4. Effect on work of Owner or any separate DBF, or on structural or weatherproof integrity of project. 5. Description of proposed work: a. Scope of cutting, patching, alteration or excavation. b. Trades who will execute the work. c. Products proposed to be used. d. Extent of refinishing to be done. 6. Alternatives to cutting and patching. 7. Cost proposal, when applicable. 8. Written permission of any separate DBF whose work will be affected. C. Should conditions of work or the schedule indicate a change of products from original installation, DBF shall submit request for substitution as specified in Section 01600, Paragraph 1.08. D. Submit written notice to CITY designating the date and time the work will be uncovered. SECTION 01070 PART 2 PRODUCTS 2.1 MATERIALS A. Comply with specifications and standards for each specific product involved. PART 3 EXECUTION 3.1 INSPECTION A. Inspect existing conditions of project, including elements subject to damage or to movement during cutting and patching. B. After uncovering the work, inspect conditions affecting installation of products, or performance of work. C. Report unsatisfactory or questionable conditions affecting installation of products, or performance of work. 3.2 PREPARATION A. Provide adequate temporary support as necessary to assure structural value or integrity of affected portion of work. B. Provide devices and methods to protect other portions of project from damage. C. Provide protection from elements for that portion of the project, which may be exposed by cutting and patching, work, and maintain excavations free from water. 3.3 PERFORMANCE A. Execute cutting and demolition by methods, which will prevent damage to other work, and will provide proper surfaces to receive installation of repairs. B. Execute excavating and backfilling by methods, which will prevent settlement or damage to other work. C. Employ installer or fabricator to perform cutting and patching for: 1. Weather-exposed or moisture-resistant elements. 2. Sight-exposed finished surfaces. D. Execute fitting and adjustment of products to provide a finished installation to comply with specified product, functions, tolerances and finishes. E. Restore work which has been cut or removed; install new products to provide completed work in accordance with requirements of Contract Documents. F. Fit work airtight to pipes, sleeves, ducts, conduit and other penetrations through surfaces. G. Refinish entire surfaces as necessary to provide an even finish to match adjacent finishes: 1. For continuous surfaces, refinish to nearest intersection. 2. For an assembly, refinish entire unit. END OF SECTION 01045 SECTION 01045 CUTTING AND PATCHING . REGULATORY REQUIREMENTS & PERMITS PART 1 GENERAL 1.1 REQUIREMENTS INCLUDED A. DBF shall comply with all building codes and regulations appropriate to the project, including those but not limited to: 1. City of Fort Lauderdale a. Florida Building Code (Latest Revision) b. Broward County Traffic Engineering Division c. Broward County Environmental Protection and Growth Management Department d. Broward County Highway Construction and Engineering Department e. Florida Department of Environmental Protection f. South Florida Water Management District g. Florida Department of Environmental Protection h. OSHA B. DBF shall comply with these codes, laws, regulations, rules, directives of all agencies, boards, districts, and governmental bodies having jurisdiction. The most recent guidelines of the regulatory agencies shall be utilized for the design and construction of the project. C. DBF shall obtain and pay the cost of all building permits, fees, tie-in, or connection charges associated with the project. D. DBF is responsible for compliance with all agencies and shall obtain all the necessary permits to complete the project. In the event that the CITY must obtain permits in addition to those listed below, the DBF shall not have any claim for damages arising from any delay caused by the CITY’S obtaining said additional permits. 1.2 RELATED REQUIREMENTS A. All applicable sections of the Specifications. B. Conditions of the Contract. PART 2 PRODUCTS (NOT APPLICABLE) PART 3 EXECUTION (NOT APPLICABLE) END OF SECTION 01060 SECTION 01070 ABBREVIATIONS OF INSTITUTIONS PART 1 GENERAL 1.1 GENERAL Wherever in these Specifications references are made to the standards, specifications, or other published data of the various international, national, regional, or local organizations, such organizations may be referred to by their acronym or abbreviation only. As a guide to the user of these Specifications, the following acronyms or abbreviations, which may appear in these Specifications, shall have the meanings indicated herein. 1.2 ABBREVIATIONS AAMA Architectural Aluminum Manufacturer's Association AAR Association of American Railroads AASHTO American Association of State Highway and Transportation Officials AATCC American Association of Textile and Colorists ACI American Concrete Institute AFBMA Anti-Friction Bearing Manufacturer's Association, Inc. AGA American Gas Association AGMA American Gear Manufacturers Association AHAM Association of Home Appliance Manufacturers AI The Asphalt Institute AIA American Institute of Architects AISC American Institute of Steel Construction AISI American Iron and Steel Institute AITC American Institute of Timber Construction AMCA Air Moving and Conditioning Association ANS American Nuclear Society ANSI American National Standards Institute, Inc. APA American Plywood Association API American Petroleum Institute APWA American Public Works Association ASA American Standards Association ASAE American Society of Agricultural Engineers ASCE American Society of Civil Engineers ASHRAE American Society of Heating, Refrigerating, and Air Conditioning Engineers ASLE American Society of Lubricating Engineers ASME American Society of Mechanical Engineers ASQC American Society for Quality Control ASSE American Society of Sanitary Engineers ASTM American Society for Testing and Materials AWPA American Wood Preservers Association AWPI American Wood Preservers Institute AWS American Welding Society AWWA American Water Works Association BBC Basic Building Code, Building Officials and Code Administrators International SECTION 01070 ABBREVIATIONS OF INSTITUTIONS . BCEPD Broward County Environmental Protection Department (now known as Broward County Environmental Protection and Growth Management Department) BCHCED Broward County Highway Construction & Engineering Division BCHD Florida Department of Health of Broward County BCPHU Broward County Public Health Unit BCTED Broward County Traffic Engineering Division BCWRMD Broward County Water Resource Management Division BCWWS Broward County Water & Wastewater Services Division BHMA Builders Hardware Manufacturer's Association CBM Certified Ballast Manufacturers CEMA Conveyors Equipment Manufacturer's Association CGA Compressed Gas Association CLFMI Chain Link Fence Manufacturer's Institute CMA Concrete Masonry Association CRSI Concrete Reinforcing Steel Institute CSI Construction Specification Institute DIPRA Ductile Iron Pipe Research Association EIA Electronic Industries Association ETL Electrical Test Laboratories EPA Environmental Protection Agency FAC Florida Administrative Code FBC Florida Building Code FDEP Florida Department of Environmental Protection FDOT Florida Department of Transportation FM Factory Mutual System FPL Florida Power & Light FS Federal Specifications HI Hydraulics Institute IAPMO International Association of Plumbing and Mechanical Officials ICBO International Conference of Building Officials IEEE Institute of Electrical and Electronics Engineers IES Illuminating Engineering Society IME Institute of Makers of Explosives IP Institute of Petroleum (London) IPC Institute of Printed Circuits IPCEA Insulated Power Cable Engineers Association ISA Instrument Society of America ISO International Organization for Standardization ITE Institute of Traffic Engineers MBMA Metal Building Manufacturer's Association MPTA Mechanical Power Transmission Association MSS Manufacturers Standardization Society MTI Marine Testing Institute NAAMM National Association of Architectural Metal Manufacturer's NACE National Association of Corrosion Engineers SECTION 01070 ABBREVIATIONS OF INSTITUTIONS NBS National Bureau of Standards NCCLS National Committee for Clinical Laboratory Standards NEC National Electrical Code NEMA National Electrical Manufacturer's Association NFPA National Fire Protection Association NFPA National Forest Products Association N.I.C. Not In Contract NLGI National Lubricating Grease Institute NMA National Microfilm Association NSF National Sanitation Foundation NWMA National Woodwork Manufacturers Association NPDES National Pollutant Discharge Elimination System OSHA Occupational Safety and Health Administration PCA Portland Cement Association PPI Plastics Pipe Institute RCRA Resource Conservation and Recovery Act RIS Redwood Inspection Service RVIA Recreational Vehicle Industry Association RWMA Resistance Welder Manufacturer's Association SAE Society of Automotive Engineers SAMA Scientific Apparatus Makers Association SB Southern Bell SFWMD South Florida Water Management District SMA Screen Manufacturers Association SMACCNA Sheet Metal and Air Conditioning Contractors National Association SPI Society of the Plastics Industry, Inc. SPIB Southern Pine Inspection Bureau SPR Simplified Practice Recommendation SSA Swedish Standards Association SSBC Southern Standard Building Code, Southern Building Code Congress SSPC Steel Structures Painting Council SSPWC Standard Specifications for Public Works Construction TAPPI Technical Association of the Pulp and Paper Industry TFI The Fertilizer Institute UL Underwriters Laboratories, Inc. WCLIB West Coast Lumber Inspection Bureau WCRSI Western Concrete Reinforcing Steel Institute WEF Water Environment Federation WIC Woodwork Institute of California WRI Wire Reinforcement Institute, Inc. WWED Broward County Water and Wastewater Engineering Division WWPA Western Wood Products Association PART 2 PRODUCTS (NOT APPLICABLE) PART 3 EXECUTION (NOT APPLICABLE) SECTION 01070 ABBREVIATIONS OF INSTITUTIONS . END OF SECTION 01070 SECTION 01090 REFERENCE STANDARDS 1.1 GENERAL A. Titles of Sections and Paragraphs: Captions accompanying specification sections and paragraphs are for convenience of reference only, and do not form a part of the Specifications. B. Applicable Publications: Whenever in these Specifications references are made to published specifications, codes, standards, or other requirements, it shall be understood that wherever no date is specified, only the latest specifications, standards, or requirements of the respective issuing agencies which have been published as of the date that the WORK is advertised for bids, shall apply; except to the extent that said standards or requirements may be in conflict with applicable laws, ordinances, or governing codes. No requirements set forth herein or shown on the Drawings shall be waived because of any provision of, or omission from, said standards or requirements. 1.2 REFERENCE SPECIFICATIONS, CODES, AND STANDARDS A. Without limiting the generality of other requirements of the Specifications, all work specified herein shall conform to or exceed the requirements of applicable codes and the applicable requirements of the following documents. B. References herein to "Building Code" shall mean "Florida Building Code". References to "Mechanical Code" or "Uniform Mechanical Code," "Plumbing Code" or "Uniform Plumbing Code," "Fire Code" or "Uniform Fire Code," shall mean Uniform Mechanical Code, Uniform Plumbing Code and Uniform Fire Code of the International Conference of the Building Officials (ICBO). "Electric Code" or "National Electric Code (NEC)" shall mean the National Electric Code of the National Fire Protection Association (NFPA). The latest edition of the codes as approved by the Municipal Code and used by the local agency as of the date that the WORK is advertised for bids, as adopted by the agency having jurisdiction, shall apply to the WORK herein, including all addenda, modifications, amendments, or other lawful changes thereto. C. In case of conflict between codes, reference standards, drawings and the other Contract Documents, the most stringent requirements shall govern. All conflicts shall be brought to the attention of the CITY for clarification and directions prior to ordering or providing any materials or furnishing labor. The DBF shall bid for the most stringent requirements. D. The DBF shall construct the WORK specified herein in accordance with the requirements of the Contract Documents and the referenced portions of those referenced codes, standards, and specifications listed herein. E. References herein to "OSHA Regulations for Construction" shall mean Title 29, Part 1926, Construction Safety and Health Regulations, Code of Federal Regulations (OSHA), including all changes and amendments thereto. F. References herein to "OSHA Standards" shall mean Title 29, Part 1910, Occupational Safety and Health Standards, Code of Federal Regulations (OSHA), including all changes and amendments thereto. G. References to "Minimum Standards" shall mean the City of Fort Lauderdale Minimum Standards. SECTION 01090 REFERENCE STANDARDS PART 1 GENERAL . 1.3 REGULATIONS RELATED TO HAZARDOUS MATERIALS A. The DBF is responsible that all work included in the Contract Documents, regardless if shown or not, shall comply with all EPA, OSHA, RCRA, NFPA, and any other Federal, State, and Local Regulations governing the storage and conveyance of hazardous materials, including petroleum products. B. Where no specific regulations exist, all chemical, hazardous, and petroleum product piping and storage in underground locations must be installed with double containment piping and tanks, or in separate concrete trenches and vaults, or with an approved lining which cannot be penetrated by the chemicals, unless waived in writing by the OWNER. 1. The DBF may be required to reposition existing traffic signal heads in order to maintain traffic flows at diverted intersections. If this should be necessary, the DBF must submit a plan for approval showing the course of work and the planned repositioning. The Broward County Traffic Engineering Division must approve the plan prior to implementation. No separate payment for repositioning the existing traffic signal heads will be made. The cost of this work shall be included in the bid item for Maintenance of Traffic. 2. If there are schools within the project area: The DBF will be required to shut down all equipment during the school zone commute time periods (approximately 15 minutes prior to and after school is in session). PART 2 PRODUCTS (NOT APPLICABLE) PART 3 EXECUTION (NOT APPLICABLE) END OF SECTION 01090 SECTION 01200 PART 1 GENERAL 1.1 REQUIREMENTS INCLUDED A. DBF shall schedule and administer a preconstruction meeting, progress meetings at a minimum of once a month on a day established by the OWNER's Representative and specially called meetings throughout progress of the work. 1. Prepare agenda meetings. 2. Distribute written notice of each meeting five (5) days in advance of meeting date. 3. Preside at meetings. 4. Record the minutes; include significant proceedings and decisions. 5. Reproduce and distribute copes of minutes within three (3) days after each meeting. a. To participants in the meeting. b. To parties affected by decisions made at the meeting. c. Furnish digital copies of minutes to OWNER. B. DBF is to secure a meeting location for progress meetings that is in accordance with the requirements of the Contract Documents. C. Representative of DBF, subcontractor and suppliers attending meetings shall be qualified and authorized to act on behalf of the entity each represents. 1.2 RELATED REQUIREMENTS A. All applicable sections of the Specifications. B. Conditions of the Contract. 1.3 PRE-CONSTRUCTION MEETING A. Schedule after date of Notice to Proceed. B. Location: A central site, convenient for all parties, designated by OWNER’s Representative. C. Attendance: 1. The DBF and its superintendent. 2. ENGINEER 3. Resident Project Representative. 4. Representative of the OWNER. 5. Major subcontractors. 6. Major Suppliers. 7. Governmental representatives as appropriate. 8. Others as requested by DBF, OWNDER, or Engineer. D. Suggested Agenda: 1. Distribution and discussion of: a. List of major subcontractors and suppliers. b. Projected Construction Schedules. c. Shop Drawings and other submittals. d. Traffic maintenance plan. e. Community Public Relations. 2. Critical work sequencing. SECTION 01200 PROJECT MEETINGS . PROJECT MEETINGS 3. Procurement of major equipment and materials requiring a long lead time. 4. Project Coordination. a. Designation of responsible personnel. 5. Procedures and processing of: a. Field decisions. b. Proposal requests. c. Submittals. d. Change orders. e. Applications for Payment. 6. Adequacy of distribution of Contract Documents. 7. Procedures of maintaining Record Documents. 8. Use of premises: a. Office, work, and storage areas. b. OWNER requirements. 9. Construction facilities, controls, and construction aids. 10. Temporary utilities. 11. Safety procedures 12. Security procedures. 13. Housekeeping procedures. 1.4 PROGRESS MEETINGS A. Schedule regular monthly meetings on a day established by the OWNER's Representative as required. B. Hold called meetings as required by progress of the work. C. Location of meetings: Project field office or as designated by OWNER. D. Attendance 1. OWNER’s Representative and OWNER’s professional consultants as needed. 2. ENGINEER 3. Subcontractors as active on the site. 4. Suppliers as appropriate to the agenda. 5. Governmental representatives as appropriate. 6. Others, as requested by DBF, OWNER, or ENGINEER. E. Suggested Agenda: 1. Review, approval of minutes of previous meeting. 2. Review of work progress since previous meeting. 3. Field observations, problems, and conflicts. 4. Problems, which impeded Construction Schedule. 5. Review of off-site, delivery schedules. 6. Corrective measures and procedures to regain projected schedule. 7. Revisions to Construction Schedules. 8. Progress, schedule, during succeeding work period. 9. Coordination of schedules. 10. Community Public Relations. 11. Review submittal schedules; expedite as required. SECTION 01300 SUBMITTALS for items such as dewatering, earth and water retaining, erosion/turbidity 12. Maintenance of quality standards. 13. Pending changes and substitutions. 14. Review proposed changed for: a. Effect on Construction Schedule and on completion date. b. Effect on other contracts of the Project. 15. Other business. PART 2 PRODUCTS (NOT APPLICABLE) PART 3 EXECUTION (NOT APPLICABLE) END OF SECTION 01200 SECTION 01200 PROJECT MEETINGS . PART 1 GENERAL 1.1 SCOPE: A. Summary of Work: This SECTION includes definitions, descriptions, transmittal, and review of "Compliance" and "Miscellaneous" Submittals. 1.2 GENERAL INFORMATION: A. Definitions: 1. Compliance Submittals include Shop Drawings, product data, and samples which are prepared by the DBF, Subcontractor, MANUFACTURER, or Supplier and submitted by the DBF to the CITY as a basis for approval of the use of Equipment and Materials proposed for incorporation in the WORK or needed to describe installation, operation, maintenance, or technical properties. a. Shop Drawings include custom-prepared data of all types including drawings, diagrams, performance curves, material schedules, templates, instructions, and similar information not in standard printed form applicable to other projects. b. Product data includes standard printed information on materials, products and systems not custom-prepared for this Project, other than the designation of selections from available choices. c. Samples include both fabricated and unfabricated physical examples of materials, products, and WORK; both as complete units and as smaller portions of units of WORK; either for limited visual inspection or (where indicated) for more detailed testing and analysis. Mock-ups are a special form of samples which are too large to be handled in the specified manner for transmittal of sample Submittals. 2. Miscellaneous Submittals are those technical reports, administrative Submittals, certificates, and warranties not defined as Shop Drawings, product data, or samples. a. Technical reports include laboratory reports, tests, technical procedures, technical records, DBF's design analysis and DBF's survey field notes for construction staking, before cross-sections and after cross-sections, and similar type Submittals. b. Administrative Submittals are those nontechnical Submittals required by the Contract Documents or deemed necessary for administrative records. These Submittals include maintenance agreements, workmanship bonds, Project photographs, physical work records, statements of applicability, copies of industry standards, as-constructed data, security/protection/safety data, and similar type Submittals also listed in SECTION 01700 and elsewhere in the Contract Documents. c. Certificates and warranties are those Submittals on Equipment and Materials where a written certificate or guarantee from the MANUFACTURER or Supplier is called for in the Specifications. d. Reports as required by Contract describing DBF's means and methods for items such as dewatering, earth and water retaining, erosion/turbidity SECTION 01300 SUBMITTALS 4. General outline drawings of equipment showing overall dimensions, location control, safety plans, and similar type Submittals. 3. Refer to ARTICLE 1.03 and 1.04 of this Part for detailed lists of documents and specific requirements. B. Quality Requirements: 1. Submittals such as Shop Drawings and product data shall be of the quality for legibility and reproduction purposes. Every line, character, and letter shall be clearly legible. Drawings such as reproducible shall be useable for further reproduction to yield legible hard copy. 2. Documents submitted to the CITY that do not conform to these requirements shall be subject to rejection by the CITY, and upon request by CITY, DBF shall resubmit conforming documents. If conforming Submittals cannot be obtained, such documents shall be retraced, redrawn, or photographically restored as may be necessary to meet such requirements. DBF's (or his Subcontractor's) failure to initially satisfy the legibility quality requirements will not relieve DBF (or his Subcontractors) from meeting the required schedule for Submittal of Shop Drawings and product data. C. Language and Dimensions: 1. All words and dimensional units shall be in the English language. 2. Metric dimensional unit equivalents may be stated in addition to the English units. D. Submittal Completeness: 1. Submittals shall be complete with respect to dimensions, design criteria, materials of construction, and other information specified to enable the CITY to review the information effectively. 2. Where standard drawings are furnished which cover variations of the general class of equipment, each such drawing shall be individually annotated to describe exactly which parts of the drawing apply to the equipment being furnished. Use hatch marks to indicate variations that do not apply to the Submittal. The use of "highlighting" is not an acceptable means of annotating Submittals. Such annotation shall also include proper identification of the Submittal permanently attached to the drawing. 3. Reproduction or copies of Drawings or portions thereof will not be accepted as complete fabrication or erection drawings. The DBF may use a reproduction of the CITY-prepared Drawings for erection drawings such as to indicate information on erection or to identify detail drawing references. Where the Drawings are revised to show this additional DBF information, the CITY's title block shall be replaced with a DBF's title block and the CITY's professional seal shall be removed from the Drawing. The DBF shall revise these erection drawings for subsequent CITY revisions to the Drawings. 1.3 COMPLIANCE SUBMITTALS: A. Items shall include, but not be limited to, the following: 1. MANUFACTURER's specifications 2. Catalogs, or parts thereof, of manufactured equipment 3. Shop fabrication and erection drawings SECTION 01300 SUBMITTALS . of major components, weights, and location of required building openings and floor plates 5. Detailed equipment installation drawings, showing foundation details, anchor bolt sizes and locations, baseplate sizes, location of CITY's connections, and all clearances required for erection, operation, and disassembly for maintenance 6. Schematic diagrams for electrical items, showing external connections, terminal block numbers, internal wiring diagrams, and one-line diagrams 7. Bills of material and spare parts list 8. Instruction books and operating manuals 9. Material lists or schedules 10. Performance tests on equipment by MANUFACTURERs 11. Concrete mix design information 12. Samples and color charts 13. All drawings, calculations, catalogs or parts thereof, MANUFACTURER’s specifications and data, samples, instructions, and other information specified or necessary: a. For CITY to determine that the Equipment and Materials conform with the design concept and comply with the intent of the Contract Documents. b. For the proper erection, installation, operation and maintenance of the Equipment and Materials which the CITY will review for general content but not for substance. c. For the CITY to determine what supports, anchorages, structural details, connections, and services are required for the Equipment and Materials, and the effects on contiguous or related structures and Equipment and Materials. B. Compliance Submittal Action Stamps or Designation: The CITY's review action stamp or designation, appropriately completed, will appear on all Compliance Submittals of DBF when returned by the CITY. Review status designations listed on CITY's action designation are defined as follows: 1. "ACCEPTED AS SUBMITTED": Signifies Equipment or Material represented by the Submittal conforms with the design concept and complies with the intent of the Contract Documents and is acceptable for incorporation in the WORK. DBF is to proceed with fabrication or procurement of the items and with related WORK. 2. "ACCEPTED AS NOTED”: Signifies Equipment and Material represented by the Submittal conforms with the design concept and complies with the intent of the Contract Documents and is acceptable for incorporation in the WORK subject to the condition that as constructed it shall be in accordance with all notations and/or corrections indicated. DBF is to proceed with fabrication or procurement of the items and with related WORK in accordance with CITY's notations. SECTION 01300 SUBMITTALS 4. General outline drawings of equipment showing overall dimensions, location 3. "RETURNED FOR REVISION": Means that deviations from the requirements of the Contract Documents exist in the Submittal. DBF is to resubmit revised information responsive to CITY's annotations on the returned Submittal or written in the letter of transmittal. Fabrication or procurement of items represented by the Submittal and related WORK is not to proceed until the Submittal is approved. 4. "NOT ACCEPTABLE (SUBMIT ANEW)": Signifies Equipment and Material represented by the Submittal does not conform with the design concept or comply with the intent of the Contract Documents and is disapproved for use in the WORK. DBF is to resubmit Compliance Submittals responsive to the Contract Documents. 5. "PRELIMINARY SUBMITTAL": Signifies Submittals of such preliminary nature that a determination of conformance with the design concept or compliance with the intent of the Contract Documents must be deferred until additional information is furnished. DBF is to submit such additional information to permit layout and related activities to proceed. 6. "FOR REFERENCE ONLY": Signifies Submittals which are for supplementary information only; pamphlets, general information sheets, catalog cuts, standard sheets, bulletins and similar data, all of which are useful to the CITY in design, operation, or maintenance, but which by their nature do not constitute a basis for determining that items represented thereby conform with the design concept or comply with the intent of the Contract Documents. The CITY reviews such Submittals for general content but not for substance. 7. Resubmit Compliance Submittals the number of times required for CITY's "ACCEPTED AS SUBMITTED" or “FOR REFERENCE ONLY”. However, any need for more resubmittals than the number set forth in the accepted schedule, or any other delay in obtaining acceptance of Submittals, will not be grounds for extension of the Contract Time, provided the CITY completes its reviews within the times stated above. C. Schedule and Log of Compliance Submittals: 1. Prepare for the CITY, a schedule and log for submission of all Compliance Submittals specified or necessary for CITY's review of the use of Equipment and Materials proposed for incorporation in the WORK or needed for proper installation, operation or maintenance. Submit the schedule and log with the procurement schedule and WORK progress schedule. Schedule submission of all Compliance Submittals to permit review, fabrication, and delivery in time to not cause a delay in the WORK of DBF or his Subcontractors or any other contractors as described herein. 2. In establishing schedule for Compliance Submittals, allow 15 working days in CITY's office for reviewing original Submittals that have been deemed complete and ten (10) working days for reviewing resubmittals of previously reviewed submittals. 3. The schedule shall indicate the anticipated dates of original submission and shall be prepared in accordance with SECTION 01310 and submitted in accordance with this SECTION. 4. Schedule all Compliance Submittals required prior to fabrication or SECTION 01300 SUBMITTALS . manufacture for submission within [90] days of the Notice to Proceed [NTS: SECTION 01300 SUBMITTALS Engineer should coordinate with the Project/Construction Manager to determine this time period]. Schedule Compliance Submittals pertaining to storage, installation and operation at the Site for CITY's acceptance prior to delivery of the Equipment and Materials. D. Transmittal of Compliance Submittals: 1. All Compliance Submittals of Equipment and Materials furnished by Subcontractors, MANUFACTURERs, and Suppliers shall be submitted to the CITY by DBF in electronic PDF format as indicated below. After checking and verifying all field measurements, transmit all Compliance Submittals to the CITY for acceptance as follows: a. Identify each Compliance Submittal by Submittal Number, Project name and number, Contract title and number, and the Specification SECTION and article number marked thereon or in the letter of transmittal. Unidentifiable Submittals will be returned for proper identification. b. Check and certify Compliance Submittals of Subcontractors, Suppliers, and MANUFACTURERS with DBF's approval prior to transmitting them to the CITY. DBF's certification of approval shall constitute a representation to the CITY that DBF has either determined and verified all quantities, dimensions, field construction criteria, materials, catalog numbers, and similar data, or he assumes full responsibility for doing so, and that he has coordinated each Compliance Submittal with the requirements of the WORK and the Contract Documents. c. At the time of each submission, call to the attention of CITY in the letter of transmittal any deviations from the requirements of the Contract Documents. d. Provide all Submittals in electronic format, compatible with Adobe Professional, Version 8 (or higher), and submitted as a single file, using PDF bookmarks and/or chapters to identify divisions within the Submittal package. e. Make all modifications noted or indicated by CITY and return revised copies, or samples until accepted. Revised Submittals must be complete and conformed, including all pages/sheets with the required revisions and any additional or replacement pages/sheets. Direct specific attention in writing, or on revised Submittals, to changes other than the modifications called for by the CITY on previous Submittals. Subsequent review cycles for returned or revised Submittals shall replicate the process described in items d. through e. above. f. If the CITY’s review action is “ACCEPTED AS NOTED”, the Submittal will be designated such, and electronically transmitted back to the DBF. Upon receipt of this notification from the CITY, The DBF shall resubmit one (1) conformed electronic copy in PDF file format to the CITY for final distribution. If the Submittal is required to be signed and sealed by a Professional Engineer registered in the State of Florida, this version of the submittal shall be signed and sealed. Submittal will not be considered final until all copies have been received by the CITY. Submittal will be designated “DISTRIBUTION COPY (PREVIOUSLY ACCEPTED)” by SECTION 01300 SUBMITTALS . the CITY. Accepted Submittals transmitted for final distribution will not be further reviewed and are not to be revised. If errors are discovered during manufacture or fabrication, correct the Submittal and resubmit for review. g. Following completion of the WORK and prior to final payment, furnish those drawings necessary to indicate "AS CONSTRUCTED" conditions, including field modifications. Furnish additional copies for insertion in equipment instruction books as required. All such copies shall be clearly marked "AS BUILT DRAWING." h. WORK requiring a Compliance Submittal shall not be commenced or shipped until the Submittal has been designated "ACCEPTED AS SUBMITTED" or "ACCEPTED AS NOTED" by the CITY. i. Keep a legible copy or sample of each Compliance Submittal at the Site. 2. Copies of the equipment DBF’s erection drawings and other Compliance Submittals required for the installation of equipment furnished by others under separate Contract for installation under this Contract will be transmitted to DBF by the CITY in the final distribution of such Submittals. 3. Information to MANUFACTURER’s District Office: MANUFACTURERs and Suppliers of Equipment and Materials shall furnish copies of all agreements, drawings, specifications, operating instructions, correspondence, and other matters associated with this Contract to the MANUFACTURER’s district office servicing the CITY. Insofar as practicable, all business matters relative to Equipment and Materials included in this Contract shall be conducted through such local district offices. E. CITY's Review: 1. The CITY will review and return Compliance Submittals to DBF with appropriate notations. Instruction books and similar Submittals will be reviewed by the CITY for general content but not for substance. 2. The CITY's acceptance of Compliance Submittals will not relieve DBF from his responsibility as stated in the Section 00700 – General Terms and Conditions. F. Instruction Books / Operation & Maintenance Manuals: 1. Equipment instruction books and manuals shall be prepared by the MANUFACTURER and shall include the following: a. Index and tabs b. Instructions for installation, start-up, operation, inspection, maintenance, parts lists and recommended spare parts, and data sheets showing model numbers c. Applicable drawings d. Name of contact person, phone number, and address of the nearest authorized service facility e. Attached to the above shall be a notice of the exact warranty effective dates, beginning and ending. f. All additional data specified 2. Information listed above shall be submitted electronically in a PDF file format. SECTION 01300 SUBMITTALS a. Instruction Books/Operation & Maintenance Manuals shall contain the following: 1) Equipment name 2) MANUFACTURER’s name 3) Project name 4) Contract number 5) Reference to applicable Drawing No. & Technical Specifications Section b. Format: The overall manual should be constructed around certain types of structures or equipment in the Project, and not merely assembled by technical specification section, so that all pertinent data needed by personnel to operate or maintain the equipment or structure is in one (1) manual (as far as is practical). The DBF shall coordinate with the CITY as to how the manuals are to be assembled (Bookmarked). G. Samples: Office samples shall be of sufficient size and quantity to clearly illustrate the following: 1. Functional characteristics of the product, with integrally related parts and attachment devices 2. Full range of color, texture, and pattern 1.4 MISCELLANEOUS SUBMITTALS: A. Miscellaneous Submittals are comprised of technical reports, administrative Submittals, and warranties which relate to the WORK, but do not require CITY’s approval prior to proceeding with the WORK. Miscellaneous Submittals may include but are not limited to (at CITY's discretion): 1. Welder qualification tests 2. Welding procedure qualification tests 3. X-ray and radiographic reports 4. Field test reports 5. Concrete cylinder test reports 6. Certification on Materials: a. Steel mill tests b. Paint lab tests c. Cement tests 7. Soil test reports 8. Temperature records 9. Shipping or packing lists 10. Job progress schedules 11. Equipment and Material delivery schedules 12. Progress photographs 13. Warranties 14. Fire protection and hydraulic calculations 15. Surveying field notes, preliminary and final Surveyor’s Reports 16. Pump tests 17. Traffic control plan SECTION 01300 SUBMITTALS . 18. Technical Reports 19. Written Certificates and Warranties B. Transmittal of Miscellaneous Submittals: a. All Miscellaneous Submittals furnished by Subcontractors, MANUFACTURERS, and Suppliers shall be submitted to CITY by DBF in an electronic PDF file format, unless otherwise specified. b. Identify each miscellaneous Submittal by Project name and number, Contract title and number, and the specification section and article number marked thereon or in the letter of transmittal. Unidentifiable Submittals will be returned for proper identification. c. Check and certify Miscellaneous Submittals of Subcontractors, Suppliers, and MANUFACTURERS with DBF's approval prior to transmitting them to the CITY. DBF's certification of approval shall constitute a representation to the CITY that DBF has either determined and verified all information, or he assumes full responsibility for doing so, and that he has coordinated Miscellaneous Submittal with the requirements of the WORK and the Contract Documents. d. At the time of each submission, call to the attention of the CITY in the letter of transmittal any deviations from the requirements of the Contract Documents. e. Make all modifications noted or indicated by CITY and return revised copies until accepted. Direct specific attention in writing, or on revised Submittals, to changes other than the modifications called for by the CITY on previous Submittals. After Submittals have been accepted, submit copies thereof for final distribution. 2. Test Reports: a. Responsibilities of DBF and CITY regarding tests and inspections of Equipment and Materials and completed WORK are set forth elsewhere in these Contract Documents. b. The party specified responsible for testing or inspection shall in each case, unless otherwise specified, arrange for the testing laboratory or reporting agency to distribute test reports in an electronic PDF file format to the following parties, unless otherwise specified: 1) CITY 2) Resident Project Representative 3) DBF 4) MANUFACTURER or supplier C. CITY'S Review: 1. CITY will review Miscellaneous Submittals for indications of WORK or material deficiencies within fifteen (15) working days in CITY's office for original Submittals and ten (10) working days for reviewing resubmittals. 2. CITY will respond to DBF on those Miscellaneous Submittals which indicate WORK or material deficiency. 1.5 WEN BASED CONSTRUCTION DOCUMENT MANAGEMENT: SECTION 01300 SUBMITTALS A. The CITY, and DBF shall use the internet Web Based Project Construction Document Management tool (the Construction Document Management tool), e- Builder® ASP software, and protocols included in that software during this Project for submission of all documents specified in this SECTION and elsewhere in the Contract Documents. The use of Construction Document Management as herein described does not replace or change any contractual responsibilities of the DBF. B. The intent of using the Construction Document Management tool (i.e. e-Builder®) is to improve the Project work efforts by promoting timely initial communications and responses. This will also reduce the number of paper documents while providing improved record keeping by creation of electronic document files. C. The Construction Document Management tool is available through e-Builder® in the form and manner required by the CITY. D. The Construction Document Management tool is on-line and fully functional. User registration, electronic and computer equipment, and Internet connections are the responsibility of CITY, Engineer of Record and DBF. E. DBF’s Responsibility: 1. DBF shall be responsible for the validity of their information placed in Construction Document Management tool and for the abilities of their personnel. 2. Entry of information exchanged and transferred between the DBF and its subcontractors and suppliers on Construction Document Management tool shall be the responsibility of the DBF. 3. Accepted users shall be knowledgeable in the use of computers, including Internet Browsers, email programs, cad drawing applications, and Adobe Portable Document Format (PDF) document distribution program. 4. DBF shall utilize the existing forms in Construction Document Management tool (i.e. e-Builder®) to the maximum extent possible. If a form does not exist in Construction Document Management tool, the DBF must include a form of their own (subject to review and acceptance by CITY) or provided by CITY as an attachment to a submittal. 5. Adobe PDF documents shall be created through electronic conversion to be searchable, rather than optically scanned, whenever possible. DBF is responsible for the training of their personnel in the use of the Construction Document Management tool (outside training that is provided by CITY) and the other programs indicated above as needed. 6. User Access Limitations: a. Provide a list of DBF's key the Construction Document Management tool personnel for the CITY's acceptance. The CITY reserves the right to perform a security check on all potential users. The DBF will be allowed to add additional personnel and subcontractors to Construction Document Management tool. b. The CITY will grant initial access to the Construction Document Management tool by creating user profiles to accepted DBF personnel. F. Authorized Users: The DBF shall: 1. Request the User Application form from the CITY Project Manager. SECTION 01300 SUBMITTALS documentation shall not relieve DBF from compliance with requirements . 2. Submit completed User Application Form to the CITY Construction Document Management tool (i.e. e-Builder®) Administrator. 3. Authorized users will be contacted directly by the web site provider, e- Builder®, who will assign the temporary user password. 4. Authorized users shall be responsible for the proper us of their passwords and access to data as agents of the company in which they are employed. 5. Sharing usernames and passwords are strictly prohibited. G. Training: Group training sessions will be scheduled by the CITY on as needed bases. Users are required to attend the scheduled training sessions they are assigned to. H. Support: e-Builder® will provide on-going support through online help files. The second level of help will be to contact the CITY Construction Document Management tool Administrator with the help of CITY Project Manager. I. Copyrights and Ownership: Nothing in this Specification or the subsequent communications supersedes the DBF’s obligations and rights for copyright or document ownership as established by the Contract Documents. The use of CAD files, processes or design information distributed in this system is intended only for the Project specified herein. J. Communications: The use of fax, email and courier communication for this Project is discouraged in favor of using the Construction Document Management tool to send messages. Communication functions are as follows: 1. Document Integrity and Revisions: a. Documents, comments, drawings and other records posted on the Construction Document Management tool will remain for the Project record. The authorship time and date will be recorded for each document submitted to the system. Submitting a new document or record with a unique ID, authorship, and time stamp will be the method used to make modifications or corrections. b. The Construction Document Management tool will make it easy to identify revised or superseded documents and their predecessors. 2. Document Security: The Construction Document Management tool will provide a method for communication of documents. Do not post private or your company confidential items in the database. 3. Notifications and Distribution: a. Document distribution to Project members shall be accomplished both within the Construction Document Management tool and via email as appropriate. Project document distribution to parties outside of the Construction Document Management tool shall be accomplished by secure email of outgoing documents and attachments, readable by a standard email client. b. Minimum Equipment and Internet Connection: DSL, local cable company’s Internet connection or T1 connection is required. 4. Automated System Notification and Audit Log Tracking: a. Review comments made (or lack thereof) by CITY on DBF submitted SECTION 01300 SUBMITTALS of the Contract Documents. b. DBF is responsible for managing, tracking, and documenting the Work to comply with the requirements of the Contract Documents. CITY's acceptance via the Construction Document Management tool notifications or audit logs extends only to the face value of the submitted documentation and does not constitute validation of the DBF's submitted information. PART 2 PRODUCTS (NOT APPLICABLE) PART 3 EXECUTION 3.1 SUBMITTAL LOG: A. DBF shall maintain an accurate Submittal Log and a Distribution List for the duration of the WORK, showing current status of all Submittals and Distributees at all times in a form acceptable to the CITY. DBF shall make the Submittal Log available to the CITY for its review on request and shall bring a copy of the Submittal Log to all Progress Meetings. END OF SECTION 01300 SECTION 01340 SHOP DRAWINGS, PRODUCT DATA AND SAMPLES . PART 1 GENERAL 1.1 REQUIREMENTS INCLUDED A. Submit Shop Drawings, Product Data and Samples required by the Contract Documents. 1.2 RELATED REQUIREMENTS A. All applicable sections of the Specifications. B. Conditions of the Contract. C. Designate in the construction schedule, or in a separate coordinated schedule, the dates for submission and the dates that reviewed Shop Drawings, Product Data and Samples will be needed. 1.3 SHOP DRAWINGS A. Drawings shall be presented in a readable and thorough condition. 1. Drawing size shall be in standard sizes 8 ½ inch X 11 inch through 24 inch X 36 inch as appropriate for detail. 2. Details shall be identified by reference to City of Fort Lauderdale Project Number, sheet, detail, specification section, equipment numbers, I.D. numbers and schedule numbers shown on Contract Drawings. 1.4 PRODUCT DATA A. Preparation 1. Clearly mark each copy to identify pertinent products or models. 2. Show performance characteristics and capacities. 3. Show dimensions and clearances required. 4. Show wiring or piping diagrams and controls. B. Manufacturer’s standard schematic drawings and diagrams: 1. Modify drawings and diagrams to delete information, which is not applicable to the work. 2. Supplement standard information to provide information specifically applicable to the work 1.5 SAMPLES A. Office samples shall be of sufficient size and quantity to clearly illustrate: 1. Functional characteristics of the product with integrally related parts and attachment devices. 2. Full rand of color, texture and pattern. 1.6 DBF RESPONSIBILITIES A. Review Shop Drawings, Product Data and samples prior to submission. B. Determine and verify: 1. Field measurements. 2. Field construction criteria. 3. Catalog numbers and similar data. 4. Conformance with specifications. C. Coordinate each submittal with requirements of the work and of the Contract SECTION 01340 SHOP DRAWINGS, PRODUCT DATA AND SAMPLES Documents. D. Notify the OWNER’s Representative in writing, at time of submission, of any deviations in the submittals from requirements of the Contract Documents. 1.7 SUBMISSION REQUIREMENTS A. DBF shall furnish the CITY for review, 3 copies of each shop drawing submittal. The term "Shop Drawing" as used herein shall be understood to include detail design calculations, shop drawings, fabrication and installation drawings, erection drawings, lists, graphs, catalog sheets, data sheets, and similar items. B. Normally, a separate transmittal form shall be used for each specific item or class of material or equipment for which a submittal is required. Transmittal of a submittal of various items using a single transmittal form will be permitted only when the items taken together constitute a manufacturer's "package" or are so functionally related that expediency indicates review of the group or package as a whole. A multiple-page submittal shall be collated into sets, and each set shall be stapled or bound, as appropriate, prior to transmittal to the CITY. In any case, every separate item submitted for shop drawing approval will be uniquely numbered and dated, between the submittal and transmittal for proper tracking. C. Except as may otherwise be indicated herein, the CITY will return prints of each submittal to the DBF with its comments noted thereon, within twenty-one (21) calendar days following their receipt by the DBF. It is considered reasonable that the DBF shall make a complete and acceptable submittal to the CITY by the second submission of a submittal item. The CITY's maximum review period for each submittal, including all resubmittals, will be 15 days per submittal. In other words, for a submittal that required two resubmittals before it is complete, the maximum review period for that submittal could be 45 days. D. If 3 copies of a submittal are returned to the DBF marked "NO EXCEPTIONS TAKEN", formal revision and resubmission of said submittal will not be required. E. If 3 copies of a submittal are returned to the DBF marked "MAKE CORRECTIONS NOTED," formal revision and resubmission of said submittal will not be required. F. If a submittal is returned to the DBF marked "REVISE AND RESUBMIT" or "AMEND- RESUBMIT," the DBF shall revise said submittal and shall resubmit the required number of copies of said revised submittal to the CITY. G. If a submittal is returned to the DBF marked "REJECTED-RESUBMIT", the DBF shall revise said submittal and shall resubmit the required number of copies of said revised submittal to the CITY. H. Fabrication of an item shall be commenced only after the CITY has reviewed the pertinent submittals and returned copies to the DBF marked either 'NO EXCEPTIONS TAKEN" or 'MAKE CORRECTIONS NOTED." Corrections indicated on submittals shall be considered as changes necessary to meet the requirements of the Contract Documents and shall not be taken as the basis for changes to the contract requirements. I. All DBF shop drawing submittals shall be carefully reviewed by an authorized representative of the DBF, prior to submission to the CITY. Each submittal shall be dated, signed, and certified by the DBF, as being correct and in strict conformance with the Contract Documents. In the case of shop drawings, each sheet shall be so SECTION 01340 SHOP DRAWINGS, PRODUCT DATA AND SAMPLES . dated, signed, and certified. No consideration for review by the CITY of any DBF submittals will be made for any items, which have not been so certified by the DBF. All non-certified submittals will be returned to the DBF without action taken by the CITY, and any delays caused thereby shall be the total responsibility of the DBF. J. The CITY's review of DBF shop drawing submittals shall not relieve the DBF of the entire responsibility for the correctness of details and dimensions. The DBF shall assume all responsibility and risk for any misfits due to any errors in DBF submittals. The DBF shall be responsible for the dimensions and the design of adequate connections and details. K. Submittals shall contain: 1. The date of submission and the dates of any previous submissions. 2. The project title and Project Number. 3. Contract identification. 4. The names of: a. Contactor b. Supplier c. Manufacturer 5. Identification of the product, with specification section number. 6. Field dimensions clearly identified as such. 7. Relation to adjacent or critical features of the work or materials. 8. Applicable standards, such as ASTM or Federal Specification numbers. 9. Identification of deviations from Contract Documents. 10. Identification of revisions on resubmittals. 11. DBF's stamp, initialed or signed, certifying to review of submittal, verification of products, field measurements and field construction criteria, and coordination of the information within the submittal with requirements of the work and of Contract Documents. 1.8 RESUBMISSION REQUIREMENTS A. Make any corrections or changes in the submittals required by OWNER's Representative and resubmit until approved. B. Shop Drawings and Product Data: 1. Revise initial drawings or data and resubmit as specified for the initial submittal. 2. Indicate any changes which have been made other than those requested by the OWNER’s Representative. C. Samples: Submit new samples as required for initial submittal. 1.9 DISTRIBUTION A. Distribute reproduction of Shop Drawings and copies of Product Data, which carry the OWNER's Representative or ENGINEER's stamp of approval to: 1. Job site file. 2. Record Document File. 3. Other affected CONTRACTORs. 4. Subcontractors. SECTION 01340 SHOP DRAWINGS, PRODUCT DATA AND SAMPLES 5. Supplier or Fabricator. B. Distribute samples which carry the OWNER's Representative or ENGINEER's stamp of approval as directed by the CITY. 1.10 OWNER ’S REP RES ENTAT IV E OR EN GINEE R DUTIES A. Review submittals with reasonable promptness and in accord with schedule. B. Affix stamp and initials or signature, and indicate requirements for submittals, or approval of submittal. C. Return submittals to DBF for distribution PART 2 PRODUCTS (NOT APPLICABLE) PART 3 EXECUTION (NOT APPLICABLE) END OF SECTION 01340 SECTION 01380 CONSTRUCTION PHOTOGRAPHS PART 1 GENERAL . 1.1 GENERAL A. Employ competent photographer to take construction record photographs periodically, monthly at a minimum, during course of the work. 1.2 RELATED REQUIREMENTS A. Section 01010: Summary of Work. B. Section 01720: Project Record Documents. 1.3 PHOTOGRAPHY REQUIRED A. Provide photographs taken on cutoff date for each scheduled application for Payment. B. Provide photographs taken at each major stage of construction. C. Provide photographs taken of change order work. D. Provide five prints of each view. E. Digital Images: 1. Remain property of photographer. 2. Require that photographer maintain digital images for a period of two years from Date of Substantial Completion of entire Project. 3. Photographer shall agree to furnish additional prints to OWNER and the ENGINEER at commercial rates applicable at time of purchase. 1.4 COSTS OF PHOTOGRAPHY A. DBF shall pay costs for specified photography and prints. 1. Parties requiring additional photography or prints will pay photographer directly. 1.5 DIGITAL PHOTOGRAPHY A. At OWNER and ENGINEER’s discretion, digital photography may be used for all construction photographs except aerial progress photographs. PART 2 PRODUCTS 2.1 PRINTS A. Color: 1. Paper: Single weight, color print paper. 2. Finish: Smooth surface, glossy. 3. Size: 8-inch x 10-inch. B. Identify each print on back, listing: 1. Name of Project. 2. Specific Location. 3. Date and time of exposure. 4. Name and address of photographer. 5. Photographer's numbered identification of exposure. SECTION 01380 CONSTRUCTION PHOTOGRAPHS PART 3 EXECUTION 3.1 TECHNIQUE A. Factual presentation. B. Correct exposure and focus. 1. High resolution and sharpness. 2. Maximum depth-of-field. 3. Minimum distortion. 3.2 VIEWS REQUIRED A. Photograph from locations to adequately illustrate condition of construction and state of progress. 3.3 DELIVERY OF PRINTS A. Deliver prints to the ENGINEER to accompany each Application for Payment. B. Distribution of prints as soon as processed, is anticipated to be as follows: 1. OWNER (one set). 2. ENGINEER (two sets). 3. Project Record File (one set to be stored by DBF). 4. DBF (one set). END OF SECTION 01380 SECTION 01400 QUALITY CONTROL PART 1 GENERAL . 1.1 DEFINITION A. Specific quality control requirements for the WORK are indicated throughout the Contract Documents. The requirements of this Section are primarily related to performance of the WORK beyond furnishing of manufactured products. The term "Quality Control" includes inspection, sampling and testing, and associated requirements. 1.2 INSPECTION AT PLACE OF MANUFACTURE A. Unless otherwise indicated, all products, materials, and equipment shall be subject to inspection by the CITY at the place of manufacture. B. The presence of the CITY at the place of manufacturer, however, shall not relieve the DBF of the responsibility for furnishing products, materials, and equipment which comply with all requirements of the Contract Documents. Compliance is a duty of the DBF and said duty shall not be avoided by any act or omission on the part of the CITY. 1.3 SAMPLING AND TESTING A. Unless otherwise indicated, all sampling and testing shall be in accordance with the methods prescribed in the current standards of the ASTM, as applicable to the class and nature of the article or materials considered; however, the OWNER reserves the right to use any generally-accepted system of sampling and testing which, in the opinion of the CITY will insure the OWNER that the quality of the work is in full accord with the Contract Documents. B. Any waiver by the OWNER of any specific testing or other quality assurance measures, whether or not such waiver is accompanied by a guarantee of substantial performance as a relief from the specified testing or other quality assurance requirements as originally specified, and whether or not such guarantee is accompanied by a performance bond to assure execution of any necessary corrective or remedial WORK, shall not be construed as a waiver of any requirements of the Contract Documents. C. Notwithstanding the existence of such waiver, the CITY reserves the right to make independent investigations and tests, and failure of any portion of the WORK to meet any of the requirements of the Contract Documents, shall be reasonable cause for the CITY to require the removal or correction and reconstruction of any such work in accordance with the General Conditions. 1.4 INSPECTION AND TESTING LABORATORY SERVICE A. Inspection and testing laboratory service shall comply with the following: 1. DBF will appoint, employ, and pay for services of an independent firm to perform inspection and testing or will perform inspection and testing itself. 2. The DBF or independent firm will perform inspections, testing, and other services specified in individual specification sections and as required by the CITY. 3. Reports will be submitted to the CITY in duplicate, indicating observations SECTION 01400 QUALITY CONTROL and results of tests and indicating compliance or non-compliance with Contract Documents. 4. The DBF shall cooperate with the independent firm and furnish samples of materials, design mix, equipment, tools, storage and assistance as requested. 5. The DBF shall notify CITY 48 hours prior to the expected time for operations requiring inspection and laboratory testing services. 6. Retesting required because of non-conformance to specified requirements shall be performed by the same independent firm on instructions by the CITY. 7. The DBF shall bear all costs from such retesting at no additional cost to the CITY. 8. For samples and tests required for DBF's use, the DBF shall make arrangements with an independent firm for payment and scheduling of testing. The cost of sampling and testing for the DBF'S use shall be included in the Contract Price. 9. DBF shall bear all costs if materials for testing are not ready for testing at time specified by DBF for the test. PART 2 PRODUCTS (NOT APPLICABLE) PART 3 EXECUTION 1.1 INSTALLATION A. Inspection: The DBF shall inspect materials or equipment upon the arrival on the job site and immediately prior to installation and reject damaged and defective items. B. Measurements: The DBF shall verify measurements and dimensions of the WORK, as an integral step of starting each installation. C. Manufacturer's Instructions: Where installations include manufactured products, the DBF shall comply with manufacturer's applicable instructions and recommendations for installation, to whatever extent these are more explicit or more stringent than applicable requirements indicated in Contract Documents. END OF SECTION 01400 SECTION 01505 MOBILIZATION PART 1 GENERAL . 1.1 GENERAL A. Mobilization shall include the obtaining of all permits; moving onto the site of all equipment; temporary buildings, and other construction facilities; and implementing security requirements; all as required for the proper performance and completion of the WORK. Mobilization shall include the following principal items: 1. Moving on to the site of all DBF's equipment required for first month operations. 2. Installing temporary construction power, wiring, and lighting facilities. 3. Developing construction water supply. 4. Providing all on-site communication facilities, including cellular telephones and internet service. 5. Providing on-site sanitary facilities and potable water facilities 6. Arranging for and erection of DBF's work, site access, and storage. 7. Obtaining all required permits. 8. Having all OSHA required notices and establishment of safety programs. 9. Having the DBF's superintendent at the job site full time. 10. Submitting initial submittals. 11. Project identification and signs as described in Section 01580. PART 2 PRODUCTS (NOT APPLICABLE) PART 3 EXECUTION 3.1 PAYMENT FOR MOBILIZATION A. The DBF's attention is directed to the condition that no payment for mobilization, or any part thereof will be approved for payment under the Contract until all mobilization items listed in Paragraph 1.01.A. above have been completed as specified. Furthermore, if DBF does not have required trailer, sanitary and potable facilities in order within the first month of construction, a prorated amount of mobilization will be removed from the mobilization line item, for the extent of time taken to furnish said facilities. END OF SECTION 01505 SECTION 01510 TEMPORARY UTILITES PART 1 GENERAL 1.1 GENERAL REQUIREMENTS A. The types of utility services required for general temporary use at the project site include the following: 1. Water service (potable for certain uses) 2. Storm sewer 3. Sanitary sewer 4. Electrical power service 5. Telephone service/Cellular service 6. Internet service 7. Gas service B. It shall be the DBF's responsibility to provide equipment that is adequate for the performance of the WORK under this Contract within the time specified. All equipment shall be kept in satisfactory operating condition, shall be capable of safety and efficiently performing the required WORK, and shall be subject to inspection and approval by the OWNER's representative at any time within the duration of the Contract. All work hereunder shall conform to the applicable requirements of the OSHA Standards for Construction. 1.2 JOB CONDITIONS A. Scheduled Uses: The DBF shall, in conjunction with establishment of job progress schedule, establish a schedule for implementation and termination of service for each temporary utility or facility; at earliest feasible time, and when acceptable to OWNER change over from use of temporary utility service to permanent service. PART 2 PRODUCTS (NOT APPLICABLE) PART 3 EXECUTION 3.1 INSTALLATION OF POWER DISTRIBUTION SYSTEM A. Power: The DBF shall provide all necessary power required for its operations under the Contract and shall provide and maintain all temporary power lines required to perform the WORK in a safe and satisfactory manner. 3.2 INSTALLATION OF LIGHTING A. Construction Lighting: All WORK conducted at night or under conditions of deficient daylight shall be suitably lighted to insure proper WORK and to afford adequate facilities for inspection and safe working conditions. 3.3 WATER SUPPLY A. General: The OWNER will furnish reasonable quantities of water required by the DBF for performance of the WORK under the Contract; however, the DBF shall provide all facilities necessary to convey the water from the OWNER-designated source to the points of use in accordance with the requirements of the Contract Document. The DBF shall pay all permit and water charges. B. Potable Water: All drinking water on the site during construction shall be furnished SECTION 01510 . TEMPORARY UTILITIES by the DBF and shall be bottled water or water furnished in acceptable metal dispensers. Notices shall be posted conspicuously throughout the site warning the DBF's personnel that piped water may be contaminated. C. Water Connections: The DBF shall not make connection to, or draw water from, any fire hydrant or pipeline without first obtaining permission of the authority having jurisdiction over the use of said fire hydrant or pipeline and from the agency owning the affected water system. For each such connection made, the DBF shall first attach to the fire hydrant or pipeline a valve and a meter, if required by the said authority, of a size and type acceptable to said authority and agency. The DBF shall pay all permit and water charges. D. Removal of Water Connections: Before final acceptance of the WORK on the project, all temporary connections and piping installed by the DBF shall be entirely removed, and all affected improvements shall be restored to their original condition, or better, to the satisfaction of the CITY and to the agency owning the affected utility. 3.4 INSTALLATION OF SANITARY FACILITIES A. Toilet Facilities: Fixed or portable chemical toilets shall be provided wherever needed for the use of DBF's employees. Toilets at construction job sites shall conform to the requirements of Subpart D, Section 1926.51 of the OSHA Standards for Construction. B. Sanitary and Other Organic Wastes: The DBF shall establish a regular daily collection of all sanitary and organic wastes. All wastes and refuse from sanitary facilities provided by the DBF or organic material wasted from any other source related to the DBF's operations shall be disposed of away from the site in a manner satisfactory to the CITY and in accordance with all laws and regulations pertaining thereto. 3.5 INSTALLATION OF FIRE PROTECTION A. Fire Protection: The construction of the WORK shall be connected with the DBF's water supply system and shall be adequately protected against damage by fire. Hose connections and hose, water casks, chemical equipment, or other sufficient means shall be provided for fighting fires in the temporary structures and other portions of the WORK, and responsible persons shall be designated and instructed in the operation such fire apparatus so as to prevent or minimize the hazard of fire. The DBF's fire protection program shall conform to the requirements of Subpart F of the OSHA Standards for Construction. 3.6 INSTALLATION OF COMMUNICATIONS A. Telephone and Internet Services: The DBF shall provide and maintain at all time during the progress of the WORK not less than one telephone and one internet connection in good working order, at CITY’s field office and its own field construction office which shall be located at or near the site of the WORK included in the Contract. B. Telephone Use: The DBF shall permit the CITY, the OWNER, or their authorized representatives or employees free and unlimited use of said telephone facilities for SECTION 01510 TEMPORARY UTILITES all calls that do not involve extended long-distance charges. END OF SECTION 01510 SECTION 01520 CONSTRUCTION AIDS PART 1 GENERAL 1.1 REQUIREMENTS INCLUDED A. Furnish, install and maintain required construction aids, remove on completion of work. 1.2 RELATED REQUIREMENTS A. All applicable sections of the Specifications. B. Conditions of the Contract. PART 2 PRODUCTS 2.1 MATERIALS, GENERAL A. Materials may be new or used, suitable for the intended purpose, but must not violate requirements of applicable codes and standards. 2.2 CONSTRUCTION AIDS A. Provide construction aids and equipment required by personnel and to facilitate execution of the work; scaffolds, staging, ladders, stairs, ramps, runways, platforms, railings, hoists, cranes, chutes and other such facilities and equipment. 1. Refer to respective sections for particular requirements for each trade. 2. Provide protective coverings for finished surfaces. B. Maintain facilities and equipment in first-class condition. PART 3 EXECUTION 3.1 PREPARATION A. Consult with OWNER's Representative, review site conditions and factors which affect construction procedures and construction aids including adjacent properties and public facilities which may be affected by execution of the work. 3.2 GENERAL A. Comply with applicable requirements specified in sections of Division 2 through 4 (as applicable). B. Relocate construction aids as required by progress of construction, by storage or work requirements, and to accommodate legitimate requirements of OWNER and other Contractors employed at the site. 3.3 REMOVAL A. Completely remove temporary materials, equipment and services: 1. When construction needs can be met by use of permanent construction. 2. At completion of project. B. Clean, repair damage caused by installation or by use of temporary facilities. 1. Remove foundations and underground installations for construction aids. 2. Grade areas of site affected by temporary installations to required elevations and slopes and clean the area. C. Restore permanent facilities used for temporary purposed to specified condition. . SECTION 01520 CONSTRUCTION AIDS END OF SECTION 01520 SECTION 01530 PROTECTION OF EXISTING FACILITIES . PART 1 GENERAL 1.1 GENERAL A. The DBF shall protect all existing utilities and improvements not designated for removal and shall restore damaged or temporarily relocated utilities and improvements to a condition equal to or better than they were prior to such damage or temporary relocation, all in accordance with requirements of the Contract Documents. B. The DBF shall verify the exact locations and depths of all utilities shown and the DBF shall make exploratory excavations of all utilities that may interfere with the WORK. All such exploratory excavations shall be performed as soon as practicable after award of the contract and, in any event, a sufficient time in advance of construction to avoid possible delays to the DBF's work. When such exploratory excavations show the utility location as shown to be in error, the DBF shall so notify the CITY. C. The number of exploratory excavations required shall be that number which is sufficient to determine the alignment and grade of the utility. 1.2 RIGHTS-OF-WAY A. The DBF shall not do any work that would affect any oil, gas, sewer, or water pipeline; any telephone, cable or electric transmission line; any fence; or any other structure, nor shall the DBF enter upon the rights-of-way involved until notified that the OWNER has secured authority from the proper party. After authority has been obtained, the DBF shall give said party due notice of its intention to begin work, if required by said party, and shall remove, shore, support or otherwise protect such pipeline, transmission line, ditch, fence, or structure or replace the same. When two or more contracts are being executed at one time on the same or adjacent land in such manner that work on one contract may interfere with that on another, the OWNER shall determine the sequence and order of the WORK. When the territory of one contract is the necessary or convenient means of access for the execution of another contract, such privilege of access or any other reasonable privilege may be granted by the OWNER to the DBF so desiring, to the extent, amount, in the manner, and at the times permitted. No such decision as to the method or time of conducting the WORK or the use of territory shall be made the basis of any claim for delay or damage, except as provided for temporary suspension of the WORK in the General Conditions of the Contract. 1.3 PROTECTON OF STREET OR ROADWAY MARKERS A. The DBF shall not destroy, remove, or otherwise disturb any existing survey markers or other existing street or roadway markers without proper authorization. No pavement breaking, or excavation shall be started until all survey or other permanent marker points that will be disturbed by the construction operations have been properly referenced. All survey markers or points disturbed by the DBF shall be accurately restored after all street or roadway resurfacing has been completed. 1.4 RESTORATION OF PAVEMENT A. General: All paved areas including asphaltic concrete berms cut or damaged during construction shall be replaced with similar materials and of equal thickness SECTION 01530 PROTECTION OF EXISTING FACILITIES to match the existing adjacent undisturbed areas, except where specific resurfacing requirements have been called for in the Contract Documents or in the requirements of the agency issuing the permit. All temporary and permanent pavement shall conform to the requirements of the affected pavement OWNER. All pavements which are subject to partial removal shall be neatly saw cut in straight lines. B. Temporary Resurfacing: Wherever required by the public authorities having jurisdiction, the DBF shall place temporary surfacing promptly after backfilling and shall maintain such surfacing for the period of time fixed by said authorities before proceeding with the final restoration of improvements. C. Permanent Resurfacing: In order to obtain a satisfactory junction with adjacent surfaces, the DBF shall saw cut back and trim the edge so as to provide a clean, sound, vertical joint before permanent replacement of an excavated or damaged portion of pavement. Damaged edges of pavement along excavations and elsewhere shall be trimmed back by saw cutting in straight lines. All pavement restoration and other facilities restoration shall be constructed to finish grades compatible with adjacent undisturbed pavement. D. Restoration of Sidewalks or Private Properties: Wherever sidewalks or private properties and driveways have been removed for purposes of construction, the DBF shall place suitable temporary sidewalks or driveways promptly after backfilling and shall maintain them in satisfactory condition for the period of time fixed by the authorities having jurisdiction over the affected portions before proceeding with the final restoration or, if no such period of times is so fixed, the DBF shall maintain said temporary sidewalks or driveways until the final restoration thereof has been made. The DBF shall restore all private properties within thirty (30) days after a complaint is received by the OWNER. 1.5 EXISTING UTILITIES AND IMPROVEMENTS A. General: The DBF shall protect all Underground Utilities and other improvements which may be impaired during construction operations. It shall be the DBF's responsibility to ascertain the actual location of all existing utilities and other improvements that will be encountered in its construction operations, and to see that such utilities or other improvements are adequately protected from damage due to such operations. The DBF shall take all possible precautions for the protection of unforeseen utility lines to provide for uninterrupted service and to provide such special protection as may be necessary. B. Utilities to be Moved: In the case it shall be necessary to move the property of any public utility or franchise holder, such utility company or franchise holder will, upon request of the DBF, be notified by the OWNER to move such property within a specified reasonable time. When utility lines that are to be removed are encountered within the area of operations, the DBF shall notify the CITY a sufficient time in advance for the necessary measures to be taken to prevent interruption of service. C. Where the proper completion of the WORK requires the temporary or permanent removal and/or relocation of an existing utility or other improvement which is indicated, the DBF shall remove and, without unnecessary delay, temporarily SECTION 01530 PROTECTION OF EXISTING FACILITIES . replace or relocate such utility or improvement in a manner satisfactory to the OWNER of the facility. In all cases of such temporary removal or relocation, restoration to former location shall be accomplished by the DBF in a manner that will restore or replace the utility or improvement as nearly as possible to its former locations and to as good or better condition than found prior to removal. D. OWNER's Right of Access: The right is reserved to the OWNER and to the OWNERs of public utilities and franchises to enter at any time upon any public street, alley, right-of- way, or easement for the purpose of making changes in their property made necessary by the WORK of this Contract. E. Underground Utilities Indicated: Existing utility lines that are indicated or the locations of which are made known to the DBF prior to excavation and that are to be retained, and all utility lines that are constructed during excavation operations shall be protected from damage during excavation and backfilling and, if damaged, shall be immediately repaired or replaced by the DBF at no cost to the CITY. F. Underground Utilities Not Indicated: In the event that the DBF damages any existing utility lines that are not indicated or the locations of which are not made known to the DBF prior to excavation, a written report thereof shall be made immediately to the CITY. If directed by the CITY, repairs shall be made by the DBF under the provisions contained in these Contract Documents. G. All costs of locating, repairing damage not due to failure of the DBF to exercise reasonable care, and removing or relocating such utility facilities not shown in the Contract Documents with reasonable accuracy, and for equipment on the project which was actually working on that portion of the work which was interrupted or idled by removal or relocation of such utility facilities, and which was necessarily idled during such work will be paid for in accordance with the provisions of the Contract Documents. H. Approval of Repairs: All repairs to a damaged utility or improvement are subject to inspection and approval by an authorized representative of the utility or improvement OWNER before being concealed by backfill or other work. I. Maintaining in Service: All oil and gasoline pipelines, power, and telephone or the communication cable ducts, gas and water mains, irrigation lines, sewer lines, storm drain lines, poles, and overhead power and communication wires and cables encountered along the line of the WORK shall remain continuously in service during all the operations under the Contract, unless other arrangements satisfactory to the CITY are made with the owner of said pipelines, duct, main, irrigation line, sewer, storm drain, pole, or wire or cable. The DBF shall be responsible for and shall repair all damage due to its operations, and the provisions of this Section shall not be abated even in the event such damage occurs after backfilling or is not discovered until after completion of the backfilling. J. Existing Water Services: DBF shall protect and provide temporary support for existing water services. Any water service damaged by the DBF, shall be replaced at the DBF's expense, with a new water service complete with new water main tap. 1.6 TREES WITHIN STREET RIGHTS-OF-WAY AND PROJECT LIMITS A. General: The DBF shall exercise all necessary precautions so as not to damage or destroy any trees or shrubs, including those lying within street rights-of-way and SECTION 01530 PROTECTION OF EXISTING FACILITIES project limits, and shall not trim or remove any trees unless such trees have been approved for trimming or removal by the jurisdictional agency or OWNER. All existing trees and shrubs which are damaged during construction shall be trimmed or replaced by the DBF or a certified tree company under permit from the jurisdictional agency and/or the OWNER. Tree trimming and replacement shall be accomplished in accordance with the following paragraphs. B. Trimming: Symmetry of the tree shall be preserved; no stubs or splits or torn branches left; clean cuts shall be made close to the trunk or large branch. Spikes shall not be used for climbing live trees. All cuts over 1-1/2 inches in diameter shall be coated with an asphaltic emulsion material. There shall be no additional compensation for trees that require trimming due to damage by the DBF’s operation. C. Replacement: The DBF shall immediately notify the jurisdictional agency and/or the OWNER if any tree is damaged by the DBF's operations. If, in the opinion of said agency or the OWNER, the damage is such that replacement is necessary, the DBF shall replace the tree at DBF’s own expense. The tree shall be of a like size and variety as the tree damaged, or, if of a smaller size, the DBF shall pay to the OWNER of said tree a compensatory payment acceptable to the tree OWNER, subject to the approval of the jurisdictional agency or OWNER. The size of the trees shall be not less than 1-inch diameter, nor less than 6 feet in height. 1.7 NOTIFICATION BY THE DBF A. Prior to any excavation in the vicinity of any existing underground facilities, including all water, sewer, storm drain, gas, petroleum products, or other pipelines; all buried electric power, communications, or television cables; all traffic signal and street lighting facilities; and all roadway and state highway rights-of-way the DBF shall notify the respective authorities representing the OWNERs or agencies responsible for such facilities not less than 3 days nor more than 7 days prior to excavation so that a representative of said OWNERs or agencies can be present during such work if they so desire. The DBF shall also notify the Sunshine State One Call Center 1-800-432-4770 at least 2 days, but no more than 14 days, prior to such excavation. PART 2 PRODUCTS 2.1 MATERIALS, GENERAL A. Materials may be new or used, suitable for the intended purpose, but must not violate requirements of applicable codes and standards. 2.2 FENCING A. Materials to DBF's option, minimum fence height = 6 feet. 2.3 BARRIERS A. Materials to DBF's option, as appropriate to serve required purpose. PART 3 EXECUTION 3.1 GENERAL SECTION 01530 PROTECTION OF EXISTING FACILITIES . A. Install facilities with a neat and reasonable uniform appearance, structurally adequate for required purposes. B. Maintain barriers during entire construction period. C. Relocate barriers as required by progress of construction. 3.2 TREE AND PLANT PROTECTION A. Preserve and protect existing trees and plants adjacent to work areas. B. Consult with OWNER's Representative and remove agreed-on roots and branches which interfere with work. 1. Employ qualified tree surgeon to remove branches, and to treat cuts. C. Protect root zones of trees and plants. 1. Do not allow vehicular traffic and parking. 2. Do not store materials or products. 3. Prevent dumping of refuse or chemically injurious materials or liquids. 4. Prevent puddling or continuous running water. 5. Provide temporary tree protection in accordance with City/County requirements. D. Carefully supervise all work to prevent damage. E. Replace trees and plants which are damaged or destroyed due to work operations under this contract. 3.3 REMOVAL A. Completely remove barricades, including foundations, when construction has progressed to the point that they are no longer needed, and when approved by OWNER's Representative. B. Clean and repair damage caused by installation, fill and grade areas of the site to required elevations and slopes, and clean the area END OF SECTION 01530 SECTION 01550 SITE ACCESS AND STORAGE PART 1 GENERAL 1.1 HIGHWAY LIMITATIONS A. The DBF shall make its own investigation of the condition of available public and private roads and of clearances, restrictions, bridge load limits, and other limitations affecting transportation and ingress and egress to the site of the WORK. It shall be the DBF's responsibility to construct and maintain any haul roads required for its construction operations. 1.2 TEMPORARY CROSSINGS A. General: Continuous, unobstructed, safe, and adequate pedestrian and vehicular access shall be provided to fire hydrants, commercial and industrial establishments, churches, schools, parking lots, service stations, motels, fire and police stations, and hospitals. Safe and adequate public transportation stops and pedestrian crossings at intervals not exceeding 300 feet shall be provided. The DBF shall cooperate with parties involved in the delivery of mail and removal of trash and garbage so as to maintain existing schedules for such services. Vehicular access to residential driveways shall be maintained to the property line except, when necessary, construction precludes such access for reasonable periods of time. B. Temporary Bridges: Wherever necessary, the DBF shall provide suitable temporary bridges or steel plates over unfilled excavations, except in such cases as the DBF shall secure the written consent of the individuals or authorities concerned to omit such temporary bridges or steel plates, which written consent shall be delivered to the CITY prior to excavation. All such bridges or steel plates shall be maintained in service until access is provided across the backfilled excavation. Temporary bridges or steel plates for street and highway crossing shall conform to the requirements of the authority having jurisdiction in each case, and the DBF shall adopt designs furnished by said authority for such bridges or steel plates, or shall submit designs to said authority for approval, as may be required. C. Street Use: Nothing herein shall be construed to entitle the DBF to the exclusive use of any public street, alleyway, or parking area during the performance of the WORK hereunder, and it shall so conduct its operations as not to interfere unnecessarily with the authorized work of utility companies or other agencies in such streets, alleyways, or parking areas. No street shall be closed to the public without first obtaining permission of the CITY and proper governmental authority. Where excavation is being performed in primary streets or highways, one lane in each direction shall be kept open to traffic at all times unless otherwise indicated. Toe boards shall be provided to retain excavated material if required by the CITY or the agency having jurisdiction over the street or highway. Fire hydrants on or adjacent to the WORK shall be kept accessible to fire- fighting equipment at all times. Temporary provisions shall be made by the DBF to assure the use of sidewalks and the proper functioning of all gutters, storm drain inlets, and other drainage facilities. D. Traffic Control: For the protection of traffic in public or private streets and ways, the DBF shall provide, place, and maintain all necessary barricades, traffic cones, SECTION 01550 . SITE ACCESS AND STORAGE warning signs, lights, and other safety devices in accordance with the requirements of The City of Fort Lauderdale and the "Manual of Uniform Traffic Control Devices, Part VI - Traffic Controls for Street and Highway Construction and Maintenance Operations," published by U.S. Department of Transportation, Federal Highway Administration (ANSI D6.1). E. The DBF shall take all necessary precautions for the protection of the WORK and the safety of the public. All barricades and obstructions shall be illuminated at night, and all lights shall be kept burning from sunset until sunrise. The DBF shall station such guards or flaggers and shall conform to such special safety regulations relating to traffic control as may be required by the public authorities within their respective jurisdictions. All signs, signals, and barricades shall conform to the requirements of the Florida Department of Transportation. F. The DBF shall submit 3 copies of a traffic control plan to the CITY for approval a minimum of 2 weeks prior to construction. The CITY reserves the right to observe these traffic control plans in use and to make any changes as field conditions warrant. Any changes shall supersede these plans and be done solely at the DBF's expense. Submittal to CITY of traffic control plan does not alleviate DBF from requirements of submitting plan to authorizing authority. G. The DBF shall remove traffic control devices when no longer needed, repair all damage caused by installation of the devices, and shall remove post settings and backfill the resulting holes to match grade. H. Temporary Driveway Closure: The DBF shall notify the OWNER or occupant (if not OWNER-occupied) of the closure of the driveways to be closed more than one eight- hour workday at least 3 working days prior to the closure. The DBF shall minimize the inconvenience and minimize the time period that the driveways will be closed. The DBF shall fully explain to the OWNER/occupant how long the work will take and when closure is to start. Total closure time shall not exceed 5 days. 1.3 DBF’S WORK A ND ST ORA GE AREA A. The DBF shall designate and arrange for the use of a portion of the property, adjacent to the WORK for its exclusive use during the term of the Contract as a storage and shop area for its construction operations relative to this Contract. B. The DBF's use of the project site shall be limited to its construction operations. The DBF shall make its own arrangements for any necessary off-site storage or shop areas necessary for the proper execution of the WORK. A copy of an agreement for use of other property shall be furnished to the CITY. No material may be stored in the public right of way without prior authorization by the agency having jurisdiction. No material shall be stored within the public right of way in excess of 15 days. The DBF shall keep these areas in a clean and orderly condition so as not to cause a nuisance or sight obstruction to motorists or pedestrians. C. The DBF shall construct and use a separate storage area for hazardous materials used in constructing the WORK. 1. For the purpose of this paragraph, hazardous materials to be stored in the separate area are all products labeled with any of the following terms: Warning, Caution, Poisonous, Toxic, Flammable, Corrosive, Reactive, or Explosive. In addition, whether or not so labeled, the following materials shall SECTION 01550 SITE ACCESS AND STORAGE be stored in the separate area: diesel fuel, gasoline, new and used motor oil, hydraulic fluid, cement, paints and paint thinners, two-part epoxy coatings, sealants, asphaltic products, glues, solvents, wood preservatives, sand blast materials, and spill absorbent. 2. Hazardous materials shall be stored in groupings according to the Material Safety Data Sheets. 3. The DBF shall develop and submit to the CITY a plan for storing and disposing of the materials above. 4. The DBF shall obtain and submit to the CITY a single EPA number for wastes generated at the site. 5. The separate storage area shall meet all the requirements of all authorities having jurisdiction over the storage of hazardous materials. 6. All hazardous materials which are delivered in containers shall be stored in the original containers until use. Hazardous materials which are delivered in bulk shall be stored in containers which meet the requirements of authorities having jurisdiction. 1.4 PARKING A. The DBF shall: 1. The DBF shall direct its employees to park in designated areas secured by the DBF. 2. Traffic and parking areas shall be maintained in a sound condition, free of excavated material, construction equipment, mud, and construction materials. The DBF shall repair breaks, potholes, low areas which collect standing water, and other deficiencies. PART 2 PRODUCTS (NOT APPLICABLE) PART 3 EXECUTION (NOT APPLICABLE) END OF SECTION 01550 SECTION 01560 TEMPORARY CONTROLS . PART 1 GENERAL 1.1 REQUIREMENTS INCLUDED A. Provide and maintain methods, equipment, and temporary construction, as necessary, to provide controls over environmental conditions at the construction site and related area under DBF's control; remove physical evidence of temporary facilities at completion of work. 1.2 RELATED REQUIREMENTS A. All applicable sections of the Specifications. B. Conditions of the Contract. 1.3 NOISE CONTROL A. Provide all necessary requirements for noise control during the construction period. 1. Noise procedures shall conform to all applicable OSHA requirements and local ordinances having jurisdiction on the work. 2. Noise levels during nighttime hours shall not exceed 55 db measured at the property line of a residence. 1.4 DUST CONTROL A. Provide positive methods and apply dust control materials to minimize raising dust from construction operations and provide positive means to prevent air-borne dust from dispersing into the atmosphere. 1.5 WATER CONTROL A. Provide methods to control surface water to prevent damage to the project, the site, or adjoining properties. 1. Control fill, grading and ditching to direct surface drainage away from excavations, pits, tunnels and other construction areas; and to direct drainage to proper runoff. B. Provide, operate and maintain hydraulic equipment of adequate capacity to control surface and water. C. Dispose of drainage water in a manner to prevent flooding, erosion, or other damage to any portion of the site or to adjoining areas. 1.6 PEST CONTROL A. Provide pest control as necessary to prevent infestation of construction or storage area. 1. Employ methods and use materials which will not adversely affect conditions at the site or on adjoining properties. 2. Should the use of pesticides be considered necessary, submit an informational copy of the proposed program to OWNER with a copy to CITY. Clearly indicate: a. The area or areas to be treated. b. The pesticide to be used, with a copy of the manufacturer's printed instructions. SECTION 01560 TEMPORARY CONTROLS c. The pollution preventative measures to be employed. B. The use of any pesticide shall be in full accordance with the manufacturer's printed instructions and recommendations. 1.7 RODENT CONTROL A. Provide rodent control as necessary to prevent infestation of construction or storage area. 1. Employ methods and use materials, which will not adversely affect conditions at the site or on adjoining properties. 2. Should the use of rodenticide be considered necessary, submit an informational copy of the proposed program to OWNER with a copy to OWNER's Representative. Clearly indicate: a. the area or areas to be treated. b. the rodenticide to be used, with a copy of the manufacturer's printed instructions. c. the pollution preventative measures to be employed. B. The use of any rodenticide shall be in full accordance with the manufacturer's printed instructions and recommendations. 1.8 DEBRIS CONTROL A. Maintain all areas under DBF's control free of extraneous debris. B. Initiate and maintain a specific program to prevent accumulation of debris at construction site, storage and parking area, or along access roads and haul routes. 1. Provide containers for deposit of debris as specified in Section 01710 - Cleaning. 2. Prohibit overloading of trucks to prevent spillage on access and haul routes a. Provide periodic inspection of traffic areas to enforce requirements. C. Schedule periodic collections and disposal of debris as specified in Section 01710 - Cleaning. 1. Provide additional collections and disposal of debris whenever the periodic schedule is inadequate to prevent accumulation. 1.9 POLLUTION CONTROL A. Provide methods, means and facilities required to prevent contamination of soil, water, or atmosphere by the discharge of noxious substances from construction operations. B. Provide equipment and personnel, perform emergency measures required to contain any spillage, and to remove contaminated soils or liquids. 1. Excavate and dispose of any contaminated earth off-site and replace with suitable compacted fill and topsoil. C. Take special measures to prevent harmful substances from entering public waters. 1. Prevent disposal of wastes, effluents, chemicals, or other such substances adjacent to streams or in sanitary or storm sewers. D. Provide systems for control of atmospheric pollutants. 1. Prevent toxic concentrations of chemicals. SECTION 01560 TEMPORARY CONTROLS . 2. Prevent harmful dispersal of pollutants into the atmosphere. 1.10 EROSION CONTROL A. Plan and execute construction and earthwork, by methods to control surface drainage from cuts and fills, and from borrow and waste disposal areas to prevent erosion and sedimentation. 1. Hold the areas of bare soil exposed at one time to a minimum. 2. Provide temporary control measures such as berms, dikes and drains. 3. Provide silt screens as required preventing surface water contamination. B. Construct fills and waste areas by selective placement to eliminate surface silts or clays, which will erode. C. Periodically inspect earthwork to detect any evidence of the start of erosion, apply corrective measures as required to control erosion. D. All erosion control procedures must comply with the National Pollutant Discharge Elimination System (NPDES). The DBF shall develop and implement a Stormwater Pollution Prevention Plan as outlined by NPDES. PART 2 PRODUCTS (NOT APPLICABLE) PART 3 EXECUTION (NOT APPLICABLE) END OF SECTION 01560 SECTION 01570 TRAFFIC REGULATIONS PART 1 GENERAL 1.1 REQUIREMENTS INCLUDED A. Provide, operate, and maintain equipment, services and personnel, with traffic control and protective devices, as required to expedite vehicular traffic flow on haul routes, at site entrances, on-site access roads, and parking areas. B. Remove temporary equipment and facilities when no longer required, restore grounds to original, or specified conditions. 1.2 RELATED REQUIREMENTS A. All applicable sections of the Specifications. B. Conditions of the Contract. 1.3 TRAFFIC SIGNALS AND SIGNS A. Provide and operate traffic control and directional signals or signs required to direct and maintain an orderly flow of traffic in all areas under DBF's control or affected by DBF's operations. 1.4 FLAGPERSON A. Provide qualified and suitably equipped flag-person when construction operations encroach on traffic lanes, as required for regulation of traffic. 1.5 FLARES AND LIGHTS A. Provide flares and lights during periods of low visibility: 1. To clearly delineate traffic lanes and to guide traffic. 2. For use of flag-person in directing traffic. B. Provide illumination of critical traffic and parking areas. 1. Maintain free vehicular access to and through parking areas. 2. Prohibit parking on or adjacent to access roads, or in non-designated areas. 1.6 HAUL ROUTES A. Consult with OWNER and governing authorities, establish public thoroughfares which will be used as haul routes and site access. B. Confine construction traffic to designated haul routes. C. Provide traffic control at critical areas of haul routes to expedite traffic flow, to minimize interference with normal public traffic. 1.7 EMERGENCY ACCESS A. In order to provide protection to the workers and residents, the DBF shall maintain emergency access to all adjacent properties at all times during construction. If a road is required to be closed to vehicular traffic and the distance of the closure exceeds 150 feet between stabilized surfaces or prevents access to properties for a distance that exceeds 150 feet, the DBF shall provide a 10-foot-wide stabilized access way on one side of the trench capable of supporting a Fire Truck. DBF shall also provide stabilized access ways across the trench or unstabilized area a SECTION 01570 . TRAFFIC REGULATIONS minimum of 6 feet in width at a spacing not to exceed 100 feet capable of supporting foot traffic. These access ways shall be protected and delineated with lighted barricades, or other such devices as approved by the regulatory agency. Both ends of the emergency access way shall be blocked in accordance with the MOT permit approved by the applicable permitting agency (i.e. City of Fort Lauderdale) with signage indicating that this access way is to be used by emergency vehicles only. B. No trenches or holes shall be left open after working hours. In the event a trench must be left open after hours, it shall be done so only with the express written permission from the Engineer and CITY, and it shall be the DBF’s responsibility to provide proper protection of the open trench or hole as required by the regulatory agency. In addition, the DBF shall provide a security guard at the site whenever the DBF’s personnel are not present, 24 hours per day/ 7 days per week. It shall be the Security Guard’s responsibility to protect the open trench or hole from trespassers and to direct emergency personnel on site. The Security Guard shall not have any other responsibilities such as operation pumps or equipment but shall be dedicated to protecting the trench or open hole. The Security Guard shall be equipped with a wireless telephone capable of calling 911 to report an emergency and shall keep that telephone on their person at all times. In addition to this provision the DBF shall maintain trench safety and comply with current OSHA regulations and the Trench Safety Act. The DBF shall maintain and keep all safety barricades, signage, flashers, and detours, in operation condition. A copy of the approved MOT plans, and details, shall be on site at all times. C. Measurement and payment for security guard services shall be included in the utility pipe installation unit price. Measurement for temporary emergency access ways will be paid for under the specified line item at the unit price described in the Bid Schedule. PART 2 PRODUCTS (NOT APPLICABLE) PART 3 EXECUTION (NOT APPLICABLE) END OF SECTION 01570 SECTION 01700 CONTRACT CLOSEOUT PART 1 GENERAL 1.1 REQUIREMENTS INCLUDED A. Material and equipment incorporated into the work: 1. Conform to applicable specifications and standards. 2. Comply with size, make, type and quality specified, or as specifically approved in writing by the OWNER's Representative. 3. Manufactured and fabricated products: a. Design, fabricate and assemble in accord with the best engineering and shop practices. b. Manufacture like parts of duplicate units to standard sizes and gauges to be interchangeable. c. Two or more items of the same kind shall be identical, by the same manufacturer. d. Products shall be suitable for service conditions. e. Equipment capacities, sizes and dimensions shown or specified shall be adhered to unless variations are specifically approved in writing. 4. Do not use material or equipment for any purpose other than that for which it is designed or is specified. 1.2 RELATED REQUIREMENTS A. All applicable sections of the Specifications. B. Conditions of the Contract. 1.3 MANU FACTUR ER ’S INSTRUCTIONS A. When Contract Documents require that installation of work shall comply with manufacturer's printed instructions, obtain and distribute copies of such instructions to parties involved in the installation prior to installation, including two copies to OWNER's Representative. Maintain one set of complete instructions at the job site during installation and until completion. B. Handle, install, connect, clean, condition and adjust products in strict accordance with such instructions and in conformity with specified requirements. 1. Should job conditions or specified requirements conflict with manufacturer's instructions, consult with OWNER's Representative for further instructions. 2. Do not proceed with work without clear instructions. C. Perform work in accord with manufacturer's instructions. Do not omit any preparatory step or installation procedure unless specifically modified or exempted by Contract Documents. 1.4 TRANSPORTATION AND HANDLING A. Arrange deliveries of products in accordance with construction schedules, coordinate to avoid conflict with work and conditions at the site. Products shall be delivered to the job site on an "as needed” basis. 1. Pipe and materials shall not be strung out along installation routes for longer than two (2) weeks prior to installation. B. Provide equipment and personnel to handle products by methods which prevent SECTION 01600 MATERIAL AND EQUIPMENT . soiling or damage to products or packaging. C. Coordinate deliveries to avoid conflict with Work and conditions at site such as: 1. Work of other contractors, or OWNER 2. Limitations of storage space. 3. Availability of equipment and personnel for handling products. 4. OWNER’s use of premises. D. Deliver products in undamaged condition in original containers or packaging, with identifying labels intact and legible. E. Partial deliveries of component parts of equipment shall be clearly marked to identify the equipment, to permit easy accumulation of parts and to facilitate assembly. F. Immediately on delivery, inspect shipment to assure: 1. Product complies with requirements of Contract Documents and approved submittals. 2. Quantities are correct. 3. Containers and packages are intact, labels are legible. 4. Products are properly protected and undamaged. G. Provide equipment and personnel necessary to handle products, including those products provided by OWNER, by methods which prevent soiling or damage to products or packaging. H. Provide additional protection during handling as necessary to prevent scraping, marring or otherwise damaging products or surrounding surfaces. I. Handle products by methods to prevent bending or overstressing. J. Lift heavy components only at designated lifting points. 1.5 STORAGE A. Store products in accord with manufacturer's instructions, with seals and labels intact and legible. 1. Store products subject to damage by the elements in weather-tight enclosures. 2. Maintain temperature and humidity within the ranges required by manufacturer's instructions. 3. Store unpacked products on shelves, in bins or in neat piles, accessible for inspection. B. Exterior Storage 1. Provide substantial platforms, blocking or skids to support fabricating products above ground, prevent soiling or staining. a. Cover products, subject to discoloration or deterioration from exposure to the elements, with impervious sheet coverings. Provide adequate ventilation to avoid condensation. 2. Store loose granular materials on solid surface such as paved areas or provide plywood or sheet materials to prevent mixing with foreign matter. 3. Provide surface drainage to prevent flow or ponding of rainwater. 4. Prevent mixing of refuse or chemically injurious materials or liquids. 1.6 MAINTENANCE OF STORAGE SECTION 01700 CONTRACT CLOSEOUT A. Maintain periodic system of inspection of stored products on scheduled basis to assure that: 1. State of storage facilities is adequate to provide required conditions. 2. Required environmental conditions are maintained on continuing basis. 3. Surfaces of products exposed to elements are not adversely affected. a. Any weathering of products, coatings and finishes is not acceptable under requirements of Contract Documents. B. Mechanical and electrical equipment which requires servicing during long term storage shall have complete manufacturer's instructions for servicing accompanying each item, with notice of enclosed instructions shown on the exterior of packaging. 1.7 PROTECTION AFTER INSTALLATION A. Provide protection of installed products to prevent damage from subsequent operations. Remove when no longer needed, prior to completion of work. B. Control traffic to prevent damage to equipment and surfaces. C. Provide coverings to protect finished surfaces from damage. 1. Cover projections, wall corners, and jambs, sills and soffits of openings, in areas used for traffic and for passage of products in subsequent work. 2. Protect finished floors and stairs from dirt and damage. a. In areas subject to foot traffic, secure heavy paper, sheet goods, or other materials in place. b. For movement of heavy products, lay planking or similar materials in place. c. Cover wall and floor surfaces in the vicinity of construction personnel activities and all finished surfaces used by construction personnel. D. Waterproofed surfaces 1. Prohibit use of surfaces for traffic of any kind, and for storage of any products. 2. When some activity must take place in order to carry out the Contract, obtain recommendations of installer for protection of surface. a. Install recommended protection; remove on completion of that activity. b. Restrict use of adjacent unprotected areas. E. Lawns and landscaping 1. Prohibit traffic of any kind across planted lawn and landscaped areas. F. Arrange storage in a manner to provide easy access for inspection. Make periodic inspections of stored products to assure that products are maintained under specified conditions, and free from damage or deterioration. 1.8 SUBSTITUTIONS AND PRODUCT OPTIONS A. Products List 1. Within 15 days after Contract Date submit to CITY a complete list of major products proposed to be used, with the name of the manufacturer and the installing Subcontractor. B. DBF Options 1. For products specified only by reference standard, select any product SECTION 01600 MATERIAL AND EQUIPMENT . meeting that standard. 2. For products specified by naming several products or manufacturers, select any one of the products or manufacturers named or approved equal, which complies with the Specifications. 3. For products specified by naming one or more products or manufacturers and "or approved equal," DBF must submit a request as for substitutions for any product or manufacturer not specifically named. C. Substitutions 1. For a period of 15 days after Contract Date, CITY will consider written request from DBF for substitution of products. 2. Identify product by specification Section and Article Numbers. Provide manufacturer's name and address, trade name of product, and model of catalog number. List fabricators and suppliers as appropriate. 3. List similar projects using product, dates of installation, and name of OWNER. 4. List availability of maintenance services and replacement materials. 5. Submit a separate request for each product, supported with complete data, with drawings and samples as appropriate, including: a. Comparison of the qualities and performance of the proposed substitution with that specified. b. Changes required in other elements of the work because of the substitution. c. Effect on the construction schedule. d. Cost data comparing the proposed substitution with the product specified. e. Any required license fees or royalties. f. Availability of maintenance services, and source of replacement materials. 6. The burden of proof as to the type, function, and quality of any such substitute material or equipment shall be upon the DBF. 7. The CITY will be the sole judge as to the type, function, and quality of any such substitute material or equipment and the CITY's decision shall be final. 8. The CITY may require the DBF to furnish at the DBF's expense additional data about the proposed substitute. 9. The OWNER may require the DBF to furnish at the DBF's expense a special performance guarantee or other surety with respect to any substitute. 10. Acceptance by the CITY of a substitute item proposed by the DBF shall not relieve the DBF of the responsibility for full compliance with the Contract Documents and for adequacy of the substitute item. 11. The DBF shall be responsible for resultant changes and all additional costs which the accepted substitution requires in the DBF work, the work of its Subcontractors and of other Contractors, and shall effect such changes without cost to the OWNER. D. DBF’s Representation 1. A request for a substitution constitutes a representation that DBF: a. Has investigated the proposed product and determined that it is equal to or superior in all respects to that specified. SECTION 01700 CONTRACT CLOSEOUT b. Will provide the same guarantees or bonds for the substitution as for the product specified. c. Will coordinate the installation of an accepted substitution into the work and make such other changes as may be required to make the work complete in all respects. d. Waives all claims for additional costs, under DBF’S responsibility, which may subsequently become apparent. E. Submittal Procedures 1. Submit three (3) copies of request for substitution. 2. CITY will review requests for substitutions with reasonable promptness, and notify DBF, in writing, of the decision to accept or reject the requested substitution PART 2 PRODUCTS (NOT APPLICABLE) PART 3 EXECUTION (NOT APPLICABLE) END OF SECTION 01600 SECTION 01700 CONTRACT CLOSEOUT . PART 1 GENERAL 1.1 REQUIREMENTS INCLUDED A. Comply with requirements stated in Conditions of the Contract and in specifications for administrative procedures in closing out the work. 1.2 RELATED REQUIREMENTS A. All applicable sections of the Specifications. B. Conditions of the Contract. 1.3 SUBSTANTIAL COMPLETION A. When DBF considers the work is substantially complete, DBF shall submit to OWNER's Representative: 1. A written notice that the work, or designated portion thereof is substantially complete. 2. A list of items to be completed or corrected. B. Within a reasonable time after receipt of such notice, OWNER's Representative will make an inspection to determine the status of completion. C. Should OWNER's Representative determine that the work is not substantially complete: 1. OWNER's Representative will promptly notify the DBF in writing, giving the reasons, therefore. 2. DBF shall remedy the deficiencies in the work and send a second written notice of substantial completion to the OWNER's Representative. 3. OWNER's Representative will re-inspect the work. D. When OWNER's Representative and ENGINEER concur that the work is substantially complete, OWNER's Representative will: 1. Prepare a Certificate of Substantial Completion accompanied by DBF's list of items to be completed or corrected, as verified and amended by the OWNER's Representative. 2. Submit the Certificate to the OWNER and the DBF for their written acceptance of the responsibilities assigned to them in the Certificate. 1.4 FINAL INSPECTION A. When DBF considers the work is complete, DBF shall submit written certification that: 1. Contract Documents have been reviewed. 2. Work has been inspected for compliance with Contract Documents. 3. Work has been completed in accordance with Contract Documents. 4. Equipment and systems have been tested in the presence of the OWNER's Representative and are operational. 5. Work is completed and ready for final inspection. B. OWNER's Representative and ENGINEER will make an inspection to verify the status of completion with reasonable promptness after receipt of such certification. C. Should OWNER's Representative and ENGINEER consider that the work is incomplete and defective: SECTION 01700 CONTRACT CLOSEOUT 1. OWNER's Representative will promptly notify the DBF, in writing, listing the incomplete or defective work. 2. DBF shall take immediate steps to remedy the stated deficiencies and send a second written certification to OWNER's Representative that the work is complete. 3. OWNER's Representative and ENGINEER will re-inspect the work. D. When the OWNER's Representative finds that the work is acceptable under the Contract Documents, OWNER's Representative shall request the DBF to make closeout submittals. 1.5 REINSPECTION FEES A. Should OWNER's Representative perform re-inspections due to failure of the work to comply with the claims of status of completion made by the DBF: 1. OWNER will compensate OWNER's Representative and ENGINEER for such additional services. 2. OWNER will deduct the amount of such compensation from the final payment to the DBF. 1.6 DBF’S CLOSE OUT SUBMITT ALS T O OWNE R ’S REPRESENTATIVE A. Evidence of compliance with requirements of governing authorities. 1. Certificate of Occupancy (as applicable). 2. Certificates of Inspection (as applicable). a. Mechanical. b. Electrical. c. City of Fort Lauderdale Public Works. d. Other, as may be required. B. Project Record Documents. a. As-builts b. Approved Shop Drawings c. O&M Manuals d. Warranties e. Construction Photos f. Permits C. Guarantees and Bonds. D. Evidence of Payment and Release of Liens:To requirements of General and Supplementary General Conditions. E. Certificate of Insurance for Products and Completed Operations. F. Permit closeouts and certifications. 1.7 FINAL ADJUSTMENT OF ACCOUNTS A. Submit a final statement of accounting to OWNER's Representative. B. Statement shall reflect all adjustments to the Contract Sum. 1. The original Contract Sum. 2. Additions and deductions resulting from: a. Previous change orders. SECTION 01700 CONTRACT CLOSEOUT . b. Allowances. c. Unit Prices. d. Deductions for uncorrected work. e. Penalties and Bonuses. f. Deductions for liquidated damages. g. Deductions for re-inspection payments. h. Other adjustments. 3. Total Contract Sum, as required. 4. Previous payments. 5. Sum remaining due. C. OWNER's Representative will prepare a final Change Order, reflecting approved adjustments to the Contract Sum, which were not previously made by Change Orders. 1.8 FINAL APPLICATION FOR PAYMENT A. DBF shall submit the final Application for Payment in accordance with procedures and requirements stated in the Conditions of the Contract. PART 2 PRODUCTS (NOT APPLICABLE) PART 3 EXECUTION (NOT APPLICABLE) END OF SECTION 01700 SECTION 01710 CLEANING PART 1 GENERAL 1.1 REQUIREMENTS INCLUDED A. Execute cleaning, during progress of the Work, and at completion of the Work, as required by the General Conditions. 1.2 RELATED REQUIREMENTS A. All applicable sections of the Specifications. B. Conditions of the Contract. 1.3 DISPOSAL REQUIREMENTS A. Conduct cleaning and disposal operations to comply with codes, ordinances, regulations, and anti-pollution laws. PART 2 PRODUCTS 2.1 MATERIALS A. Use only those cleaning materials which will not create hazards to health or property and which will not damage surfaces. B. Use only those cleaning materials and methods recommended by cleaning material manufacturer. PART 3 EXECUTION 3.1 DURING CONSTRUCTION A. Execute periodic cleaning to keep the work, the site and adjacent properties free from accumulation of waste material, rubbish and windblown debris, resulting from Construction Work. B. Provide on-site containers for the collection of waste materials, debris and rubbish. C. Remove waste materials, debris and rubbish from the site periodically and dispose of at legal disposal areas away from the site. D. The OWNER's Representative reserves the right to direct the DBF to remove waste materials, after which waste shall be removed within 24 hours. E. Mechanical Sweeping: DBF shall maintain on site a mechanical sweeping device for removing debris from existing, temporary and permanent pavement. 3.2 DUST CONTROL A. Perform operations so that dust and other contaminants resulting from Construction Work operations will not cause any damages or maintenance problems to adjacent properties. B. Schedule operations so that dust and other contaminants resulting from cleaning process will not fall on wet or newly coated surfaces. 3.3 FINAL CLEANING A. Employ skilled laborers for final cleaning. B. Remove grease, mastic, adhesives, dust, dirt, stains, fingerprints, labels, and other foreign materials from sight-exposed interior and exterior surfaces. C. Polish glossy surfaces to a clear shine. SECTION 01710 CLEANING . D. Broom clean exterior paved surfaces; rake clean other surfaces of the grounds. E. Prior to final completion, or OWNER occupancy, DBF shall conduct an inspection of sight- exposed interior and exterior surfaces, and all work areas, to verify the entire work is clean. F. All storage and staging areas shall be cleaned and returned to prior conditions or better as per requirements of this section. 3.4 MEASURE AND PAYMENT A. There shall be no special measurement or payment for the work under this section; it shall be included in the price of all other work. END OF SECTION 01710 SECTION 02010 SUB-SURFACE INVESTIGATION PART 1 GENERAL 1.1 REQUIREMENTS INCLUDED A. All applicable provisions of the Bidding and Contract Requirements, and Division 1- General Requirements shall govern the WORK under this section. 1.2 WORK INCLUDED A. Provide all labor, materials, necessary equipment and services to complete the sub- surface investigation work, as indicated on the drawings, as specified herein or both, except as for items specifically indicated as "NIC ITEMS". B. The sub-surface investigation for conditions of the project site is the sole responsibility of the DBF. In preparing the Bid, the DBF shall make all sub-surface or surface investigations necessary to provide proper background and knowledge to determine the nature and extent of work required. C. OWNER or OWNER's Representative provides limited sub-surface information, and makes no warranties or guarantees concerning the nature of materials to be encountered on the site. 1.3 RELATED WORK A. Section 02110 - Clearing. B. Section 02200 – Earthwork. C. All applicable sections under Divisions 1, 2, 3, and 4. PART 2 PRODUCTS (NOT APPLICABLE) PART 3 EXECUTION (NOT APPLICABLE) END OF SECTION 02010 SECTION 02050 DEMOLITION 1. Ensure minimum interference with roads, streets, driveways, sidewalks, and . PART 1 GENERAL 1.1 REQUIREMENTS INCLUDED A. All applicable provisions of the Bidding and Contract Requirements, and Division 1- General Requirements shall govern the WORK under this section. 1.2 WORK INCLUDED A. Provide all labor, materials, necessary equipment and services to complete the site demolition work, as indicated on the drawings, as specified herein or both, except as for items specifically indicated as "NIC ITEMS". 1.3 RELATED WORK A. Section 02200 - Earthwork. B. All applicable Sections under Divisions 1, 2, and 3. 1.4 QUALITY ASSURANCE A. DBF Qualifications: Minimum of five years of experience in demolition of comparable nature. B. Requirements of All Applicable Regulatory Agencies: 1. All applicable Building Codes and other Public Agencies having jurisdiction upon the work. 1.5 SUBMITTALS A. Permits and notices authorizing building demolition. B. Certificates of severance of utility services. C. Permit for transport and disposal of debris. D. Demolition procedures and operational sequence for review and acceptance by CITY. 1.6 JOB CONDITIONS A. Existing Conditions 1. The demolition work shall be done as indicated on the construction plans. 2. Remove all demolition debris from the site the same day the work is performed. Leave no deposits of demolished material on site overnight. 3. Structural demolition, excavation, backfill and compaction as indicated in drawings. B. Protection: 1. Erect barriers, fences, guardrails, enclosures, and shoring to protect personnel, structures, and utilities remaining intact. 2. Protect designated trees and plants from damages. 3. Use all means necessary to protect existing objects and vegetation designated to remain, and, in the event of damage, immediately make all repairs, replacements and dressings to damaged plants necessary, to the approval of the CITY at no additional cost to the OWNER. C. Maintaining Traffic: SECTION 02050 DEMOLITION 2. adjacent facilities. Do not close or obstruct streets and sidewalks without written approval from the CITY. 3. If required by governing authorities, provide alternate routes around closed or obstructed traffic ways. D. Du t Control 1. Use all means necessary for preventing dust from demolition operations from being a nuisance to adjacent property owners. Methods used for dust control are subject to approval by the CITY prior to use. E. Bur 1. ning On-site burning will not be permitted. s 1.7 GENERAL ITEMS A. Scope of work shall comprise the following: Provide all labor, materials, necessary equipment and services to complete the demolition and clearing work, as indicated on the contract plans, and as specified herein. B. The DBF shall provide references to the OWNER to demonstrate that they are well versed in demolition of a comparable nature. Current occupational licenses held by DBF shall be submitted to OWNER. C. The DBF shall be responsible for adherence to all applicable codes of all regulatory agencies having jurisdiction upon the works. 1.8 PRE-DEMOLITION MEETING A. A meeting shall be held with the OWNER or OWNER’s representative at the jobsite to describe intended demolition and cleaning procedures and schedules. This shall include identifying access routes for bringing necessary equipment in, removing debris from site, and designation of any trees, drives or other items to remain. 1.9 EXISTING CONDITIONS A. The DBF shall become thoroughly familiar with the site, and of existing utilities and their connections, and note all conditions, which may influence the work. B. By submitting a bid, the DBF affirms that DBF has carefully examined the site and all conditions affecting work. No claim for additional costs will be allowed because of lack of full knowledge of existing conditions. C. The OWNER shall be responsible for removal of all hazardous materials such as asbestos, chemicals, etc., from the site prior to DBF mobilizing on site. The OWNER shall be notified immediately should the DBF discover any further hazardous materials during demolition. PART 2 PRODUCTS (NOT APPLICABLE) PART 3 EXECUTION 3.1 INSPECTION A. DBF shall verify that structures to be demolished are discontinued in use and ready for removal. SECTION 02050 DEMOLITION . B. DBF shall not commence work until all conditions and requirements of all applicable public agencies are complied with. 3.2 PREPARATION A. Arrange for and verify termination of utility services to include removing meters and capping lines. B. Notification: 1. Notify the OWNER at least three full working days prior to commencing the work of this Section. C. The drawings do not purport to show all objects existing on the site; at the pre- demolition meeting before commencement of the work, verify with the OWNER all objects to be removed and all objects to be preserved. 3.3 CLARIFICATION A. The drawings do not purport to show all objects existing on the site. B. Before commencing the work of this Section, verify with the OWNER all objects to be removed and all objects to be preserved. 3.4 SCHEDULING A. Schedule all work in a careful manner with all necessary consideration for the public and the OWNER. B. Avoid interference with the use of, and passage to and from, adjacent facilities. 3.5 DISCONNECTION OF UTILITIES A. Before starting site operations, disconnect or arrange for the disconnection of all affected utility service. 1. Arrange and pay for disconnecting, removing, capping, and plugging utility services. Disconnect and stub off. Notify affected utility company in advance and obtain approval before starting this work. 2. Do not interrupt existing utilities serving occupied or used facilities, except when authorized in writing by authorities having jurisdiction. 3. Place markers to indicate location of disconnected services. 4. On-site drainage structures and drain fields shall be removed in their entirety by methods approved by the OWNER's representative. 3.6 PROTECTION OF EXISTING STRUCTURES AND UTILITIES A. Utility Services: Maintain existing offsite utilities, keep in service, and protect against damage during demolition operations. B. Prevent movement or settlement of adjacent structures. Provide and place bracing or shoring and be responsible for safety and support of structures. Assume liability for such movement, settlement, damage, or injury. C. Cease operations and notify OWNER immediately if safety of adjacent structures appears to be endangered. Take precautions to properly support structures. Do not resume operations until safety is restored. D. Prevent movement, settlement, damage, or collapse of adjacent services, SECTION 02050 DEMOLITION sidewalks, driveways and trees. Assume liability for such movement, settlement, or collapse. Promptly repair damage at no cost to the OWNER. E. Ensure safe passage of persons around areas of demolition. 3.7 MAINTAIN TRAFFIC A. Do not interfere with use of adjacent buildings and facilities. Maintain free and safe passage to and from. Conduct demolition operations and removal of debris to ensure minimum interference with roads, streets, walks, and other adjacent occupied or used facilities. Do not close or obstruct streets, walks, or other occupied or used facilities without permission from authorities having jurisdiction. Provide alternate routes around closed or obstructed travel ways if required by governing authorities. 3.8 POLLUTION CONTROLS A. Use water sprinkling, temporary enclosures, and other suitable methods to limit dust and dirt rising and scattering in air to lowest practical level. Comply with governing regulations pertaining to environmental protection. B. Clean adjacent structures and improvements of dust, dirt, and debris caused by demolition operations as directed by the OWNER or their representative or governing authorities. Return adjacent areas to condition existing prior to start of work. 3.9 DEMOLITION A. Pull out any existing utility lines designated for abandonment, irrigation, electrical lines, pull boxes and splice boxes, Maintenance Access Structure (MAS) and catch basins to be removed and all other objects designated to be removed or interfering with the work. Contact the utility company or agency involved for their requirements for performing this work. All removed equipment and materials shall be removed from the work area the same day as removed. B. Remove all debris from the site and leave the site in a neat, orderly condition to the full acceptance of the OWNER. No debris shall be left on the site overnight. C. Clear and Grub and dispose of all hedges, shrubs and other organic matter not otherwise addressed on tree removal and relocation plans and specifications. 3.10 DEMOLITION OF SITE STRUCTURES A. Demolish all site structure items designated to be removed or which are required to be removed to perform the work. This item does not include buildings. 3.11 REMOVAL OF DEBRIS AND DISPOSAL OF MATERIAL A. Material resulting from demolition and not scheduled for salvaging shall become the property of the DBF and shall be removed from site and legally disposed of off- site. Disposal shall be timely, performed as promptly as possible and not left until the final cleanup. Material shall not be left on the job site for more than 60 days. B. Remove from site contaminated, vermin infested, or dangerous materials encountered and disposed of by safe means so as not to endanger health of SECTION 02050 DEMOLITION . workers and public. C. Burning of removed materials from demolished structures will not be permitted on- site. 3.12 COMPLETION OF WORK A. Leave the site in a neat, orderly condition to the full acceptance of the OWNER. B. Dirt remaining after demolition shall be graded level and compacted, in preparation for filling operations to follow demolition. Trenches shall be filled in layers of 12- inch maximum thickness and compacted in accordance with the technical specifications applicable to backfilling of trenches. END OF SECTION 02050 SECTION 02110 CLEARING PART 1 GENERAL 1.1 RELATED DOCUMENTS A. All applicable provisions of the Bidding and Contract Requirements, and Division 1- General Requirements shall govern the WORK under this section. 1.2 WORK INCLUDED A. Provide all labor, materials, necessary equipment and services to complete the clearing work, as indicated on the drawings, as specified herein or both, except as for items specifically indicated as "NIC ITEMS". B. Under this section, the DBF shall do all clearing, grubbing, root-raking, and necessary clean-up operations in connection with the construction of the work and its related site work. C. The work shall consist of the removal and disposal of plants, shrubs, hedges, stumps, roots, limbs, brush, fences, asphalt, etc. from all project areas as designated on the drawings and specified herein, and as directed by the CITY on the site. D. The DBF shall remove all refuse, asphalt pavement, concrete pavement, glass, metal, stone, plaster, lumber, paper materials, and any and all trash found in clearing project area and in adjacent areas as directed by the CITY. E. The DBF shall furnish all services, labor, transportation, materials, and equipment necessary for the performance of these operations. All clearing and cleanup operations shall be accomplished to the complete satisfaction of the CITY. 1.3 RELATED WORK A. Section 02010 – Sub-surface Investigation. B. Section 02200 - Earthwork. PART 2 PRODUCTS (NOT APPLICABLE) PART 3 EXECUTION 3.1 TREE REMOVAL AND TREE PRESERVATION A. No trees shall be removed if located outside of the right-of-way and dedicated easement. B. Within the rights-of-way and easements, no trees with a trunk diameter of 3 inch or greater at 4-1/2 inch above grade shall be removed without the approval of the CITY with the exception of Australian Pines, Meleleuca or Florida Holly. Trees shall be evaluated on an individual basis in accordance with following: 1. Type and size of tree. 2. Proximity to proposed and/or existing utility lines and/or exfiltration trench. 3. Change in adjacent grades for swale excavation. 4. Proximity to proposed sidewalk. 5. Proximity to proposed edge of roadway. 6. Living condition of the tree. C. If trees are determined to remain, Biobarrier shall be installed in accordance with the Biobarrier detail as shown on the Landscape Plans. SECTION 02110 CLEARING END OF SECTION 02110 SECTION 02140 DEWATERING PART 1 GENERAL 1.1 RELATED DOCUMENTS A. All applicable provisions of the Bidding and Contract Requirements, and Division 1- General Requirements shall govern the WORK under this section. 1.2 WORK INCLUDED A. Provide all labor, materials, necessary equipment and services to complete the dewatering work, as indicated in the Contract Documents or listed in permit requirements, as specified herein or both, except as for items specifically indicated as "NIC ITEMS". 1.3 RELATED WORK A. Section 02200 - Earthwork. B. Section 02221 - Excavation and Backfilling for Utilities. C. Section 02601 - Subterranean Structures. D. Section 02610 - Piping, General Section. PART 2 PRODUCTS 2.1 EQUIPMENT A. Dewatering, where required, may include the use of temporary reservoirs and diking, well points, sump pumps, temporary pipelines for water disposal, rock or gravel placement, and other means. Standby pumping equipment must be maintained on the job site and operate within any local noise ordinance limits. All safety requirements, fencing, etc. shall be installed and maintained by the DBF. PART 3 EXECUTION 3.1 GENERAL REQUIREMENTS A. The DBF shall provide all equipment necessary for dewatering. It shall have on hand, at all times, sufficient pumping equipment and machinery in good working condition and shall have available, at all times, competent laborers for the operation of the pumping equipment. Adequate standby equipment shall be kept available at all times to insure efficient dewatering and maintenance of dewatering operation during power failure. B. Dewatering for structures and pipelines shall commence when groundwater is first encountered, and shall be continuous until such times as water can be allowed to rise in accordance with the provisions of this Section or other requirements. C. At all times, site grading shall promote drainage. Surface runoff shall be diverted from excavations. Water entering the excavation from surface runoff shall be collected in shallow ditches around the perimeter of the excavation, drained to sumps, and be pumped or drained by gravity from the excavation to maintain a bottom free from standing water. D. Dewatering shall at all times be conducted in such a manner as to preserve the undisturbed bearing capacity of the subgrade soils at proposed bottom of excavation. E. If foundation soils are disturbed or loosened by the upward seepage of water or an SECTION 02140 DEWATERING . uncontrolled flow of water, the affected areas shall be excavated and replaced with pea rock at no additional cost to the CITY. F. The DBF shall maintain the water level below the bottom of excavation in all work areas where groundwater occurs during excavation construction, backfilling, and up to acceptance. G. The DBF shall prevent flotation by maintaining positive and continuous removal of water. The DBF shall be fully responsible and liable for all damages which may result from failure to adequately keep excavations dewatered. H. If well points or wells are used, they shall be adequately spaced to provide the necessary dewatering and shall be sand-packed and/or other means used to prevent pumping of fine sands or silts from the sub-surface. A continual check by the DBF shall be maintained to ensure that the sub-surface soil is not being removed by the dewatering operation. I. The DBF shall dispose of water from the WORK in a suitable manner without damage to adjacent property. DBF shall be responsible for obtaining any permits that may be necessary to dispose of water. No water shall be drained into work built or under construction without prior consent of the CITY. Water shall be filtered using a silt box or another approved method to remove sand and fine-sized soil particles before disposal into any drainage system. The dewatering disposal points shall be approved by the CITY prior to being used. Storm drains facilities used by the DBF for dewatering shall be cleaned by a jet vac, or other method approved by the CITY after dewatering is complete. J. The release of groundwater to its static level shall be performed in such a manner as to maintain the undisturbed state of the natural foundation soils, prevent disturbance of compacted backfill and prevent flotation or movement of structures, pipelines, and sewers. K. Dewatering of trenches and other excavations shall be considered, as incidental to the construction of the WORK and all costs thereof shall be included in the various contract prices in the Bid Forms, no separate bid item has been established for dewatering. L. The DBF shall submit a dewatering plan to the CITY for review. The DBF is advised that the Broward County Environmental Protection and Growth Management Department (BCEPD) and/or SFWMD permits are to be obtained and will require that the DBF follow certain dewatering constraints. The dewatering plan shall be prepared by a State of Florida licensed Professional Engineer or Registered Professional Geologist and shall meet dewatering permit requirements. SPECIAL INSTRUCTIONS are noted on approved dewatering permit. M. The DBF is advised that the BCEPD may have identified contaminated sites within 1/4- mile radius of the project site. The DBF will be required to provide testing and monitoring of the dewatering operations, and to institute dewatering methods and controls, as required by BCEPD, as noted in permit documents. 3.2 QUALITY CONTROL A. It shall be the sole responsibility of the DBF to control the rate and effect of the dewatering in such a manner as to avoid all objectionable settlement and subsidence. SECTION 02140 DEWATERING B. All dewatering operations shall be adequate to assure the integrity of the finished project and shall be the responsibility of the DBF. C. Where critical structures or facilities exist immediately adjacent to areas of proposed dewatering, reference points shall be established and observed at frequent intervals to detect any settlement, which may develop. The responsibility for conducting the dewatering operation in a manner, which will protect adjacent structures and facilities, rests solely with the DBF. The cost of repairing any damage to adjacent structures and restoration of facilities shall be the responsibility of the DBF. 3.3 DBF SUBMITTALS A. Prior to commencement of excavation, the DBF shall submit a detailed plan and operation schedule for dewatering of excavations. The DBF may be required to demonstrate the system proposed and to verify that adequate equipment, personnel, and materials are provided to dewater the excavations at all locations and times. The DBF's dewatering plan is subject to review by the CITY and regulatory agencies. 3.4 SPECIAL INSTRUCTIONS A. See permit documents. END OF SECTION 02140 SECTION 02200 EARTHWORK . PART 1 GENERAL 1.1 RELATED DOCUMENTS A. All applicable provisions of the Bidding and Contract Requirements, and Division 1- General Requirements shall govern the WORK under this section. 1.2 WORK INCLUDED A. Provide all labor, materials, necessary equipment and services to complete the Earthwork, as indicated on the drawings, as specified herein or both, except as for items specifically indicated as "NIC ITEMS". B. Including but not necessarily limited to the following: 1. Excavation, including demucking. 2. Backfilling, 3. Filling. 4. Grading, general site and building pads. 5. Compaction. C. There shall be no classification of excavation for measurement of payment regardless of materials encountered. D. The work of this Section includes all earthwork required for construction of the WORK. Such earthwork shall include, but not be limited to, the loosening, removing, loading, transporting, depositing, and compacting in its final location of all materials wet and dry, as required for the purposes of completing the work specified in the Contract Documents, which shall include, but not be limited to, the furnishing, placing, and removing of sheeting and bracing necessary to safely support the sides of all excavation; all pumping, ditching, draining, and other required measures for the removal or exclusion of water from the excavation; the supporting of structures above and below the ground; all backfilling around structures and all backfilling of trenches and pits; the disposal of excess excavated materials; borrow of materials to makeup deficiencies for fills; and all other incidental earthwork, all in accordance with the requirement of the Contract Documents. 1.3 RELATED WORK A. All applicable sections of Division 1, 2, 3, and 4. 1.4 REFERENCE SPECIFICATIONS, CODES, AND STANDARDS. A. Codes: All codes, as referenced herein, are specified in Section 01090, "Reference Standards". B. Commercial Standards: SECTION 02200 EARTHWORK ASTM D 1556 Method for Particle-Size Analysis of Soils ASTM D 698 Test Methods for Moisture-Density Relations of Soils and Soil- Aggregate Mixtures, Using 5.5-lb (2.49-kg) Rammer and 12-in (304.8-mm) Drop. ASTM D 1556 Test Method for Density of Soil in Place by the Sand Cone Method. ASTM D 1557 Test Methods for Moisture-Density Relations of Soils and Soil- Aggregate Mixtures Using 10-lb (4.54-kg) Rammer and 18-in (457- mm) Drop ASTM D 1633 Test Method for Compressive Strength of Molded Soil-Cement Cylinders ASTM D 2419 Test Method for Sand Equivalent Value of Soils and Fine Aggregate. ASTM D 2487 Classification of Soils for Engineering Purposes. ASTM D 2901 Test Method for Cement Content of Freshly-Mixed Soil-Cement. ASTM D 2922 Test Methods for Density of Soil and Soil-Aggregate in Place by Nuclear Methods (Shallow Depth). ASTM D 4253 Test Methods for Maximum Index Density of Soils Using a Vibratory Table. ASTM D 4254 Test Methods for Minimum Index Density of Soils and Calculation of Relative Density. 1.5 SUBSOIL INFORMATION A. There are no representations of any type made as to sub-surface conditions. 1.6 SITE INSPECTION A. DBF shall visit the site and acquaint with all existing conditions. DBF shall investigate the site and sub-surface conditions with no cost to the OWNER if DBF chooses to. Such sub- surface investigations shall be performed only under time schedules and arrangements approved in advance by the OWNER's Representative. 1.7 TOPOGRAPHIC INFORMATION A. The existing grades shown on the drawings are approximate only and no representation is made as to their accuracy or consistency. The DBF shall verify all existing grades to the extent necessary to insure completion of the job to the proposed grades indicated on the drawings. 1.8 DISPOSAL OF SURPLUS OR UNSUITABLE MATERIAL A. Unsuitable material encountered during the course of construction shall be removed from the construction site at the expense of the DBF. Unsuitable material shall not be stockpiled on-site. All suitable material shall be stockpiled on-site at areas designated by the CITY. 1.9 BENCHMARKS AND MONUMENTS A. DBF shall employ a registered Professional Surveyor and Mapper per Florida Statute 472.001-472.037 to lay out lines and grades as indicated. The surveyor SECTION 02200 EARTHWORK . shall establish benchmarks. Benchmarks shall be permanent and easily accessible and maintained and replaced if disturbed or destroyed. All benchmarks shall be NAVD 88. 1.10 UTILITIES A. Before starting site operations, disconnect or arrange for the disconnection of all utility services designated to be removed. B. Locate all existing active utility lines traversing the site and determine the requirements for their protection. Preserve in operating condition all active utilities adjacent to or traversing the site which are designated to remain. C. Observe rules and regulations governing respective utilities when working under requirements of this section. Adequately protect utilities from damage, remove or replace as indicated, specified or required. Remove, plug or cap inactive or abandoned utilities encountered in excavation. Record the location of all utilities. 1.11 QUALITY ASSURANCE A. The DBF shall re-adjust all work performed that does not meet technical or design requirements but make no deviations from the Contract Documents without specific and written acceptance of the CITY. B. Where soil material is required to be compacted to a percentage of maximum density, the maximum density at optimum moisture content will be determined in accordance with ASTM D 1557. Where cohesionless, free draining soil material is required to be compacted to a percentage of relative density, the calculation of relative density will be determined in accordance with ASTM D 4253 and D 4254. Field density in-place tests will be performed in accordance with ASTM D 1556, ASTM D 2922, or by such other means acceptable to the CITY. C. In case the tests of the fill or backfill show non-compliance with the required density, the DBF shall accomplish such remedy as may be required to insure compliance. Subsequent testing to show compliance shall be by a testing laboratory selected by the OWNER and shall be at the DBF's expense. D. Particle size analysis of soils and aggregates will be performed using ASTM D 422. E. Determination of sand equivalent value will be performed using ASTM D 2419. F. Unified Soil Classification System: References in these specifications to soil classification types and standards are set forth in ASTM D 2487. The DBF shall be bound by all applicable provisions of said ASTM D 2487 in the interpretation of soil classifications. G. Requirements of all applicable building codes and other public agencies having jurisdiction upon the work. PART 2 PRODUCTS 2.1 SUITABLE FILL AND BACKFILL MATERIAL REQUIREMENTS A. General: Fill, backfill, and embankment materials shall be suitable selected or processed clean, fine earth, rock, or sand, free from grass, roots, brush, or other vegetation. B. Fill and backfill materials to be placed within 6 inches of any structure or pipe shall SECTION 02200 EARTHWORK be free of rocks or unbroken masses of earth materials having a maximum dimension larger than 3 inches. C. Suitable Materials: Soils not classified as unsuitable as defined in the Paragraph entitled, "Unsuitable Material" herein, are defined as suitable materials and may be used in fills, backfilling, and embankment construction subject to the specified limitations. In addition, when acceptable to the CITY, some of the material listed as unsuitable may be used when thoroughly mixed with suitable material to form a stable composite. D. Suitable materials may be obtained from on-site excavations, may be processed on-site materials, or may be imported. If imported materials are required to meet the requirements of this Section or to meet the quantity requirements of the project the DBF shall provide the imported materials at no additional expense to the OWNER, unless a unit price item is included for imported materials in the bidding schedule. E. The following types of suitable materials are designated and defined as follows: 1. Type A (one inch minus granular backfill): Crushed rock, gravel, or sand with 100 percent passing a 1-inch sieve and a sand equivalent value not less than 50. 2. Type B (one half inch minus granular backfill): Crushed rock, gravel, or sand with 100 percent passing a 1/2-inch sieve and a sand equivalent value not less than 50. 3. Type C (sand backfill): Sand with 100 percent passing a 3/8-inch sieve, at least 90 percent passing a number 4 sieve, and a sand equivalent value not less than 30. 4. Type D (coarse rock backfill): Crushed rock or gravel with 100 percent passing a 1-inch sieve and not more than 10 percent passing a Number 4 sieve. 5. Type E (pea gravel backfill): Crushed rock or gravel with 100 percent passing a 1/2-inch sieve and not more than 10 percent passing a Number 4 sieve. 6. Type F (coarse drainrock): Crushed rock or gravel meeting the following gradation requirements: Sieve Size Percentage Passing 2-inch 100 1-1/2-inch 90-100 1-inch 20-55 3/4-inch 0-15 No. 200 0-3 7. Type G (aggregate base): Crushed rock aggregate base material of such nature that it can be compacted readily by watering and rolling to form a firm, stable base for pavements. At the option of the DBF, the grading for either the 1-1/2-inch maximum size or 3/4-inch maximum size shall be used. The sand equivalent value shall be not less than 22, and the material shall meet the following gradation requirements. SECTION 02200 EARTHWORK . Sieve Size Percent Passing 1-1/2-inch Max. 3/4-inch Max. 2-inch 100 - 1-1/2-inch 90-100 - 1-inch - 100 3/4-inch 50-85 90-100 No. 4 25-45 35-55 No. 30 10-25 10-30 No. 200 2-9 2-9 8. Type H (graded drainrock): Drainrock shall be crushed rock or gravel, durable and free from slaking or decomposition under the action of alternate wetting or drying. The material shall be uniformly graded and shall meet the following gradation requirements. Sieve Size Percentage Passing 2-inch 100 3/4-inch 90-100 3/8-inch 10-100 No. 4 25-40 No. 8 18-33 No. 30 5-15 No. 50 0-7 No. 200 0-3 The drainrock shall have a sand equivalent value not less than 75. The finish-graded surface of the drainrock immediately beneath hydraulic structures shall be stabilized to provide a firm, smooth surface upon which to construct reinforced concrete floor slabs. The DBF shall use, at its option, one of the asphalt types listed below: Type 1 Type 2 Type 3 Designation SC-70 SC-250RS-1 Spray Temperature ( Coverage (gal/sq yd) F) 135-175 0.50 165-200 0.50 70-120 0.50 9. Type I: Any other suitable material as defined herein. 10. Type J (cement-treated backfill): Material which consists of Type H material, or any mixture of Types B, C, G and H materials which has been cement- treated so that the cement content of the material is not less than 5 percent by weight when tested in accordance with ASTM D 2901. The ultimate compressive strength at 28 days shall be not less than 400 psi when tested in accordance with ASTM D 1633. 11. Type K (topsoil): Stockpiled topsoil materials, which have been obtained at the site by removing soil to a depth not exceeding 2 feet. Removal of the topsoil shall be done after the area has been stripped of vegetation and debris as specified. SECTION 02200 EARTHWORK 12. Type L (Class I crushed stone): Manufactured angular, granular crushed stone, rock, or slag, with 100 percent passing a 1-inch sieve and less than 5 percent passing a Number 4 sieve. 13. Type M (aggregate subbase): Crushed rock aggregate subbase material that can be compacted readily by watering and rolling to form a firm stable base. The sand equivalent value shall be not less than 18 and shall meet the following gradation requirements. Sieve Size Percentage Passing 3-inch 100 2-1/2-inch 87-100 No. 4 35-95 No. 200 0-29 14. Type N (trench plug): Low permeable fill material, a non-dispersible clay material having a minimum plasticity index of 10. 2.2 UNSUITABLE MATERIAL A. Unsuitable soils for fill material shall include soils which, when classified under ASTM D 2487, fall in the classifications of PT, OH, CH, MH or OL. B. In addition, any soil, which cannot be compacted sufficiently to achieve the percentage of maximum density specified for the intended use, shall be classed as unsuitable material. 2.3 USE OF FILL, BACKFILL, AND EMBANKMENT MATERIAL TYPES A. The DBF shall use the types of materials as designated herein for all required fill, backfill, and embankment construction hereunder. B. Where these Specifications conflict with the requirements of any local agency having jurisdiction, or with the requirements of a material manufacture, the CITY shall be immediately notified. In case of conflict therewith, the DBF shall use the most stringent requirement, as determined by the CITY. C. Fill and backfill types shall be used in accordance with the following provisions: 1. Embankment fills shall be constructed of Type I material, as defined herein, or any mixture of Type I and Type A through Type H materials. 2. Pipe zone backfill, as defined under "Pipe and Utility Trench Backfill" herein, shall consist of the following materials for each pipe material listed below. Where pipelines are installed on grades exceeding 4 percent, and where backfill materials are graded such that there is less than 10 percent passing a Number 4 sieve, trench plugs of Type J or N material shall be provided at maximum intervals of 200 feet or as shown on the Drawings. a. Mortar coated pipe, concrete pipe, and uncoated ductile iron pipe shall be provided Type A, B, C, D, E, or L pipe zone backfill material. b. Coal tar enamel coated pipe, polyethylene encased pipe, tape wrapped pipe, and other non-mortar coated pipe shall be backfilled with Type C pipe zone backfill material. c. Plastic pipe and vitrified clay pipe shall be backfilled with Type L pipe SECTION 02200 EARTHWORK . zone backfill material. 3. Trench zone backfill for pipelines as defined under "Pipe and Utility Trench Backfill" shall be Type I backfill material or any of Types A through H backfill materials or any mixture thereof, except that Type K material may be used for trench zone backfill in agricultural areas unless otherwise shown or specified. 4. Final backfill material for pipelines under paved area, as defined under "Pipe and Utility Trench Backfill" shall be Type G backfill material. Final backfill under areas not paved shall be the same material as that used for trench backfill, except that Type K material shall be used for final backfill in agricultural areas unless otherwise shown or specified. 5. Trench backfill, and final backfill for pipelines under structures shall be the same material as used in the pipe zone, except where concrete encasement is required by the Contract Documents. 6. Aggregate base materials under pavements shall be Type G material constructed to the thickness shown or specified. Where specified or shown, aggregate subbase shall be Type M Material. 7. Backfill around structures shall be Type I material, or Types A through Type H materials, or any mixture thereof. 8. Backfill materials beneath structures shall be as follows: a. Drainrock materials under hydraulic structures or other water retaining structure with underdrain systems shall be Type H material. b. Under concrete hydraulic structures or other water retaining structures without underdrain systems, Types G or H materials shall be used. c. Under structures where groundwater must be removed to allow placement of concrete, Type F material shall be used. d. Under all other structures, Type D, E, G, or H material shall be used. 9. Backfill used to replace pipeline trench over-excavation shall be a layer of Type F material with a 6-inch top filter layer of Type E material or filter fabric to prevent migration of fines for wet trench conditions or the same material as used for the pipe zone backfill if the trench conditions are not wet. Filter fabric shall be Mirafi 140 N, Mirafi 700X, or approved equal. 10. The top 6 inches of fill on reservoir roofs, embankment fills around hydraulic structures, and all other embankment fills shall consist of Type K material, topsoil. 2.4 EMBANKMENT A. The maximum sizes of rock, which will be permitted in the completed fill areas, are as follows: SECTION 02200 EARTHWORK Depth Below Finish Grade Maximum Allowable Diameter Top 4 inches 1 inch 4 inches to 12inches 3-1/2-inches 12 inches to 2 feet 6 inches 2 feet to 4 feet 12 inches 4 feet to 8 feet 24 inches Below 8 feet 36 inches B. Embankments shall be constructed of material containing no muck, stumps, roots, brush, vegetable matter, rubbish or other material that will not compact into a suitable and enduring roadbed, and material designated as undesirable shall be removed from the site. Where embankments are constructed adjacent to bridge end bents or abutments, rock larger than 3-1/2 inches in diameter shall not be placed within three feet of the location of any abutment. C. Fill material containing debris, sod, and biodegradable materials shall not be used as fill in construction areas. D. Fill material required for the building pads and for pavement subgrade shall be granular fill, free of organic material. E. Fill material required for pervious and sodded areas shall have a maximum organic component of 10%. DBF shall provide, at DBF’S cost, organic content test results for approval by the CITY. PART 3 EXECUTION 3.1 JOB CONDITIONS A. Protection: Use all means necessary to protect existing objects and vegetation. In the event of damage, immediately make all repairs, and replacements necessary to the acceptance of the OWNER's Representative at no cost to the OWNER. 3.2 BACKFILL, FILLING, & GRADING A. Grades: 1. Cut, backfill, fill and grade to proper grade levels indicated. The existing grades shown on the drawings are to be matched for finished grade over the site. B. Filling: 1. Fill material shall be placed in horizontal layers and spread to obtain a uniform thickness. 2. After compaction, layers of fill are not to exceed twelve (12) inches for cohesive soils or eight (8) inches for non-cohesive soils. 3.3 STRUCTURE, ROADWAY, AND EMBANKMENT EXCAVATION A. General: Except when specifically provided to the contrary, excavation shall include the removal of all materials of whatever nature encountered, including all obstructions of any nature that would interfere with the proper execution and completion of the work. The removal of said materials shall conform to the lines and grades shown or ordered. Unless otherwise provided, the entire construction site SECTION 02200 EARTHWORK . shall be stripped of all vegetation and debris, and such material shall be removed from the site prior to performing any excavation or placing any fill. The DBF shall furnish, place, and maintain all supports and shoring that may be required for the sides of the excavations, and all pumping, ditching, or other measure for the removal or exclusion of water, including taking care of storm water, groundwater, and wastewater reaching the site of the work from any source so as to prevent damage to the work or adjoining property. Excavations shall be sloped or otherwise supported in a safe manner in accordance with applicable State safety requirements and the requirements of OSHA Safety and Health Standards for Construction (29CFR1926). B. Excavation Beneath Structures and Embankments: Except where otherwise specified for a particular structure or ordered by the CITY, excavation shall be carried to the grade of the bottom of the footing or slab. Where shown or ordered, areas beneath structures or fills shall be over-excavated. The subgrade areas beneath embankments shall be excavated to remove not less than the top [6 inches] of native material and where such subgrade is sloped, the native material shall be benched. When such over excavation is shown, the DBF shall perform both over-excavation and subsequent backfill to the required grade. When such over-excavation is not shown but is ordered by the CITY, such over-excavation and any resulting backfill will be paid for under a separate unit price bid item if such bid item has been established; otherwise payment will be made in accordance with a negotiated price. After the required excavation or over-excavation has been completed, the exposed surface shall be scarified to a depth of 6 inches, brought to optimum moisture content, and rolled with heavy compaction equipment to obtain density as specified in Paragraph 3.14.I. C. Excavation Beneath Paved Areas: Excavation under areas to be paved shall extend to the bottom of the aggregate base or subbase, if such base is called for; otherwise it shall extend to the paving thickness. After the required excavation has been completed, the top 12 inches of exposed surface shall be scarified, brought to optimum moisture content, and rolled with heavy compaction equipment to obtain density as specified in Paragraph 3.14.I. The finished subgrade shall be even, self-draining, and in conformance with the slope of the finished pavement. Areas that could accumulate standing water shall be regraded to provide a self-draining subgrade. D. Notification: The DBF shall notify the CITY at least 3 days in advance of completion of any structure excavation and shall allow the CITY a review period of at least one day before the exposed foundation is scarified and compacted or is covered with backfill or with any construction materials. 3.4 PIPELINE AND UTILITY TRENCH EXCAVATION A. General: Unless otherwise shown or ordered, excavation for pipelines and utilities shall be open-cut trenches. Trench widths shall be kept as narrow as is practical for the method of pipe zone densification selected by the DBF but shall have a minimum width at the bottom of the trench equal to the outside diameter of the pipe plus 24 inches for mechanical compaction methods and 18 inches for water consolidation methods. SECTION 02200 EARTHWORK B. Trench Bottom: Except when pipe bedding is required, the bottom of the trench shall be excavated uniformly to the grade of the bottom of the pipe. The trench bottom shall be given a final trim, using a string line for establishing grade, such that each pipe section when first laid will be continually in contact with the ground along the extreme bottom of the pipe. Rounding out the trench to form a cradle for the pipe will not be required. Excavations for pipe bells and welding shall be made as required. C. Open Trench: The maximum amount of open trench permitted in any one location shall be 300 feet, or the length necessary to accommodate the amount of pipe installed in a single day, whichever is greater. All trenches shall be fully backfilled at the end of each day or, in lieu thereof, shall be covered by heavy steel plates adequately braced and capable of supporting vehicular traffic in those locations where it is impractical to backfill at the end of each day. The above requirements for backfilling or use of steel plate will be waived in cases where the trench is located further than 100 feet from any traveled roadway or occupied structure. In such cases, however, barricades and warning lights meeting OSHA requirements shall be provided and maintained. D. Trench Over-Excavation: Where the Drawings indicate that trenches shall be over- excavated, they shall be excavated to the depth shown, and then backfilled to the grade of the bottom of the pipe. E. Over-Excavation: When ordered by the CITY, whether indicated on the Drawings or not, trenches shall be over-excavated beyond the depth shown. Such over- excavation shall be to the depth ordered. The trench shall then be backfilled to the grade of the bottom of the pipe. All work specified in this Section shall be performed by the DBF when the over- excavation ordered by the CITY is less than 6 inches below the limits shown. When the over-excavation ordered by the CITY is 6 inches or greater below the limits shown, additional payment will be made to the DBF for that portion of the work which is located below said 6-inch distance. Said additional payment will be made under separate unit price bid items for over-excavation and bedding if such bid items have been established; otherwise payment will be made in accordance with a negotiated price. F. Where pipelines are to be installed in embankment or structure fills, the fill shall be constructed to a level at least one foot above the top of the pipe before the trench is excavated. 3.5 OVER-EXCAVATION NOT ORDERED, SPECIFIED, OR SHOWN A. Any over-excavation carried below the grade ordered, specified, or shown, shall be backfilled to the required grade with the specified material and compaction. The DBF at its own expense shall perform such work. 3.6 EXCAVATION IN LAWN AREAS A. Where excavation occurs in lawn areas, the sod shall be carefully removed, kept damp, and stockpiled to preserve it for replacement. Excavated material may be placed on the lawn, provided that a drop cloth or other suitable method is employed to protect the lawn from damage. The lawn shall not remain covered for more than 72 hours. Immediately after completion of backfilling and testing of the pipeline, the SECTION 02200 EARTHWORK . sod shall be replaced and lightly rolled in a manner so as to restore the lawn as near as possible to its original condition. DBF shall provide new sod if stockpiled sod has not been replaced within 72 hours. 3.7 EXCAVATION IN VICINITY OF TREES A. Except where trees are shown to be removed, trees shall be protected from injury during construction operations. No tree roots over 2 inches in diameter shall be cut without express permission of the CITY. Trees shall be supported during excavation by any means previously reviewed and approved by the CITY. 3.8 ROCK EXCAVATION A. Rock is defined as follows: 1. Rock shall be classified as material having a blow count in excess of 30 blows per foot from a Standard Penetration Test (ASTM D-1586) and exceeding 1000 psi from an Unconfined Compression Strength Test (ASTM D-2938); and, 2. General Excavation - Any material that cannot be excavated with a single- toothed ripper drawn by a crawler tractor having a minimum draw bar pull rated at not less than 71,000 lbs. (Caterpillar D9N or equivalent), and occupying an original volume of at least 2 cubic yards or more; and, 3. Trench Excavation - Any material that cannot be excavated with a backhoe having a breakout force rated at not less than 44,000 lbs. (Caterpillar 235D or equivalent) and occupying an original volume of at least 2 cubic yards. B. Rock excavation shall include removal and disposal of the following: (1) all boulders measuring 1/3 of a cubic yard or more in volume; (2) all rock material in ledges, bedding deposits, and unstratified masses which cannot be removed without systematic drilling and blasting; (3) concrete or masonry structures which have been abandoned; and (4) conglomerate deposits which are so firmly cemented that they possess the characteristics of rock as described in Paragraph 3.09(A). C. Said rock excavation shall be performed by the DBF; provided, that should the quantity of rock excavation be affected by any change in the scope of the work, an appropriate adjustment of the contract price will be made under a separate bid item if such bid i t e m has been established; otherwise, payment will be made in accordance with the negotiated price. D. Explosives and Blasting: Blasting will not be permitted, except by express permission of the CITY on a case-by-case basis. The use of explosives will be subject to the approval and regulations of all agencies having jurisdiction. If blasting is utilized at the site of the WORK, the DBF shall take all precautions and provide all protective measures necessary to prevent damage to property and structures or injury to person. Prior to blasting, the DBF shall secure all permits required by law for blasting operations and shall provide any additional hazard insurance required by the OWNER. The DBF shall have a fully qualified and experienced blasting construction supervisor in charge of all blasting operations. E. The DBF will be held responsible for all and shall make good any damage caused by blasting or resulting from its possession or use of explosives on the WORK. SECTION 02200 EARTHWORK F. All operations involving the handling, storage, and use of explosives shall be conducted in accordance with the requirements of the OSHA Standards for Construction, and in accordance with all local laws and regulations. 3.9 DISPOSAL OF EXCESS EXCAVATED MATERIAL A. The DBF shall remove and dispose of all excess excavated material at a site selected by the DBF and reviewed by the CITY. 3.10 DISPOSAL OF UNSUITABLE EXCAVATED MATERIAL A. The DBF shall remove and dispose of all unsuitable excavated material. This shall include muck, tree roots, rocks, garbage, debris, or any other material designated as unsuitable by Paragraph 2 of this Section. Disposal shall be at a site selected by the DBF that is designated as an approved disposal site for the unsuitable material. 3.11 BACKFILL – GENERAL A. Backfill shall not be dropped directly upon any structure or pipe. Backfill shall not be placed around or upon any structure until the concrete has attained sufficient strength to withstand the loads imposed. Backfill around water retaining structures shall not be placed until the structures have been tested, and the structures shall be full of water while backfill is being placed. B. Except for drain rock materials being placed in over-excavated areas or trenches, backfill shall be placed after all water is removed from the excavation. 3.12 PLACING AND SPREADING OF BACKFILL MATERIALS A. Backfill materials shall be placed and spread evenly in layers. When compaction is achieved using mechanical equipment the layers shall be evenly spread so that when compacted each layer shall not exceed 6 inches in thickness. B. During spreading each layer shall be thoroughly mixed as necessary to promote uniformity of material in each layer. Pipe zone backfill materials shall be manually spread around the pipe so that when compacted the pipe zone backfill will provide uniform bearing and side support. C. Where the backfill material moisture content is below the optimum moisture content water shall be added before or during spreading until the proper moisture content is achieved. D. Where the backfill material moisture content is too high to permit the specified degree of compaction the material shall be dried until the moisture content is satisfactory. 3.13 COMPACTION – GENERAL A. Compact each layer of fill in designated areas with approved equipment to achieve a maximum density at optimum moisture, AASHTO T 180 - latest edition. 1. Building Pads: compaction shall be to 98% of maximum density, unless otherwise shown on the drawings or specifications. Building pads shall be within plus or minus one-tenth (0.1) of a foot of the elevations shown on the plans. 2. Refer to Sections 02513 Asphaltic Concrete Paving - General for compaction SECTION 02200 EARTHWORK . requirements in the affected areas. 3. Under landscaped area, compaction shall be to density as specified in Paragraph 3.14.I., unless otherwise shown on the Drawings. B. No backfill shall be placed against any masonry or other exposed building surface until permission has been given by the OWNER's Representative, and in no case until the masonry has been in place seven days. C. Heavy construction equipment will not be permitted within ten (10) feet of any masonry or other exposed building surface. D. Compaction in limited areas 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 four inches thick. The hand tampers used 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 any wedging action against masonry, or other exposed building surfaces/ 3.14 COMPACTION OF FILL, BACKFILL, AND EMBANKMENT MATERIALS A. Each layer of Types, A, B, C, G, H, I, and K backfill materials as defined herein, where the material is graded such that at least 10 percent passes a No. 4 sieve, shall be mechanically compacted to the specified percentage of maximum density. Equipment that is consistently capable of achieving the required degree of compaction shall be used and each layer shall be compacted over its entire area while the material is at the required moisture content. B. Each layer of Type D, E, F, and J backfill materials shall be compacted by means of at least 2 passes from a flat plate vibratory compactor. When such materials are used for pipe zone backfill, vibratory compaction shall be used at the top of the pipe zone or at vertical intervals of 24 inches, whichever is the least distance from the subgrade. C. Type L material requires mechanical spreading and placement to fill voids but does not require mechanical compaction or vibration. D. Fill on reservoir and structure roofs shall be deposited at least 30 days after the concrete roof slab has been placed. Equipment weighing more than 10,000 pounds when loaded shall not be used on a roof. A roller weighing not more than 8,000 pounds shall be used to compact fill on a roof. E. Flooding, ponding, or jetting shall not be used for fill on roofs, backfill around structures, backfill around reservoir walls, for final backfill materials, or aggregate basematerials. F. Pipe zone backfill materials that are granular may be compacted by a combination of flooding and vibration using concrete vibrators or by jetting, when acceptable to the CITY. G. Pipeline trench zone backfill materials, containing 5 percent or less of material passing a No. 200 sieve, may be compacted using flooding and jetting or vibration if the DBF uses effective procedures that yield the specified compaction test results. Flooding and jetting shall not be done in such a manner that the pipe or nearby utilities are damaged, in areas of poorly draining or expansive soils, or where the use of the procedure is prohibited by any agency having jurisdiction SECTION 02200 EARTHWORK over the street or right-of-way. Approved jet pipes or immersible vibrators shall be used so that each backfill layer is saturated and consolidated to its full depth before the next layer is placed. Jet pipes shall be kept at least 6 inches away from the pipe where the backfills being consolidated and 2 feet away from other pipes or utilities. H. Equipment weighing more than 10,000 pounds shall not be used closer to walls than a horizontal distance equal to the fill at that time. Hand operated power compaction equipment shall be used where use of heavier equipment is impractical or restricted due to weight limitations. I. Compaction Requirements: The following compaction test requirements shall be in accordance with AASHTO T-180. Where agency or utility company requirements govern, the highest compaction standards shall apply. Location or Use of Fill Percentage of Maximum Density Pipe zones backfill portion above bedding 98 for flexible pipe. Pipe zones backfill bedding and over-excavated 98 zones under bedding/pipe for flexible pipe, including trench plugs. Pipe zones backfill potion above bedding for 98 rigid pipe. Pipe zones backfill bedding and over-excavated 98 zones under bedding/pipe for rigid pipe. Final backfills, beneath paved areas or structures. 98 Final backfills, not beneath paved areas or 95 structures. Trench zones backfill, not beneath paved areas or 95 structures, including trench plugs. Embankments. 98 Embankments, beneath paved areas, or 98 Structures. Backfill beneath structures, hydraulic structures. 98 Backfill around Structures 98 Topsoil (Type K material) 80 Aggregate base or subbase (Type G or M material) 80 J. Trench Backfill Requirements: the pipe has been structurally designed based upon the trench configuration specified herein. K. The DBF shall maintain the indicated trench cross section up to a horizontal plane lying 6 inches above the top of the pipe. L. If, at any location under said horizontal plane, the DBF slopes the trench walls or exceeds the maximum trench widths indicated in the Contract Documents, the pipe zone backfill shall be “improved” or the pipe class increased as specified SECTION 02200 EARTHWORK . herein, at no additional cost to the OWNER. “Improved” backfill shall mean sand- cement backfill or other equivalent materials acceptable to the CITY. M. If the allowable deflection specified for the pipe is exceeded, the DBF shall expose and reground or replace the pipe, repair all damaged lining and coating, and reinstall the pipe zone material and trench backfill as specified at no additional expense to the OWNER. 3.15 PIPE AND UTILITY TRENCH BACKFILL A. Pipe zone Backfill: The pipe zone is defined as that portion of the vertical trench cross- section lying between a plane 6 inches below the bottom surface of the pipe, i.e., the trench subgrade, and a plane at a point 6 inches above the top surface of the pipe. The bedding for flexible pipe is defined as that portion of pipe zone backfill material between the trench subgrade and the bottom of the pipe. The bedding for rigid pipe is defined as that portion of the pipe zone backfill material between the trench subgrade and a level line which varies from the bottom of the pipe to the spring line as shown. B. Bedding shall be provided for all sewers, drainage pipelines, and other gravity flow pipelines. Unless otherwise specified or shown, for other pipelines the bedding may be omitted if all the following conditions exist. 1. The pipe bears on firm, undisturbed native soil, which contains only particles that will pass a one-inch sieve. 2. The trench excavation is not through rock or stones. 3. The trench subgrade soils are classified as suitable fill and backfill materials per Paragraph 2.01. 4. The trench subgrade soils have, as a maximum, a moisture content that allows compaction. C. Where bedding is required, after compacting the bedding the DBF shall perform a final trim using a stringline for establishing grade, such that each pipe section when first l a i d will be continually in contact with the bedding along the extreme bottom of the pipe. Excavation for pipe bells and welding shall be made as required. D. The pipe zone shall be backfilled with the specified backfill material. The DBF shall exercise care to prevent damage to the pipeline coating, cathodic bonds, or the pipe itself during the installation and backfill operations. E. Trench Zone Backfill: After the pipe zone backfill has been placed as specified above, and after all excess water has completely drained from the trench, backfilling of the trench zone may proceed. The trench zone is defined as that portion of the vertical trench cross- section lying between a plane 6 inches above the top surface of the pipe and a plane at a point 18 inches below the finished surface grade, or if the trench is under pavement, 18 inches below the roadway subgrade. If flooding, ponding, or jetting is used the pipe shall be filled with water to prevent flotation. F. Final Backfill: Final backfill is all backfill in the trench cross-sectional area within 18 inches of finished grade, or if the trench is under pavement, all backfill within 18 inches of the roadway subgrade. SECTION 02200 EARTHWORK 3.16 EMBANKMENT CONSTRUCTION A. The area where an embankment is to be constructed shall be cleared of all vegetation, roots and foreign material. Following this, the surface shall be moistened, scarified to a depth of 6 inches, and rolled or otherwise mechanically compacted as specified in Paragraph 3.14.I. Embankment fill material shall be placed and spread evenly in horizontal layers. Each layer shall be moistened or aerated, as necessary. Unless otherwise approved by the CITY, each layer shall not exceed 6 inches of compacted thickness. The embankment fill and the scarified layer of underlying ground shall be compacted to 95 percent of maximum density under structures and paved areas, and 90 percent of maximum density elsewhere. B. When an embankment fill is to be made and compacted against hillsides or fill slopes steeper than 4:1, the slopes of hillsides or fills shall be horizontally benched to key the embankment fill to the underlying ground. A minimum of 12 inches normal to the slope of the hillside or fill shall be removed and recompacted as the embankment fill is brought up in layers. Material thus cut shall be recompacted along with the new fill material at the DBF’s expense. Hillside of fill slopes 4:1 or flatter shall be prepared in accordance with Paragraph A, above. C. Where embankment or structure fills are constructed over pipelines, the first 4 feet of fill over the pipe shall be constructed using light placement and compaction equipment that does not damage the pipe. Heavy construction equipment shall maintain a minimum distance from the edge of the trench equal to the depth of the trench until at least 4 feet of fill over the pipe has been completed. 3.17 CORRECTION OF GRADE A. Bring to required grade levels areas where settlement, erosion or other grade changes occur. 3.18 MAINTENANCE AND PROTECTION OF WORK A. While construction is in progress adequate drainage for the roadbed shall be maintained at all times. B. The DBF shall maintain all earthwork construction throughout the life of the contract, unless otherwise provided, and shall take all reasonable precautions to prevent loss of material from the roadway due to the action of wind or water. DBF shall repair at DBF’S expense, except as otherwise provided herein, any slides, washouts, settlement, subsidence, or other mishap which may occur prior to final acceptance of the work. C. All channels excavated as a part of the contract work shall be maintained against natural shoaling or other encroachments to the lines, grades, and cross sections shown on the plans, until final acceptance of the project. 3.19 AS-BUILT SURVEY A. At the completion of the work and prior to final inspection of the area, the DBF shall provide the CITY with an as-built topographic survey made by a Professional Surveyor and Mapper per Florida Statute 472.001-472.037. SECTION 02200 EARTHWORK B. The surveyor is to certify on the survey whether or not the as-built conditions conform to the elevations shown on the Drawings to within plus or minus two- hundredth (0.02) of a foot. END OF SECTION 02200 SECTION 02212 MILLING OF EXISTING ASPHALT PAVEMENT PART 1 GENERAL 1.1 RELATED DOCUMENTS A. All applicable provisions of the Bidding and Contract Requirements, and Division 1- General Requirements shall govern the WORK under this section. 1.2 WORK INCLUDED A. Remove existing asphalt concrete pavement by milling to improve the rideability and cross slope of the finished pavement, to lower the finished grade adjacent to existing curb prior to resurfacing, or to completely remove existing pavement. B. When milling to improve rideability, the plans will specify an average depth of cut. C. DBF to take ownership of milled material. PART 2 PRODUCT 2.1 EQUIPMENT A. Provide a milling machine capable of maintaining a depth of cut and cross slope that will achieve the results specified in the Contract Documents. Use a machine with a minimum overall length (out to out measurement excluding the conveyor) of 18 feet and a minimum cutting width of 6 feet. B. Equip the milling machine with a built-in automatic grade control system that can control the transverse slope and the longitudinal profile to produce the specified results. C. To start the project, the CITY will approve any commercially manufactured milling machine that meets the above requirements. If it becomes evident after starting milling that the milling machine cannot consistently produce the specified results, the CITY will reject the milling machine for further use. D. The DBF may use a smaller milling machine when milling to lower the grade adjacent to existing curb or other areas where it is impractical to use the above described equipment. E. Equip the milling machine with means to effectively limit the amount of dust escaping during the removal operation. PART 3 EXECUTION 3.1 MILLING A. Protection: Use all means necessary to protect existing objects and vegetation. In the event of damage, immediately make all repairs, and replacements necessary to the acceptance of the OWNER's Representative at no cost to the OWNER. 3.2 BACKFILL, FILLING, & GRADING A. Remove the existing raised reflective pavement markers prior to milling. Include the cost of removing existing pavement markers in the price for milling. B. When milling to improve rideability or cross slope, remove the existing pavement to the average depth specified in the plans, in a manner that will restore the pavement surface to a uniform cross-section and longitudinal profile. The CITY may require the use of a stringline to ensure maintaining the proper alignment. C. Establish the longitudinal profile of the milled surface in accordance with the milling SECTION 02212 MILLING OF EXISTING ASPHALT PAVEMENT . plans. Ensure that the final cross slope of the milled surface parallels the surface cross slope shown on the plans or as directed by the CITY. Establish the cross slope of the milled surface by a second sensing device near the outside edge of the cut or by an automatic cross slope control mechanism. The plans may waive the requirement of automatic grade or cross slope controls where the situation warrants such action. D. Multiple cuts may be made to achieve the required pavement configuration or depth of cut. Include in the Quality Control Plan a system to control the cross slope of the milling surface with a minimum frequency of one cross slope measurement every 250 feet during milling operations in order to ensure that the slopes are uniform and in compliance with the designed milling slope. When the difference between the measured cross slope and the designed cross slope exceeds ±0.2% for travel lanes (including turn lanes) and ±0.5% for shoulders, make all corrections immediately to bring the cross slope into an acceptable range. The CITY will periodically verify the DBF’s measurements at the job site. E. The CITY can randomly take ten measurements of the cross slope per day for the first two days of milling operation. If the average cross slope of the ten random measurements per day varies more than the required tolerance (0.2% for travel lanes including turn lanes and 0.5% for shoulders), the milling operation shall be stopped until appropriate corrective actions are made to bring the cross slope into an acceptable range. Approval by the CITY will be required prior to resuming the milling operation. F. A recheck of ten random measurements will be made after corrective actions are taken. If the recheck indicates that the cross slope is out of control, the deficient section(s) shall be corrected to bring the cross slope into an acceptable range. During milling operations, the CITY reserves the right to take ten cross slope measurements per day. If the average cross slope of the ten measurements varies more than the permissible tolerance, the milling operation will be stopped until appropriate corrective actions are made to bring the cross slope into an acceptable range and the deficient sections shall be corrected accordingly. G. The CITY may waive the corrections specified above if an engineering determination indicates that the deficiencies are sufficiently separated so as not to significantly affect the final cross slope. H. For intersections, tapers, crossovers, transitions at the beginning and end of the project and in other similar areas, the cross slope will be adjusted as directed by the CITY to match the actual site conditions. I. Operate the milling machine to minimize the amount of dust being emitted. The CITY may require pre-wetting of the pavement. J. Provide positive drainage of the milled surface and the adjacent pavement. Perform this operation on the same day as milling. Repave all milled surfaces no later than the day after the surface was milled unless otherwise stated in the plans. K. If traffic is to be maintained on the milled surface prior to the placement of the new asphalt concrete, provide suitable transitions between areas of varying thickness to create a smooth longitudinal riding surface. Produce a pattern of striations that will provide an acceptable riding surface. L. Prior to opening an area which has been milled to traffic, sweep the pavement with SECTION 02212 MILLING OF EXISTING ASPHALT PAVEMENT a power broom or other approved equipment to remove, to the greatest extent practicable, fine material which will create dust under traffic. Sweep in a manner that will minimize the potential for creation of a traffic hazard and to minimize air pollution. M. Sweep the milled surface with a power broom prior to placing asphalt concrete N. In urban and other sensitive areas, use a street sweeper or other equipment capable of removing excess milled materials and controlling dust. O. Perform the sweeping operation immediately after the milling operations or as directed by the CITY. 3.3 MILLED SURFACE A. Provide a milled surface with a reasonably uniform texture, within 1/4 inch of a true profile grade, and with no deviation in excess of 1/4 inch from a straightedge applied to the pavement perpendicular to the centerline. B. Ensure that the variation of the longitudinal joint between multiple cut areas does not exceed 1/4 inch. The CITY may accept areas varying from a true surface in excess of the above stated tolerance without correction if the CITY determines that they were caused by a pre-existing condition which could not have reasonably been corrected by the milling operations. C. Correct any unsuitable texture or profile, as determined by the CITY, at no additional expense to the OWNER. D. The CITY may require remilling of any area where a surface lamination causes a non- uniform texture to occur. E. Refer to Section 02513 for specifications on resurfacing of asphaltic pavement. END OF SECTION 02212 SECTION 02221 EXCAVATION AND BACKFILLING UTILITIES . PART 1 GENERAL 1.1 RELATED DOCUMENTS A. All applicable provisions of the Bidding and Contract Requirements, and Division 1- General Requirements shall govern the WORK under this section. 1.2 WORK INCLUDED A. The work shall consist of furnishing all materials, labor and equipment for excavation, trenching and backfilling for utilities. "Utilities" shall include storm water drains, culverts, water mains, gravity sewers, sewage force mains and appurtenant structures. 1.3 RELATED WORK A. 02200 – Earthwork. PART 2 PRODUCT (NOT APPLICABLE) PART 3 EXECUTION 3.1 EXCAVATION A. General: This work shall consist of the excavation of whatever substances shall be encountered to the depths as shown on the plans. Excavated materials not required for fill or backfill shall be removed from the work site as directed by the CITY and shall be considered to be a part of the bid price of the utility pipe for which excavation and backfill is required. B. Excavation for structures and other accessories shall have a minimum clearance of twelve inches and a maximum clearance of twenty-four inches on all sides. C. Excavation shall not be carried below the required depths as indicated by the plans. Excess excavation below the required level shall be backfilled at the DBF's expense with sharp sand, gravel or other suitable material thoroughly compacted and approved by the CITY. D. Any unstable soil shall be removed and shall be replaced by material acceptable to the CITY. The removal and replacement of such unstable soil shall be considered to be part of the bid price of the pipe for which excavation and backfill is required. E. Water shall not be permitted to accumulate in the excavated area. It shall be removed by pumping or other means as approved by the CITY. The removal of water shall be considered to be a part of the bid price of the pipe for which excavation and backfill is required. F. Well points, pumps or other approved means shall be used to keep the ground water sufficiently low in the opinion of the CITY to permit the placing of concrete, masonry, or pipe in first class condition, and sufficiently long thereafter to protect the concrete, masonry or joints against washing or damage. G. The DBF shall also use such other means as may be necessary to keep the excavation in satisfactory condition for the construction of the work, and the use of well points, or other approved method, will not relieve the DBF of DBF’S responsibility to make structures watertight. SECTION 02221 EXCAVATION AND BACKFILLING UTILITIES H. Banks and trenches shall be vertical unless shown otherwise on plans. The width of the trench shall be no less than 24 inch plus the diameter of the pipe, or as approved by the CITY. Bell holes shall be accurately excavated by hand. I. If the bottom of the trench is rock, the excavation shall be carried eight inches below the invert of the pipe and backfilled with thoroughly compacted sharp sand, gravel or other suitable material approved by the CITY. J. See Section 02200 Part 3.08 for specifications on Rock Excavation. K. Whenever it is necessary, in the interest of safety, to brace or shore the sides of the trench, such bracing or shoring shall be considered to be part of the bid price of the pipe for which excavation and backfill is required. L. The DBF shall furnish, put in place, and maintain such sheeting, bracing, as may be required to support the side of the excavation, and to prevent any movement which can in any way damage the work or endanger adjacent structures. If the CITY is of the opinion that supports are insufficient, the CITY may order additional supports. The compliance with such order shall not release the DBF from DBF’S responsibility for the sufficiency of the sheeting. The DBF shall leave all sheeting in place. The CITY may require sheeting to be cut off at any specified elevation, but in no case will any sheeting be left closer than two (2) feet below the natural surface, nor cut off below the elevation of the top of the pipe. 3.2 BACKFILLING A. After pipes, structures and other appurtenances have been installed, the trench or opening shall be backfilled with material free from large stones or clods of a quality acceptable to the CITY. B. Backfill around the pipe and to a point twelve inches above the top of the pipe shall be placed in six-inch layers compacted with 20 pound hand tampers or mechanical tampers suitable for this purpose. Backfilling shall follow lying closely and shall not be more than one hundred (100) feet behind completed lying. Backfill over pipe shall be carefully placed by experienced labor and thoroughly consolidated without shock to the pipe and carried up uniformly on both sides of the pipe. No backfilling with bulldozers will be permitted adjacent to pipeline. C. Within roadway rights-of-way, or within areas where pavements are to be constructed over the pipe, the remainder of the trench shall be placed in six-inch layers (compacted thickness) and shall be compacted to that as noted in Section 02200. DBF will be responsible for correcting settlement in all backfilled areas whether under the pavement or otherwise. D. In areas where no pavement is to be constructed, the backfill above the twelve- inch line above the pipe shall be compacted to firmness approximately equal to that of the soil adjacent to the pipe trench or to that as noted in Section 02200. Backfill below the 12-inch line shall be compacted in 6-inch layers (compacted thickness) and shall be compacted to 98% of maximum density as determined by AASHTO T-180. 3.3 EXPLOSIVES A. The use of explosives will not be permitted. See Section 02200 Part 3.08 SECTION 02221 EXCAVATION AND BACKFILLING UTILITIES Paragraph D through F for further instruction. END OF SECTION 02221 SECTION 02410 INSTALLATION OF PIPE BY DIRECTIONAL DRILL TECHNIQUE PART 1 GENERAL 1.1 RELATED DOCUMENTS A. All applicable provisions of the Bidding and Contract Requirements, and Division 1- General Requirements shall govern the WORK under this section. 1.2 WORK INCLUDED A. The DBF shall furnish all labor, materials, equipment and incidentals required to install pipe by the technique of inserting the pipe directly into a directional drilled opening; at the locations shown on the Drawings and as specified herein. B. All directional drill operations shall be performed in accordance with all requirements of the permitting agency and other agencies having jurisdiction over the work area. 1.3 RELATED WORK A. Division 2 as applicable. B. Section 02200 – Earthwork. C. Section 02221 Excavation and Backfilling for Utilities. D. Section 02510 Piping, General. E. Section 02641 Valves, General. F. Exhibit D Permit Conditions. G. Commercial Standards: ASTM F 1962 Maxi-Horizontal Directional Drilling ASTM F 2620 Heat Fusion Joining of Polyethylene Pipe and Fittings 1.4 GENERAL REQUIREMENTS A. Directional drilling and pipe installation shall be done only by an experienced, licensed contractor specializing in directional drilling technique and whose key personnel have at least five (5) years of experience in this work. Furthermore, the said contractor shall have had experience in directional drilling under Florida waterways and major roadways. B. The DBF shall visit the site and determine the proximity of structures on either side of the crossings. The DBF shall provide the OWNER with a drilling plan outlining procedures to prevent drilling fluid or the drilling process from adversely affecting these structures. C. Prior to pre-construction meeting DBF is to submit “Frac-Out Plan” (see Exhibit A) per State Water Quality Standards, pursuant to Rule 62-302, with details of the non-toxic florescent tracking dyes that the DBF will be using with the drilling lubricant as a monitoring method with the bentonite. D. Prior to the start of work, the DBF shall engage a Professional Engineer registered in the State of Florida to design a detailed plan of boring and receiving pits, including excavation, together with an outline of the methods to be used and a time schedule for directional drill operations. In addition, DBF shall identify an environmental scientist/biologist with experience in water quality monitoring and habitat protection to be used in the event of a frac-out near protected areas. E. Three workdays written notice prior to start of the actual work shall be given to the SECTION 02410 INSTALLATION OF PIPE BY DIRECTIONAL DRILL TECHNIQUE . OWNER. F. The DBF shall install, maintain, and leave in place any sheeting, underpinning, cribbing, and other related items (other than that required for the boring and receiving pits) to support any structure or facility affected by the boring operations. The CITY, depending upon existing conditions, may require that additional sheeting for the excavation be left in place. G. The DBF shall maintain traffic whenever possible during fusing and installation operations. Fusing and staging areas shall be carefully planned, and locations shall be approved b the CITY. H. The DBF shall assume all responsibility for the methods and means of construction, the stability and accuracy of the drilled and reamed hole and constructed pits, and all cost responsible for the safety of the pits and related structures, and personnel engaged in construction throughout the duration of work. I. All work under this specification affecting the right-of-way, or municipal facilities shall be carried out to the full satisfaction of the authorized representative. It is the DBF's responsibility to be fully informed of all requirements, and permit conditions as it pertains to the specific project and shall conduct all work accordingly. J. All equipment used by the DBF on OWNER's property and rights-of-way may be inspected by the OWNER or the OWNER's Representatives. K. The DBF shall be fully responsible for all damages arising from the failure of the DBF or Subcontractors to comply with the regulations and the requirements of these Specifications. L. The DBF's methods and schedule shall comply with the overall project requirements. The DBF shall be familiar with the work within the local subsurface conditions. The DBF's selection of inadequate, inappropriate, or inefficient equipment and methods will not be cause for adjustments to the Contract price or Contract time. M. The DBF shall be responsible for all clean-up of project site, debris, materials and equipment and shall clear the site of and dispose of them in accordance with Contract Documents. 1.5 SUBMITTALS A. The DBF shall submit for the OWNER's approval the qualifications of the directional drilling specialty provider indicating compliance with the following minimum experience criteria: 1. Descriptions of successfully completed similar projects using the guided directional drill technique, which shall include a listing of the following information. a. Project name and location b. Year of Project c. Owner/Client d. Client contact information e. Diameter and material of pipe f. Length of direction drilling installation g. Other information relevant to the successful completion of the project SECTION 02410 INSTALLATION OF PIPE BY DIRECTIONAL DRILL TECHNIQUE 2. Documentation of compliance with the following minimum standards: a. The directional drilling specialty provider shall be an experienced, licensed contractor specializing in guided directional drilling and whose key personnel assigned to this work shall have a minimum of five (5) years of related directional drilling experience. b. The directional drilling specialty provider shall have installed utilities under major roadways and waterways via directional drill technique. B. Two (2) weeks prior to the start of the directional drilling work, the DBF shall submit the directional drilling work plan for the OWNER's review. The work plan shall include the following information. 1. A plan showing details of the proposed method of construction, sequence of operations to be performed, number and size of construction crew, hours to be worked, pilot hole drilling procedure, reaming procedure, pullback procedure, method of monitoring the drilling head and method of verifying pipe location for as-built drawings. 2. A drilling fluid plan which details types of drilling fluids, including the of non- toxic fluorescent tracking dyes, cleaning and recycling equipment, estimated flow rates, and procedures for minimizing drilling fluid escape. 3. A plan in the event of drilling fluid escape including, but not limited to, stoppage of work, notification of applicable permitting authorities whose right- of-way is impacted by the escape of drilling fluid, procedure to confine drilling fluids/muds, and procedure for repair/plugging of fissures. See Dewatering Permit for requirements that will need to be met, at no additional cost to the OWNER, should fluid escape. 4. A plan and profile drawing showing the DBF's proposed pilot bore hole routing and location of other underground utilities. The plan drawing shall be at a 1 inch = 20-foot scale and the profile drawing at a 1 inch = 20 foot scale horizontal and 1 inch = 2 foot scale vertical. 5. A 1 inch = 20-foot scale drawing of the proposed setup of major equipment at the entry point and the proposed layout at the exit point. C. The DBF shall furnish shop drawings showing all fabrication and construction details for the directional drilled crossings. D. The DBF shall use dataloggers to record and monitor fusing of HDPE pipe. Upon completion of the fusing and prior to pulling the pipe, the DBF must provide the datalogger information to the Engineer for review. E. The DBF will be responsible for maintaining drilling logs that provide drill bit locations at least 30 feet along the drill path. In addition, logs will be kept that record the following on an hourly basis throughout each drill pass, back ream pass or pipe installation pass: 1. Drill fluid pressure 2. Drilling fluid flow rate 3. Drill thrust pressure 4. Drill pullback pressure 5. Drill head torque 6. Horizontal distance of drill head from entry point SECTION 02410 INSTALLATION OF PIPE BY DIRECTIONAL DRILL TECHNIQUE . F. Upon completion of the pilot hole phase of the operation, a complete set of as-built records showing the actual horizontal and vertical alignment of the pilot bore at intervals not exceeding 30 feet shall be submitted in duplicate to the CITY along with one electronic AutoCAD as-built drawing file. Contractor shall provide as-builts (mapping) of the installed pipe based on the tracking data generated by the guidance system used during installation. These records shall include copies of the plan drawing at a 1 inch = 20-foot scale, and a profile drawing at a 1 inch = 20 foot scale horizontal and a 1 inch = 2 foot scale vertical, as well as directional survey reports as recorded during the drilling operation. 1.6 SAFETY A. The DBF shall, at all times, conform to all applicable State and Federal regulations. B. DBF is to adhere to requirements of all permits. See Permit Conditions for permit requirements. C. Guided Directional Drilling Equipment machine safety requirements will include a common grounding system to prevent electrical shock in the event of high voltage underground cable strike. The grounding system will connect all pieces of interconnecting machinery: the drill, mud mixing system, drill power unit, drill rod trailer, operator's booth, worker grounding mats and any other interconnected equipment to a common ground. The drill will be equipped with an "electrical strike” audible and visual warning system that will notify the system operators of an electrical strike. D. Operators of the drill will wear electrical shock protection equipment and operate from common grounded mats as required. PART 2 PRODUCT 2.1 MATERIALS A. The carrier pipe shall conform to Section 02610; Piping, General. B. Equipment (graders, shovels, etc.) and materials (such as groundsheets, hay bales, booms, and absorbent pads) for cleanup and contingencies shall be provided in sufficient quantities by DBF and maintained at all sites for use in the event of inadvertent leaks, seeps or spills. C. Technical criteria for bentonite shall be as given in API Spec. 13A, Specification for Oil Well Drilling Fluids Material for freshwater drilling fluids. Any modification to the basis drilling fluid involving additives must describe the type of material to be used and be included in DBF's drilling plan presented to OWNER. The OWNER retains the right to sample and monitor the waste drilling mud, cuttings and water. 2.2 HDPE PIPELINE IDENTIFICATION A. All polyethylene pipe shall be black, and shall contain a continuous colored stripe, 2 inches wide, at three separate locations along the length of the pipe. Stripe color shall be: 1. Potable Water Mains - blue stripe 2. Reclaimed Water Mains - purple stripe 3. Force Mains - green stripe 4. Sanitary Sewer - green stripe SECTION 02410 INSTALLATION OF PIPE BY DIRECTIONAL DRILL TECHNIQUE 5. Storm Sewer - no stripes required PART 3 EXECUTION 3.1 DIRECTIONAL DRILLING OPERATION A. The DBF shall provide all material, equipment, and facilities required for directional drilling. Proper alignment and elevation of the opening shall be consistently maintained throughout the directional drilling operation. Entrance and exit angles for the drill are at the DBF's discretion such that the elevation profile maintains adequate ground cover to reasonably precaution against hydraulic fractures with the drilling fluid and maintain the minimum cover shown in the Drawings and specified herein. B. DBF shall carefully plan the drill path and ensure all existing utilities are identified. Accuracy of the drill path is a priority. DBF shall only use a wireline locating system or a gyro-based locating system for the tracking, steering and guidance of the directional bore. DBF shall monitor and record the bore location during installation to ensure accuracy of the drill path. The position of the drill string shall be monitored by the DBF and recorded every 30 feet. Information of the bore path may be requested by the OWNER and ENGINEER at any time. The profile and alignment defined on the construction drawings for the bores define the minimum depth and radius of curvature. At no point in the drilled profile shall the radius of curvature of the bore be less than the minimum defined by the pipe manufacturer with a 10% factor of safety. The DBF shall maintain and provide to the OWNER, upon request, the data generated by the downhole survey tools in a form suitable for independent calculation of the pilot hole profile. C. Boring pits shall be shored with sheeting, or such other materials as required. Sheeting shall be driven to a sufficient depth below the invert of the carrier pipe to resist any pressure developed by the soil outside the boring pit. Sheeting when used shall terminate not less than 3 feet 6 inches above existing grade. D. At the completion of the direction drilling operations, the DBF will be required to remove all sheeting in place. If steel sheeting is used, it may be removed after installation of the carrier pipe in the bore hole, but prior to installation of the joining carrier pipe. However, should damage to the roadway, pipeline or any other adjacent structure occur, the DBF shall leave all remaining sheeting in place and redrive and leave in place any sheeting which is required to stabilize the site and prevent additional damage from occurring. The top of all sheeting left in place shall be cut off 36 inches below finished grade. E. Bentonite or other stabilizing gels shall be used to prevent calving of the unsupported bore hole. 3.2 DRILLING FLUIDS AND CUTTINGS A. To the extent practical, the DBF shall maintain a closed loop drilling fluid system and utilize drilling tools and procedures which will minimize the discharge of any drilling fluids. B. DBF shall have divers present during the drilling operations in order to respond to potential frac-out release. C. The Guided Horizontal Direction Drilling operation is to be operated in a manner to SECTION 02410 INSTALLATION OF PIPE BY DIRECTIONAL DRILL TECHNIQUE . eliminate the discharge of water, drilling mud and cuttings to the canal or land areas involved during the construction process. The DBF shall provide equipment and procedures to maximize the recirculation or reuse of drilling mud to minimize waste. All excavated pits used in the drilling operation shall be lined by DBF with heavy duty plastic sheeting with sealed joints to prevent the migration of drilling fluids and/or ground water. D. Pits constructed at the entry or exit point area shall be so constructed to completely contain the drill fluid and prevent its escape to the surrounding land or canal. E. Waste cuttings and drilling mud shall be processed through a solids control plant comprised as a minimum of stumps, pumps, tanks, distiller/desander, centrifuges, material handlers, and haulers all in a quantity sufficient to perform the cleaning/separating operation without interference with the drilling program. The cuttings and excess drilling fluids shall be dewatered and dried by DBF to the extent necessary for disposal, and disposal in offsite landfills at the DBF's expense. Water from the dewatering process shall be treated by DBF to meet permit requirements and disposed of locally. The cuttings and water for disposal are subject to being sampled and tested. The construction site and adjacent areas will be checked frequently for signs of unplanned leaks or seeps. F. All drilling mud shall be removed from the entry and exit area soils such that water will percolate. All disturbed areas shall be restored to original conditions. 3.3 INSTALLING PIPE A. The pipe installed within the boring shall be in full conformity with these Specifications and as shown on the Drawings. The pipe shall be installed, as to a reasonable directional drilling ability, to the exact lines grades required after having been satisfactorily approved by the CITY from the directional drillers expected drill path plan and profile sheets provided in Section 1.5. B. The type and size of the pilot string cutting head shall be at the DBF's discretion. The type and outside diameter of the drill pipe to be used in the pilot string shall also be at the DBF's discretion. C. A minimum depth requirement of 10 feet below the existing crossing bottoms shall be maintained, depths deeper than 10 feet shall be acceptable. Lateral positioning at exit shall be no further than 5 feet left or right of planned centerline, and horizontal positioning shall be no further than 5 feet short or long of proposed exit location. Entry and exit locations, as well as intermediate centerline stationing, shall be staked by the DBF. D. Upon approval of the pilot hole location by the CITY, the hole opening or enlarging phase of the installation shall begin. The type of hole opener or back reamer to be utilized in this phase shall be determined by the types of subsurface soil conditions that have been encountered during the pilot hole drilling operation. The reamer type shall be at the DBF's discretion. E. The open borehole may be stabilized by means of bentonite drilling slurry being pumped through the inside diameter of the drill pipe and through opening in the reamer. The slurry will also serve as an agent to carry the loose cutting to the surface through the annulus of the borehole. These cuttings and bentonite slurry are to be contained at the exit or entry side of the directional bore in pits or holding SECTION 02410 INSTALLATION OF PIPE BY DIRECTIONAL DRILL TECHNIQUE tanks. The slurry may be recycled at this time for reuse in the hole opening operation, or it shall be hauled by the DBF to an approved dump site and properly disposed. F. Each length of pipe shall be inspected and cleaned as necessary to be free of debris immediately prior to joining. G. A complete list of all drilling fluid additives and mixtures to be used in the directional operation will be submitted to the CITY, along with their respective Material Safety Data Sheets. All drilling fluids and loose cuttings shall be contained in pits or holding tanks for recycling or disposal, no fluids shall be allowed to enter any unapproved areas or natural waterways. Upon completion of the directional drill project, drilling fluid shall be disposed of by the DBF at an approved dump site. H. A "weak-link or breakaway device shall be used at the leading end of the pipe to protect the pipe from excessive pulling loads. The breakaway strength of this device shall be set at or below the allowable tensile load of the pipe. I. High Density Polyethene (HDPE) pipe shall not be placed in direct sunlight immediately prior to installation. J. HDPE pipe shall have the beads removed from the interior of the fused joints. K. A sufficient length of HDPE pipe shall be pulled past the exit point and left before the entry point to allow for relaxation. L. HDPE pipe shall have mechanical joint adapters to connect to the pipe on either side of the directional drills. Mechanical joint adapter used is to match HDPE pipe manufacturer requirements for connection to ductile iron pipe. M. HDPE shall have sufficient time for relaxation before connecting to the pipe on either side of the direction drill. 3.4 FUSING OF HDPE PIPE A. Standard practice for HDPE fusion shall follow the recommendations from the latest revision of ASTM 2620, ISO 21307 or industry standard international practices. B. DBF to handle pipe and fusing operations with care. Fuse joints must be protected from rain, water and dust during fusing operations until the joint has cooled down. C. DBF must use data loggers to monitor fusing and provide fusing data results to ENGINEER prior to pulling or installation of the pipe. D. Fusing beads must be inspected and shall show a clean fuse and be visually acceptable as required by ASTM 2620. 3.5 EXISTING UTILITIES A. The Drawings show existing buried utilities that are believed to be near the directional drill alignment. There is no guarantee that these utilities are located as shown or that other utilities may be present. It is the DBF's responsibility to locate all utilities or other subsurface obstructions that may interfere with the work. B. Utility lines and structures indicated on the Drawings which are to remain in service shall be protected by the DBF from any damage as a result of the operations. Where utility lines or structures not shown on the drawings are encountered, the DBF shall report them to the OWNER before proceeding with the Work. The DBF shall bear the cost of repair or replacement of any utility lines or structures which SECTION 02410 INSTALLATION OF PIPE BY DIRECTIONAL DRILL TECHNIQUE . are broken or damaged by the DBF's operations. C. All utilities in close proximity to the drill pilot bore, back ream or carrier pipe installation must be exposed through a "pot-hole" or other opening, in accordance with state utility locate laws and regulations, to ensure, through visual inspection, that the drill, reamer or pipe has caused no damage to the utility and maintains adequate clearance. 3.6 TESTING A. DBF is required to perform a pressure test prior to installation of pipe. A leakage test in accordance with Contract Documents shall also be performed post pulling. All leakage tests shall be completed and approved prior to placing of permanent resurfacing. When leakage exceeds the amount allowed by the Specifications, the DBF, at its expense, shall locate the leaks and make the necessary repairs or replacements in accordance with the Specifications to reduce the leakage to the specified limits. Any individually detectable leaks shall be repaired, regardless of the results of the tests. B. Leakage Tests: The leakage testing shall be as follows: 1. All PVC and DIP pressure test (force mains and water mains): pressure mains shall be hydrostatically pressure tested for a period of not less than 2 hours at 150 PSI with an allowable leakage not to exceed the formula: SD(P)1⁄2 L = 148,000 L = Allowable leakage in gallons per hour S = Length of pipe in feet D = Nominal diameter of pipe inches P = average test pressure during test in pounds per square inch All testing is to be in accordance with AWWA C605. C. HDPE pressure test shall be comprised of two phases as follows: 1. Pre-pressure Testing Phase a. Safety precautions shall follow ASTM F2164. b. Fill the test section slowly. Purge all air. Take all appropriate precaution to ensure that no air is trapped in the test section. Use air release valves or corporation stops to allow bleeding of trapped air, prior to beginning the test. Allow the test section and the test liquid to equalize to a common temperature. 2. Initial Expansion Phase (4 hours) a. When the test section is completely filled and purged of air, gradually increase pressure in the test section to the required maximum pressure as determined by ENGINEER. b. Add make-up water as necessary to maintain maximum test pressure for a minimum of 4 hours. c. If test pressure cannot be attained, or if it takes an unreasonable long time to reach test pressure, there may be faults such as excessive leakage, entrapped air, or open valves, or the pressurizing equipment SECTION 02410 INSTALLATION OF PIPE BY DIRECTIONAL DRILL TECHNIQUE may be inadequate for the size of the test section. If such faults, exist, discontinue pressurizing, and correct them before continuing. 3. Test Phase (1 hour) a. Reduce the pressure by 10 psi and monitor pressure for 1 hour. Do not increase pressure or add make-up water. b. If no visual leakage is observed and pressure during the test phase remains steady, within +/- 5 psi, for the 1-hour test period, a passing test is indicated. c. If retesting is necessary, depressurize the test section and correct any faults or leaks in the test section. Do not attempt to correct faults or Dix leaks while the test section is under pressure. d. The rime required to pressurize, stabilize, hold test pressure, and depressurize should not exceed 8 hours. If re-testing is necessary: the test section should be depressurized for 8 hours prior to retesting. 3.7 COMPLETION OF DIRECTIONAL DRILLING A. Completion and successful testing of the approved pipe will entitle the DBF to full payment of the applicable amounts in the Contract. In the event of failure to install the directional drilled pipelines, the DBF shall retain possession of any DBF-supplied pipe and remove it from the site. The bore holes shall be completely filled with grout to prevent future problems. If the pipe cannot be removed from the bore hole, it shall be cut off five feet below ground and the pipe and annular space shall be grouted. END OF SECTION 02410 SECTION 02510 CONCRETE SIDEWALK . PART 1 GENERAL 1.1 RELATED DOCUMENTS A. All applicable provisions of the Bidding and Contract Requirements, and Division 1- General Requirements shall govern the WORK under this section. 1.2 WORK INCLUDED A. The work specified in this Section consists of the construction of concrete sidewalk in accordance with these Specifications and in conformity with the lines, grades, dimensions and notes shown on the plans. 1.3 RELATED WORK A. Section 02200 – Earthwork. B. Section 02110 - Clearing. C. Section 03010 - Concrete. D. Section 03300 - Cast-In-Place Concrete. E. Section 03370 - Concrete Curing. PART 2 PRODUCTS 2.1 CONCRETE A. Concrete shall be Class I Concrete, with a minimum compressive strength of 3,000 psi in accordance with Section 345, Florida Department of Transportation Standard Specifications for Road and Bridge Construction. 2.2 FORMS A. Forms for this work shall be made of either wood or metal and shall have a depth equal to the plan dimensions for the depth of concrete being deposited against them. They shall be straight, free from warp or bends, and of sufficient strength when staked, to resist the lateral pressure of the concrete without displacement from lines and grade. Forms shall be cleaned each time they are used and shall be oiled prior to placing the concrete. 2.3 SUBGRADE AND GRADING A. Excavation shall be made to the required depth, and the foundation material upon which the sidewalk is to be set shall be compacted to a firm, even surface, true to grade and cross-section, and shall be moist at the time that the concrete is placed. Subgrade shall be compacted to an LBR of 40. 2.4 JOINTS A. Contraction joints may be of the open type or may be sawed. Staking a metal bulkhead in place and depositing the concrete on both sides shall form open type contraction joints. After the concrete has set sufficiently to preserve the width and shape of the joint, tbulkhead shall be removed. After the sidewalk has been finished over the joint, the slot shall be edged with a tool having a 1/2-inch radius. B. If the DBF elects to saw the contraction joints, a slot approximately 1/8-inch-wide SECTION 02510 CONCRETE SIDEWALK and not less than 1-1/2 inches deep shall be cut with a concrete saw after the concrete has set, and within the following periods of time: C. Contraction joints shall be constructed at not more than 20-foot intervals and shall be in place within 12 hours after finishing. PART 3 EXECUTION 3.1 PLACING A. The concrete shall be placed in the forms to the required depth and shall be vibrated and spaded until mortar entirely covers its surface. 3.2 FINISHING A. Screeding: The concrete shall be struck-off by means of a wood screed, used perpendicular to the forms, and floated in order to obtain the required grade and remove surplus water and laitance. B. Surface requirements: The concrete shall be given a broom finish. The surface variations shall not be more than 1/4 inch under a ten-foot straightedge, nor more than 1/8 inch on a five-foot transverse section. The exposed edge of the slab shall be carefully finished with an edging tool having a radius of 1-1/2 inch. 3.3 CURING A. The concrete shall be continuously cured for a period of at least 72 hours. Curing shall be commenced after finishing has been completed and as soon as the concrete has hardened sufficiently, to permit application of the curing material without marring the surface. B. Wet burlap, white-pigmented curing compound, waterproof paper or polyethylene sheets may be used for the curing of grey concrete only. 3.4 COLORED CONCRETE (NOT USED) A. Colored – Conditioned Concrete shall be placed, finished, and cured in strict accordance with applicable requirements of this Section and Sections 03010, 03370, and the requirements of the chosen manufacturer. END OF SECTION 02510 SECTION 02513 ASPHALTIC CONRETE PAVING - GENERAL . PART 1 GENERAL 1.1 RELATED DOCUMENTS A. All applicable provisions of the Bidding and Contract Requirements, and Division 1- General Requirements shall govern the WORK under this section. 1.2 WORK INCLUDED A. This section of the specifications covers the control and general conduct of asphalt paving construction for roads, parking, walks and court areas. B. All work within the right-of-way shall be constructed using materials and methods in accordance with the drawings, City of Fort Lauderdale Public Works Standard Details. C. Provide all labor, materials, necessary equipment, and services to complete the Asphaltic Concrete Paving work, as indicated on the drawings, as specified herein or both, except as for items specifically indicated as "NIC ITEMS". D. Including, but not necessarily limited to the following: 1. Preparation of subgrade. 2. Installation and compaction of base course. 3. Spreading of asphalt surface course. 1.3 RELATED WORK A. Section 02200 – Earthwork. 1.4 TRAFFIC CONTROL A. The DBF shall provide and maintain access to and from all properties along the line of DBF’S work. The DBF shall also provide temporary bypasses and maintain them in a safe and usable condition whenever the public cannot do detouring of traffic to parallel routes without hardship or excessive increases in travel. 1.5 SPECIAL SUBGRADE CONDITIONS A. When special subgrade conditions are encountered for which these "Asphaltic Concrete Paving Specifications" are not applicable, portions of these specifications shall be deleted or revised to provide a properly finished paved surface. A requested revision or deletion of the specifications shall be accompanied with reports and laboratory tests on existing field conditions. Any change from these "Asphaltic Concrete Paving Specifications" shall be approved by the CITY and shall be in effect only for a specified area or paving project. 1.6 QUALITY ASSURANCE A. D.O.T. Standard Specifications. 1. Work and materials shall conform to all applicable requirements of Florida Department of Transportation "Standard Specifications for Road and Bridge Construction – Latest Edition" (referred to herein as D.O.T.). B. American Society for Testing and Materials. 1. ASTM 3515-80 "Standard Specification for Hot-Mixed, Job Laid, Bituminous Paving mixtures." SECTION 02513 ASPHALTIC CONRETE PAVING - GENERAL 1.7 SUBMITTALS A. Provide copies of materials, notarized certificates of compliance signed by material producer and DBF, certifying that each material item complies with, or exceeds, specified requirements. 1.8 JOB CONDITIONS A. Apply prime and tack coats when ambient temperature is above 50 degrees, and when temperature has not been below 35 degrees for 12 hours immediately prior to application. Do not apply when base is wet or contains an excess of moisture. B. Construct asphalt concrete surface course only when atmospheric temperature is above 40 degrees, and when base is dry. Base course may be placed when air temperature is above 30 degrees and rising. 1.9 LOCATIONS, LAYOUT AND GRADES A. Locate and layout paved areas and right-of-ways with reference to benchmarks, property lines or buildings according to the drawings and as accepted by the CITY. B. Determine locations of paved edges and right-of-way line from surveyor's permanent reference monuments and information on the drawings. C. Where permanent reference monuments are not available, obtain proper line locations from authorities having jurisdiction. D. Establish and maintain required lines and elevations. PART 2 PRODUCTS 2.1 FILL A. All fill shall be clean rock and sand (maximum rock size = 1 inch). B. Fill shall be compacted thoroughly as per Section 02200 - Earthwork. 2.2 LIMEROCK A. Limerock shall be obtained from pits for which all overburden has been removed previous to blasting and shall show no tendency to air slake and must undergo the following chemical requirements. Percent Carbonates of Calcium Min. 70.0 (Miami Limerock) and Magnesium 95.0 (Ocala Limerock) Oxides of Iron and Aluminum Max. 2.0 Organic Matter Max. 0.5 1. Any constituents of other than those listed above shall be silica or inert material. 2. The material shall be crushed to such size that not less than 97% shall pass a 3-1/2 inch sieve and it shall be graded uniformly down to dust. All fine material shall consist entirely of dust of fracture. 3. Limerock from on-site may be used if the material meets the requirements of this section of the specifications. B. All limerock shall comply with requirements set forth under D.O.T. Section 911. SECTION 02513 ASPHALTIC CONRETE PAVING - GENERAL . C. Equipment: The equipment for constructing the rock base shall be in first class working condition and shall include: 1. Three-wheel roller weighing not less than ten tons. 2. Self-propelled blade grader weighing not less than three tons. The wheelbase shall be not less than fifteen feet and blade length not less than ten feet. 3. Scarifiers shall have teeth space not to exceed 4-1/2 inches. a. Provision for furnishing water at the construction site by tank or hose at a rate not less than 50 gallons per minute. 2.3 PRIME COAT A. Prime coat shall be Grade RC-70, cut-back asphalt, D.O.T. Section 916-2. B. Prime coat shall have full compatibility with surface treatment asphalt. C. The bituminous material shall conform to the requirements of the Florida Department of Transportation Standard Specifications for Road and Bridge Construction, Section 300- 2. D. The sand for cover shall be clean dry sand. 2.4 TANK COAT A. The bituminous material to be used for the tack coat shall conform to the requirements of the Florida Department of Transportation Standard Specifications for Road and Bridge Construction, Section 300-2. 2.5 ASPHALT A. The asphaltic concrete surface course shall be in accordance with the City of Fort Lauderdale, Florida Department of Transportation Standard Specifications for Friction Course, Superpave, Type S-1 and Type S-3, Asphaltic Concrete Surface Course. B. Pavement within public road right-of-way, which has been disturbed by this construction, shall be replaced with the same type and thickness to match the existing pavement section. C. General composition of mixtures: 1. The aggregate in the asphaltic concrete shall be crushed stone and manufactured sand screening of natural sand or combination of both when necessary to meet requirements of composition of mix. All aggregate shall have a Los Angeles abrasion loss of less than 40%. 2. The mineral aggregate shall be so graded, and the prescribed constituents, prepared as hereinafter set out, shall be combined in such proportions as to produce a mixture conforming to the following general composition limits by weight: SECTION 02513 ASPHALTIC CONRETE PAVING - GENERAL Constituent Passing Sieve S-1 Percent by Weight S-3 Percent by Weight Coarse Aggregate 3/4" 1/2" 3/8” No.4 100 80-100 75-93 47-75 100 100 88-100 60-90 Total Coarse Aggregate No.10 31-53 40-70 Fine Aggregate No.40 No.80 19-35 7-21 20-45 10-30 Filler No.200 2-6 2-6 Constituent Percent by Weight Percent by Weight Total Fine Aggregate and Filler No. 10 100 100 Total Mineral Aggregate 100 100 Total Mix 100 100 Asphalt Cement 5-9* (Bitumen) Total Mix 100 *For highly absorptive aggregates the upper limit may be raised. 2.6 SEAL COATING A. Homogeneous mixture of emulsified coal tar pitch, asbestos, sand and other inert fillers. It shall be easily remixed if settlement occurs in storage (except in the case of freezing). It shall be capable of application and complete coverage by rubber squeegee, brush, or approved mechanical method, to the surface of bituminous pavements at the spreading rate of point two (.2) to point three (.3) gallons per square yard in two (2) coats. B. Approved product: "TARFEX" manufactured by Bitucote Products Co. or approved equal. PART 3 EXECUTION 3.1 BARRICADES A. Provide substantial temporary barricades around all areas of operation and maintain until work under this section is completed and approved. B. Install temporary traffic markers, signals, and signs as per the City of Fort Lauderdale requirements for: 1. Eliminate potentially hazardous conditions. 2. Maintain adequate traffic patterns free of conflict with work under this Contract. 3.2 PREPARATION OF SUBGRADE SECTION 02513 ASPHALTIC CONRETE PAVING - GENERAL . A. This work consists of bringing the bottom of excavations and top of embankments of the roadway between the outer limits of the shoulders or base course to a surface conforming to the grades, lines, and cross sections shown on the plans. The subgrade shall be of uniform density ready to receive the rock base of the paving course. B. All soft and yielding material and other portions of the subgrade which will not compact readily shall be removed and replaced with suitable material and the entire subgrade brought to line and grade to provide a foundation of uniform compaction and supporting power. C. Stumps, roots, and other deleterious organic matter encountered in the preparation of the subgrade shall be removed. D. Where fills are required on areas covered or partly covered by existing paving, the entire area of such existing paving shall be scarified to a depth of at least six inches, and the scarified material spread evenly over the area to be filled to a width not less than that of the proposed paving. E. Material for fills shall consist of sand or other suitable material approved by the CITY free from stumps, roots, brushes, and other deleterious organic matter. F. Where fill is more than one foot (1 foot) in depth, the backfill material above the ground water table shall be compacted on one (8 inch) depth lift. Each individual layer of fill under the rock base shall have a density as specified in Section 02200, Paragraph 3.14.I. unless shown otherwise on the plans. Each individual layer of fill under the shoulder area shall have a density as specified in Section 02200, Paragraph 3.14.I., unless shown otherwise on the plans. G. The bottom of all excavated areas and the top of all fills where rock base is to be constructed shall be thoroughly compacted by rolling. Water shall be used to insure thorough compaction. The stability of the top 12 inch thickness of the subgrade immediately under the base, for the full base width plus six (6) inches on each side, shall be at least LBR 40 as determined by AASHTO T-180. H. Bring subgrade, which has been properly filled and shaped to a firm unyielding surface, by rolling an entire area with an approved vibratory power roller weighing a minimum of 10 tons. 1. Thoroughly compact area inaccessible to the roller with approved hand tamper. 2. Apply water sufficiently to compact the subgrade where the subgrade is of a dry, sandy nature and cannot be rolled. I. The subgrade shall be maintained free from ruts, depressions or other irregularities until rock base material is spread. J. For all roads and streets other than state highways, the stabilized subgrade shall have a minimum Limerock Bearing Ratio (LBR) of 40, unless otherwise noted on the plans. K. Where the bearing value of the existing subgrade is adequate without addition of stabilizing material, the subgrade shall be scarified and disked, harrowed, bladed or tilled for removal of boulders, roots, etc. to assure uniformity and thorough mixing of material to the full width and depth of required stabilization. The compacted subgrade shall conform to the lines, grades and cross-section shown SECTION 02513 ASPHALTIC CONRETE PAVING - GENERAL on the plans. L. Test subgrade for crown and elevation after preparation and immediately before base of paving course is laid. 1. Remove or add material and compact to bring to a correct elevation and uniform bearing if the subgrade is found not to be at the specified elevation at all points. 2. Adjust the MAS rims, catch basin frames and valve boxes where necessary to match proposed finish grade. 3.3 CONSTRUCTION OF BASE COURSE A. This work consists of construction of lime rock base course for the asphaltic concrete wearing surface. The base course shall be constructed on the prepared subgrade with eight (8) inch thick limerock bases constructed in two four-inch lifts as shown on the drawings. Twelve (12) inch thick limerock bases shall be constructed in two six-inch lifts. The limerock base shall be a minimum LBR of 100 and shall extend six (6) inches beyond the edge of the asphaltic concrete on each side. B. Spreading Rock: The rock shall be transported to the points where it is to be used over rock previously placed, and dumped on the end of the preceding spread. It shall then be spread uniformly with hand tools, or mechanical equipment. In no case shall rock be dumped directly on the subgrade. No hauling shall be done over the subgrade. C. Compacting Rock 1. Following spreading, the rock shall be rolled with a three-wheel roller weighing not less than ten tons, water being added as required, until the entire depth of base is compacted into a dense unyielding mass. 2. No greater area of rock base shall be placed during any one day than that which can be rolled and compacted on the same day. D. Finishing Base 1. After watering and rolling, the entire surface shall be thoroughly scarified to a depth not less than four inches (4") and shaped to exact crown and cross section, re-watered and again thoroughly rolled. Rolling shall continue until the entire depth of base is bonded and compacted into a dense, unyielding mass, true to grade and cross section. a. Any irregularities, which may develop in the surface during such finishing, shall be corrected by the removal or addition of rock as the case may be. b. If at any time the subgrade material becomes churned up and mixed with the base rock, the DBF shall dig out and remove the mixture, reshape and compact the subgrade and replace the materials removed with clean rock which shall be watered and rolled until satisfactorily compacted. c. Where cracks or checks appear in the base either before or after priming, which in the opinion of the CITY would impair the structural efficiency of the base course, the DBF shall remove such cracks or checks by re- SECTION 02513 ASPHALTIC CONRETE PAVING - GENERAL . scarifying, reshaping, watering, rolling and adding rock where necessary. d. During final compacting operations, if grading of any areas is necessary to obtain the true grade and cross section, the compacting operations for such areas shall be completed prior to making the density tests on the finished base. E. Inferior Rock: If in the opinion of the CITY at any time during the progress of the work, rock of inferior quality is being delivered to the construction site, a laboratory analysis of the rock shall be made. Should the results of such tests indicate that the rock does not conform to specifications, the DBF shall, at DBF’s own expense, remove such inferior material from the area indicated and deliver and spread satisfactory rock on said area. F. Testing Surface: The finished surface of the rock base shall be true to the required cross section. Any irregularities in the grade greater than 1/4 inch, as determined by placing a ten-foot straight edge parallel with the centerline, shall be corrected by scarifying to a depth of three inches (3"), removing or adding rock as may be required and again watering, rolling, and compacting the scarified area. In testing the surface for irregularities, the measurements under the straight edge shall not be taken in small holes caused by individual pieces of rock having been pulled out by the road grader. G. Thickness Determination: Thickness of the base shall be measured by intervals as required by the CITY. Measurements shall be taken at various points on the cross section. The measurements shall be taken in holes through the base of not less than three inches (3") in diameter. Where the base is more than 1/2 inch less than the required compacted thickness, the DBF shall correct such areas by scarifying and adding rock. The affected areas shall then be watered, rolled and brought to a satisfactory state of completion, and of required thickness and cross section. H. Density: An average required density shall be as specified in Section 02200, Paragraph 3.14.I at intervals acceptable to the OWNER. No section of base shall be accepted when more than 10% of tests fall below 98% of maximum density and in no case shall a density of less than 96% of maximum be accepted. I. Testing: The DBF shall coordinate with CITY for all testing. All tests shall be made in accordance with AASHTO, T-180 for each class of material in the subgrade and base. 1. In place density tests in accordance with AASHTO T-147 shall be made in the locations shown on the plans. Two copies of the test reports will be sent directly to the CITY for evaluation. 2. Any material, which fails to meet these specifications, shall be removed, replaced, and retested, all at the DBF's expense. 3. Tests shall be taken at least every 1,000 square yards and taken at locations and lifts as directed by the CITY. 3.4 PRIME COAT FOR BASE COURSE A. Cleaning the prepared base: SECTION 02513 ASPHALTIC CONRETE PAVING - GENERAL 1. Before any bituminous material is applied, all loose material: dust, dirt, caked coat shall be applied sufficiently in advance of the laying of the wearing clay and foreign matter which might prevent proper bond with the existing surface shall be moved to the shoulders, to the full width of the treatment, by means of revolving brooms or approved mechanical sweepers and by mechanical blowers, of approved types, supplemented by hand sweeping. Dust and other loose materials not removed by mechanical means shall be removed with hand brooms. Particular care shall be taken to clean the outer edges of the strip to be treated in order to ensure that the prime coat will adhere. Sweeping and blowing shall be continued until all the loose dust and dirt is removed from the surfaces. 2. Application of bituminous material shall be made during the same day surface has been swept and as soon as practical thereafter. B. Application for prime coat: 1. The bituminous material shall be applied to the clean dry surface of the rock base at such temperature as will insure uniform distribution. The amount applied will be at the rate of approximately 0.10 to 0.20 gallons per square yard of base area. The application shall be made by means of self-propelled pressure distributor operating under a pressure not less than 20 pounds per square inch. Application of bituminous material shall be made on only one- half of the width of base at one time. 2. The primed base shall then be covered with a uniform layer of clean sand and kept thoroughly and uniformly covered by additional sand or sweeping until it shows no signs of picking up under traffic. For a period of one week after priming, the DBF shall again broom any area where insufficient cover sand or excess of bituminous material causes "bleeding" and, if necessary, spread additional sand on such area. C. Prime coat finish: After prime has cured or sat and been sanded, the shoulder shall be shaped to conform to all grade lines and cross sections and the entire area shall be rolled and compacted with a rubber-tired roller or a power roller before asphalt surface is laid on the finished base. 3.5 BITUMINOUS TACK COAT A. Before applying any bituminous material, all loose material: dust, dirt and foreign material, which might prevent proper bond with the existing surface, shall be removed for the full width of the application. B. Application for tack coat: 1. The surface to receive the tack coat shall be clean and dry. The tack coat shall be clean and dry. The tack coat shall be applied with a pressure distributor except that on small jobs, if approved by the CITY, the application may be made by other approved mechanical methods or by hand methods. The pressure distributor shall operate at a pressure not less than 20 pounds per square inch and at a consistency such that it can be properly pumped and sprayed uniformly over the surface. 2. The bituminous material shall be applied in a thin uniform layer. The rate of application shall be between 0.02 and 0.10 gallon per square yard. The tack SECTION 02513 ASPHALTIC CONRETE PAVING - GENERAL . surface to permit drying but shall not be applied so far in advance that it might lose adhesiveness as a result of being covered with dust or other foreign material. The tack coat surface shall be kept free from traffic until the wearing surface is laid. 3.6 ASPHALTIC CONCRETE WEARING SURFACE COURSE A. Cleaning and preparing base: 1. Prior to the laying of the asphaltic concrete, the base of pavement to be covered shall be cleaned of all loose deleterious material by the use of power brooms or blowers. A tack coat shall be applied on all pavements. The tack coat shall not be applied so far in advance of laying operations as to allow shifting and sand or weather conditions to nullify its effectiveness. 2. After the surface has been thoroughly cleaned, all holes shall be filled with asphaltic concrete, if necessary, and thoroughly compacted to conform to the existing surface and to form a smooth surface. B. Placing asphaltic concrete: The asphaltic concrete surface course shall be applied after the tack coat after a reasonable permitted time for drying but not to an extent that the tack coat is allowed to lose its adhesiveness. 1. Machine spreading: Upon arrival the mixture shall be dumped into the approved mechanical spreader and immediately spread and struck off to the full width required and to the appropriate loose depth for each successive course that when the work is completed the required weight of the mixture per square yard or the specified thickness will be secured. An excessive amount of mixture shall be carried ahead of the screen at all times. Hand raking shall be done behind the machine as required. 2. Hand spreading: In limited areas, where, on account of irregularities or unavoidable obstacles, the use of mechanical spreading and finishing equipment is impractical, the mixture may be spread by hand, when so authorized by the CITY. 3. The mixture shall be laid only when the surface to be covered is dry and only when weather conditions are suitable. 4. All structures which will be in actual contact with asphaltic mixture, including the face or surface of curbs or gutters and the vertical faces of existing pavements, shall be painted with a uniform coating of asphalt material to provide a closely bonded, watertight joint. 5. Where necessary, due to the traffic requirements, the mixture shall be laid in strips in such manner as to provide for the passage of traffic. 6. Any mixtures caught in transit by a sudden rain may be laid at the DBF's risk. In no case shall the mixture be laid while rain is falling or when there is water on the surface to be covered. 7. The depth of the layer being spread shall be gauged as directed, and where the thickness fails to average the specified thickness, immediate steps shall be taken to correct the depth. 8. Before any rolling is started, the course surface shall be checked, any inequalities adjusted, and all drippings, fat sand accumulations from the SECTION 02513 ASPHALTIC CONRETE PAVING - GENERAL 6. In all places inaccessible to a roller, such as adjacent to curbs, headers, screed and fat spots from any source shall be removed and replaced with satisfactory material. 9. Straight-edging and back patching shall be done after initial completion has been obtained and while the material is still hot. Any irregularity greater than 1/4 inch either longitudinally or transversely shall be corrected at this time. 10. No skin patching shall be done. When a depression is to be corrected while the mixture is hot, the surface shall be well scarified before the addition of fresh mixture. If irregularities occur and are not corrected while the mixture is still hot, the irregularities shall be cut out the full depth of the layer and replaced with fresh mixture. C. Compacting mixture: After the spreading, the mixture shall be rolled when it has set sufficiently or come to the proper condition to be rolled, and when the rolling does not cause undue displacement or shoving. 1. The motion of the roller shall at all times be slow enough to avoid displacement and shall at once be corrected by the use of rakes and fresh mixture where required. The rolling shall include all transverse, longitudinal, and diagonal rolling, as may be necessary to obtain the maximum density. 2. The seal rolling with tandem steel rollers weighing from five to eight tons shall follow as close behind the spreader as is possible without picking up or displacing or blistering the material. 3. Rolling with the self-propelled pneumatic-tired rollers shall follow as soon as possible and as close behind the seal rolling as the heat of the mixture will permit. The rolling shall be done while pavement temperature is between 175o and 240oF, and to such an extent that the self-propelled traffic roller shall cover every area of the surface with at least ten passes. Final rolling with tandem steel rollers shall be done after the rolling with self-propelled pneumatic tired rollers is completed. This final rolling shall be done before the pavement temperature is lower than 175oF and shall be continued until all roller marks or tire marks are eliminated. 4. Self-propelled pneumatic rollers shall be used for the rolling of patching and leveling courses. At the option of the DBF, a steel-wheeled roller may be used to supplement the self-propelled pneumatic-tired rollers but not more than one steel-wheeled roller may be used in conjunction with the necessary number of self-propelled pneumatic- tired rollers. After final completion, the finished pavement shall at no point have a density less than 95% of the laboratory compacted density. 5. Rolling with the self-propelled pneumatic-tired roller shall proceed at a speed from six to twelve miles per hour and the rate of rolling shall not exceed 3,000 square yards per hour per roller. A sufficient number of self-propelled pneumatic-tired rollers shall be used so that the rolling of the surface for the required number of 10 passes within this maximum rolling rate shall not delay any other phase of the placing operation and not result in excessive cooling of the mixture before the rolling is complete. In the event that the rolling is not properly maintained to schedule as outlined above, the laying operation shall be discontinued until the rolling operations are sufficiently caught up. SECTION 02513 ASPHALTIC CONRETE PAVING - GENERAL . gutters, bridges, MAS, etc., the required compaction shall be secured with tamps. Depressions, which may develop before the completion of the rolling, shall be remedied by loosening the mixture laid and adding new material to bring such depressions to a true surface. 7. Should any depressions remain after final compaction has been obtained, the mixture shall be removed sufficiently, and new material added to form a true and even surface. All high spots, high joints and honeycombs shall be adjusted as directed by the CITY. 8. The mixture, after compaction, shall be of the thickness shown on the plans. After compactions, at no place on the surface shall an excess of asphalt be shown and any area showing such excess or other defect, shall be cut out and replaced with fresh mixture and immediately compacted to conform with the surrounding area. Any mixture which becomes loose or broken, mixed with dirt in the wearing course shall be removed and replaced with fresh mixture which shall be immediately compacted to conform with surrounding areas. 9. Gasoline or oil from rollers shall not be allowed to deposit on the pavement and any pavement damaged by such deposits shall be removed and replaced as directed by the CITY. 10. Any mixture remaining unbonded after rolling shall be removed and replaced. D. Protection of pavement: After the completion of the pavement, no vehicular traffic of any kind shall be permitted on the pavement until it has set sufficiently as approved by the CITY. 3.7 ABUTTING EXISTING PAVING A. Meet elevation of existing paving and structures, facilities and utilities where applicable by sawcutting and removing no less than two (2) feet from abutment. Milling of asphalt for a width of two (2) feet is an alternative if approved by CITY. Do not cover access covers, MAS tops, water meters or other similar devices. 3.8 PAVEMENT EDGES A. Make edges of paved area conform to details and sections as shown on drawings. 3.9 SEAL COATING A. Preparation of surface: Pavement to be sealed must be sound and free of loose dust, dirt, stones, or other foreign matter: 1. Repair any breaks or holes. 2. Scrape off accumulations of oil or fuel drippings and scrub with detergent and water. Remove all traces of detergent. 3. Soft or damaged spots must be repaired. 4. Flush entire area with clean water. 5. Pavement should be damp (no puddles or excess water) when seal coating is applied. B. MIXING: Stir seal coating to a uniform consistency, use no solvents for thinning. Dilute seal coating with ten (10) percent to twenty (20) percent clean water, stirring SECTION 02513 ASPHALTIC CONRETE PAVING - GENERAL to uniform consistency. C. Application: 1. Seal coat may be applied to dampened surface with a rubber squeegee, soft bristled push broom, or approved mechanized equipment. 2. Seal coating may be poured directly onto pavement in a ribbon or window. Squeegee is placed on pavement at a slight angle to edge line of pavement and pulled in a window along pavement in parallel lines, always working excess material toward bottom edge of squeegee. 3. Seal coating should be applied in two (2) thin coats. After first coat is completely dry to touch, a second coat may be applied at right angles to the first. Rate of application will depend on porosity of surface. 4. Allow to cure for twenty-four (24) hours before opening to traffic. 5. Do not apply seal coating when temperature is below fifty (50) degrees Fahrenheit, or falling, before sealer is dry, or rain appears imminent or forecast. 6. Apply in strict accord with manufacturers published instructions. 3.10 FIELD QUALITY CONTROL A. Test in place asphalt concrete course for compliance with requirements for thickness and surface smoothness. Repair or remove and replace unacceptable paving as directed by OWNER's Representative. 1. In-place compacted thickness will not be acceptable if exceeding following allowable variation from required thickness: a. Base Course: Not greater than 1/2 inch of specified thickness. b. Surface Course: Not greater than 1/4 inch of specified thickness. 2. Test finished surface of each asphalt concrete course for smoothness, using 10-foot straight edge applied parallel with, and at right angles to centerline of paved area. Surfaces will not be acceptable if exceeding the following tolerances for smoothness. a. Base Course Surface: 1/4 inch. b. Wearing Course Surface: 1/8 inch. B. Check surface area at intervals as directed by the CITY. C. Finish grade shall be within +0.01 feet of the grades indicated on the plans or + 0.05 feet as long as no ponding of water is observed after final paving. 3.11 CLEAN UP A. Remove all debris and excess material immediately from project site. B. Take down all barricades and temporary traffic markers, signals and signs only after all work included in this section is finished and inspected, and only after so directed by the CITY C. Leave project area clean, orderly and free of any hazardous conditions. 3.12 CONSTRUCTION OF SWALES A. This work consists of regrading existing swales and construction of new swales adequate for conveying storm water along the right-of-way to catch basins. The SECTION 02513 ASPHALTIC CONRETE PAVING - GENERAL . swale shall be shaped according to the cross section shown on the plan. In areas adjacent to e x i s t i n g roadways all swales shall be regraded to meet the City of Fort Lauderdale standards, unless otherwise noted. B. Requirements: All soft and yielding material and other portions of the swale which will not compact readily shall be removed and replaced with suitable material and the entire swale area brought to the proper grade. Stumps, roots, and other deleterious organic matter encountered during the shaping for the swale shall be removed. C. The bottom of all excavated areas and the top of all fills of swale areas shall be thoroughly compacted by rolling. Water shall be used as necessary to insure thorough compaction. The stability of the top 12-inch thickness of swale area shall be at least LBR 40. Sufficient stabilizing material shall be added to swale area soil as required to provide the specified stability. D. The DBF shall place sod over existing areas damaged by construction. The sod shall match the existing sod type in the affected areas. END OF SECTION 02513 SECTION 02601 SUBTERRANEAN STRUCTURES PART 1 GENERAL 1.1 RELATED DOCUMENTS A. All applicable provisions of the Bidding and Contract Requirements, and Division 1-General Requirements shall govern the WORK under this section. 1.2 WORK INCLUDED A. The work covered by this section shall include the furnishing of all labor, equipment, services, materials, products, and tests to perform all operations in connection with the construction of all new structures or modifications or abandonment of existing structures as shown on the plans, defined in these specifications and subject to the terms and conditions of this contract, including, but not limited to, maintenance access structures (MAS), conflict structures, catch basins, and inlets. 1.3 RELATED WORK A. Section 02200 – Earthwork B. Section 02221 - Excavation and Backfilling for Utilities 1.4 SUBMITTALS A. The DBF shall furnish the CITY shop drawings of the precast drainage structures and MAS for approval. Shop drawings should illustrate all dimensions, reinforcements and specifications. PART 2 PRODUCTS 2.1 MORTAR A. Mortar for use in constructing and plastering sewer structures shall conform to ASTM C-270, "Specifications for Mortar for Unit Masonry". A Portland cement- hydrated lime mixture or a masonry cement may be used provided that the same materials are used throughout the project. B. Mortar materials shall be proportioned by volume and shall consist of one-part Type II Portland Cement to two parts aggregate (sand). Portland Cement shall conform to ASTM C- 150, "Specifications for Portland Cement". Aggregate shall conform to ASTM C-144, "Specifications for Aggregate for Masonry Units." 2.2 PRECAST CONCRETE MAS A. Precast MAS sections shall conform to ASTM C-478, Specifications for Precast Reinforce Concrete MAS Sections as modified thereto. Concrete shall attain a minimum compressive strength of 4,000 pounds per square inch at 28 days. Minimum wall thickness shall be 8 inches. B. Unless otherwise specified on the plans, all joints shall be made with neoprene or rubber "O" ring compression joints; mastic joint sealing compound, or approved equal. After assembly, all joints shall be filled with mortar and painted to provide a smooth surface without joint voids. C. The base and walls that compose the bottom section of precast MAS shall be of monolithic construction, minimum 8 inches thick, and the edge of the base slab shall project a minimum 4 inches beyond the outside diameter of the wall. SECTION 02601 SUBTERRANEAN STRUCTURES D. Holes for piping shall be 6 inches larger than the outside diameter of the respective . pipe. After the pipe is set, the void space between the pipe and the hole perimeter shall be completely filled with non-shrinking, quick-setting, waterproof cement mortar and struck smooth. E. The minimum height of precast base section shall be 36 inches from the bottom of the base slab; however, no holes for piping shall be cast less than 8 inches from the top of the base section or less than 2 inches from the top of the base slab. F. The maintenance access structure walls shall be coated inside and outside with 2 coats of coal tar epoxy. The first coat shall be red and the second coat shall be black. Each coat shall have a thickness of 8 mil for a total thickness of 16 mil outside and 16 mil inside. 2.3 ENDWALLS, CATCH BASINS, INLETS, JUNCTION BOXES AND VALVE VAULTS A. Endwalls, valve vaults, catch basins, inlets and junction boxes shall be constructed at the locations shown and to the dimensions indicated on site plans. Unless otherwise specified on the plans, inlets, junction boxes, catch basins, valve vaults and similar structures may be constructed of brick, concrete block, poured concrete or precast concrete. Precast catch basins shall conform to latest Portland Cement Association specifications. Concrete shall have not less than 4,000-pounds per square inch compressive strength at 28 days. B. Unless otherwise specified on the plans, all concrete for these structures shall be Class I concrete as specified in the Florida Department of Transportation "Standard Specifications for Road and Bridge Construction", latest revision, Section 345. Mortar for use in constructing and plastering shall be as previously set forth in this section. C. Brick shall be solid hard-burned clay conforming to ASTM Serial C-32-73, Grade MA. Concrete brick shall conform to ASTM Serial C-55-75, Grade P-I. Concrete block shall conform to ASTM Serial C-90-78, Grade PI. D. All brick or concrete block structures covered in this Section shall be plastered inside and outside with 1/2 inch of cement mortar. Inside surfaces shall be smooth and even. E. Base slabs and walls of concrete structures shall be constructed in a continuous pour between expansion joints. F. For each grate type inlet, two layers of Mirafi 140 fabric of "Poly Filter X" polypropylene material or approved equal, shall be sandwiched between 2 x 2 x 10/10 welded wire fabric cut to the grate size and attached to the underside of the grate. The sandwiched filter material shall be wired to the cross members of the grate each way on 4-inch centers. After inlet construction and the roadway construction is completed and the project site work (including landscaping) has been established, the filter material and fabric shall be removed with any retained silt or sand. 2.4 CASTINGS (INCLUDING FRAMES, COVERS AND GRATINGS) A. Iron castings shall conform to ASTM A-48, "Specifications for Gray Iron Castings", and shall be Class 30. Frames and grates may be Class 20. SECTION 02601 SUBTERRANEAN STRUCTURES B. All castings shall be made of clean, even grain, tough grey cast iron. The castings shall be smooth, true to pattern and free from projections, san holes, warp and other defects. The horizontal surface of the frame cover seats and the under surface of the frame cover seat which rests upon the cover seat shall be machined. After machining, it shall not be possible to rock any cover that has been seated in any position in its associated frame. Machining shall be required only on those frames and covers intended for vehicular traffic. C. Bearing surfaces between cast frames, covers and grates shall be machined and fitted together to assure a true and even fit. Within areas of vehicular traffic, the frames, covers and gratings shall be machined-ground so that irregularity of contact will be reduced to a minimum and will be rattle-proof. D. All MAS covers shall be provided with concealed pick holes. Manufacturer's name and catalog number shall be cast on all frames, covers, grates, etc. Covers shall be lettered "Storm Sewer" or "Sanitary Sewer" as applicable and shall be plainly visible as shown on the plans. The MAS frames and covers shall be flush with finished grade. E. Grates and covers for inlets shall be as shown on the plans, set to the grades indicated and conforming with the requirements of the castings described above. Grates shall be furnished complete with frames specifically constructed to provide full bearing at all points of contract. PART 3 EXECUTION 3.1 CHANNELS A. Channels shall be accurately and smoothly formed in accordance with the plans. Channels shall be constructed of concrete with trowel-finished surfaces. The upper surface of the MAS shall be sloped toward the channels as shown. B. Drop pipe at sanitary sewer MAS shall be installed when the difference in elevation between the pipe invert and the invert at the center of the MAS exceeds two feet (2'), or where directed by the CITY. The drop MAS structure shall be built according to the plans and specifications. C. After channels are formed and section joints are pointed, the interior of the sanitary sewer MAS shall be painted with two coats of Koppers Bitumastic 300-M (7 mils per coat) or approved equal. The exterior shall be painted in a similar manner, if required by local regulations. D. Storm drainage structures are not required to be painted inside or outside. Provide finish and water proofing as specified in 3.02 and 3.03 below. 3.2 BRICKS A. All bricks shall be thoroughly wetted before being laid. Brick shall be laid by the above shove joint method so as to bond them thoroughly into the mortar. Headers and stretcher courses shall be so arranged as to bond and mass thoroughly. Joints shall be finished smooth and shall be not less than 1/4 inch or more than 1/2 inch in thickness. 3.3 MANHOLES AND OTHER STRUCTURES SECTION 02601 SUBTERRANEAN STRUCTURES . A. All joints shall be finished watertight; all openings for sewers, frames, etc., in precast MAS and catch basins shall be cast at time of manufacture. Spaces around all piping entering or leaving MAS shall be completely filled with Embeco mortar or approved equal. B. All MAS shall be set plumb to line and grade and shall rest on a firm carefully graded subgrade which shall provide uniform bearing under base. C. Grout for MAS bottoms shall consist of broken block, brick and 2:1 cement mortar. 3.4 CLEANING AND MAINTENANCE A. All structures shall be cleaned and maintained in workable condition until accepted by the CITY. 3.5 ABANDONMENT OF EXISTING STRUCTURES IN PLACE A. All structures shown on the drawings to be abandoned in place shall be removed to a minimum of 3 feet below existing grade and properly filled with material as in section 02200 paragraph 3.14. Excavation, backfill, and restoration shall be executed in accordance with requirements for removing existing and installing new structures. END OF SECTION 02601 SECTION 02603 PUMP STATION AND FORCEMAIN . PART 1 GENERAL 1.1 RELATED DOCUMENTS A. All applicable provisions of the Bidding and Contract Requirements, and Division 1- General Requirements shall govern the WORK under this section. 1.2 WORK INCLUDED A. The DBF shall install and place in operation submersible sewage pumps and control panel as indicated on the drawings and specified herein. Pump shoes, guide rails (or bars), brackets and all other equipment shall be supplied and installed by the DBF. B. To assure unity of responsibility, pumps, motors, driving mechanisms and base plate shall be supplied and coordinated by the pump manufacturer. The DBF shall assume responsibility for the satisfactory installation and operation of the entire pumping system C. The work covered by this section consists of furnishing all labor, equipment, services, materials, products, and tests to perform all operations in connection with the construction/installation of forcemain as shown in the design criteria package and defined in the specifications and subject to the terms and conditions of this Contract, including but not limited to the following: 1. Excavation and Backfill 2. Wet Well and Valve Vault 3. Pumps 4. Electrical 5. Force Main (and Tap) 6. Dewatering D. Concrete Protective Liner System for Precast Structures 1. Furnish and install all labor, materials, equipment, and incidentals required to supply polypropylene, random copolymer (PP-R) concrete protective liner in the precast wet wells and valve vault as required and as shown on the plans. The liner system shall be AGRU “Sure-Grip” PP-R Concrete Protective Liner or approved equal polypropylene lining. 2. PP-R concrete protective liner shall be designed and installed to protect the precast structure’s interior surfaces from chemical attack and microbial corrosion, and to facilitate the prevention of ground water infiltration. A watertight seal between the ring and cover, or access hatch, and the liner, must be incorporated into the design. Additionally, the liner must be sealed at the bottom of the concrete structure’s wall with a water stop assembly thermo- welded to the wall liner, or with continuous liner coverage over the top of the base slab. All construction joints must be sealed by extrusion welding the liner seams together to form a continuous and flexible seal between structure sections (Option I), or through the use of a 90-degree liner turnback into the inside horizontal plane of the upper and lower construction joint, and sealed with a butyl, or equal, sealant (Option II). Option II is not recommended for underground structures subjected to high levels of hydraulic backpressure or exposed to a severe corrosive environment. SECTION 02610 PIPING, GENERAL 02610 - 146 1.3 RELATED WORK A. Section 02200 – Earthwork B. Section 02221 - Excavation and Backfilling for Utilities C. Section 02601 – Subterranean Structures D. Section 02610 - Piping – General E. Section 02641 - Valve – General F. Section 02722 - Sanitary Sewerage System G. Section 16010 – Basic Electrical Requirements H. Section 16015 – Electrical Systems Analyses I. Section 16050 – Electrical General Provisions J. Section 16110 – Raceways K. Section 16120 – Wires and Cables L. Section 16405 – Electric Motors M. Section 16452 – Grounding N. Section 16485 – Variable Frequency Drives O. Section 16810 – Control Panels P. Section 16950 – Miscellaneous Equipment 1.4 SUBMITTALS A. The DBF shall submit to the CITY for preliminary approval of the construction materials selected and shall furnish to the CITY shop drawings for review. Shop drawings shall illustrate all dimensions, reinforcements, joint details, materials, and material specifications. B. The DBF shall submit a certificate from the equipment manufacturer stating that the installation of the equipment is satisfactory, that the equipment is ready for operation, and that the operating personnel have been suitably instructed in the operation, lubrication, and care of each unit. C. DBF shall submit a complete wiring schematic for the pump station package. D. Concrete Protection: 1. The DBF shall submit for review a detailed CAD drawing for each type of structure to be used on the project. These drawings shall detail the precast structure, per the design specified for the project, and shall show the concrete protective liner’s placement on the structure’s interior wall surfaces, at the construction joints, at pipe and other conduit connections, and at the adjustment area between the precast structure and the ring and cover. 2. The DBF shall provide, upon request, detailed thermo-welding and weld testing procedures, and supply to the CITY, upon request, a copy of the liner manufacturer’s certification of training for those personnel performing the welding. PART 2 PRODUCTS 2.1 WET WELL, VAULT, AND FORCE MAIN A. Wet well shall be constructed at the location shown and to the dimensions and depths indicated on the plans. DBF to determine final sizing, depth and capacity of wet well. No additional compensation will be provided for larger wet well or vaults SECTION 02603 PUMP STATION AND FORCEMAIN . if required. B. The wet well shall be precast concrete. The base and three (3) feet of the wall shall be cast monolithically. The remaining wall sections shall be cast with wall sleeves for appurtenances located as shown. The top shall be precast with vent and access hatch required. C. Holes for sewer and force main piping shall be 4 inches larger than the outside diameter of the respective pipe. Holes for power cables and control wiring shall be one inch larger than the outside diameter of respective rigid conduit. After pipe is set the void space shall be completely filled with cement mortar and struck smooth. The waterproof hydraulic cement mortar shall be used to provide a leakproof seal around the pipe. D. Wetwell Interior shall be coated with one of the following options: 1. 2 coats of 15 MILS (DFT) each, of a Bitumastic coating (30 MILS DFT, Total). Bitumastic Coating shall be Carboline (Koppers) or approved Equal 2. Sprayed with high build, moisture tolerant, chemical resistant epoxy coating designed to be applied on dry or damp concrete surfaces and yielding a hard durable chemical resistant finish to a pH of 1.0. Epoxy Coating shall be BASF Sewer Guard HBS 100, or other approved material on the BCWWS approved materials list. a. Apply material using a 30:0 or 45:1 airless sprayer to a minimum dry thickness of 60 MILS in two (2) 30 MILS coats. E. Wetwell and Valve Vault exterior shall be coated with two (2), 10MILS (DFT) each coat of a Bitumastic coating (20 MILS Total DFT). Bitumastic coating shall be Carboline (Koppers) 300M or approved equal. F. The valve vault shall be precast. The top shall be the hatch as indicated in the standard details. The walls shall be constructed subsequent to completion of the piping installation. G. Valve Vault interior surfaces shall be coated with 100% solids polyamine epoxy specifically designed for wastewater immersion and low permeation to H2S gas. Material shall be TNEMEC PERMA-GLAZE, Series 435, or approved equal, applied to two (2) coats, 15.0 MILS (DFT) each, (30.0 MILS DFT, Total). Final color is to be beige. Surface preparation, priming and application shall be in accordance with the more stringent of the manufacturer’s recommendations or BCWWS specifications. H. Ductile iron shall conform to AWWA C 151. Ductile Iron Pipes and Fittings exterior surfaces shall be coated with a 100% polyamine epoxy specifically design for wastewater immersion and low permeation to H2S gas. Material shall be TNEMEC PERMA-GLAZE, Series 435, or approved equal. It shall be applied in two (2) coats of 20 MILS (DFT) each (40 MILS Total DFT). Valves shall receive only the final 20 MILS (DFT) coat. Final color is to be beige. Surface preparation, priming and application shall be in accordance with the more stringent of the manufacturer’s recommendations or BCWWS specifications. I. Ductile Iron Pipes and Fittings interior shall be coated with 40 MILS (DFT) of Protecto 401 or approved equal. Surface preparations and application shall be in accordance with the manufacturer’s recommendations. Certification of the manufacturer shall be provided. SECTION 02610 PIPING, GENERAL 02610 - 148 2.2 PUMPS A. The pumps shall be submersible type. Operational characteristics shall be as shown on the plans. The pumps shall alternate in service and operate in accordance with the sequence outlined on the plans. Sealed mercury switches shall be used for actuation. Furnish and install three submersibles non-clog wastewater pumps for each lift station. B. Each pump shall have a capacity of at least 90 hp and run with a 480 volts configuration. DBF responsible for verifying ultimate pump size and capacity at no additional cost. The power cable shall be sized according to NEC and ICEA standards. An adequate length of multiconductor submersible cable (SUBCAB) will be used to convey pump monitoring device signals between control panel and submersible pumps. The pump shall be supplied with a mating discharge connection and be capable of delivering flow per the operating points defined within the plans. Pump shut off head shall be no less than 52 feet. Each pump shall be fitted with adequate length of lifting chain or stainless-steel cable. The working load of the lifting system shall be 50% greater than the pump unit weigh. C. Pump Design 1. The DBF shall design the pump intake in accordance with Hydraulic Institute standard 9.8, Rotodynamic Pumps for Pump Intake Design. a. Operating range shall be 40% to 120% of the flow at the best operating point for each scenario. b. Pumps shall operate within the allowable operating range for all conditions and operate within the preferred operating range for design conditions. c. Single pump operation shall be able to meet minimum flow requirements with no more than 50% turndown on VFDs d. NPSH available shall be a minimum of 1.5 greater than NPSHA required at design points 2. The pump should be no less than 90 hp, using two pumps at the same time to handle the flow that ranges between 555 and 1950 gpm with a pressure value at the connection point that ranges from 15 to 45 psi. Values provided are preliminary. DBF shall verify flows and calculate current and future flows to determine the most efficient pump motor for the project at no additional cost. 3. The pump(s) shall be capable of handling raw, unscreened sewage. The design shall be such that the pump unit will be automatically and firmly connected to the discharge piping when lowered into place on its mating discharge connection, permanently installed in the wet well. The pump shall be easily removable for inspection or service, requiring no bolts, nuts or other fastenings to be disconnected. For this purpose, there shall be no need for personnel to enter the wet well. Each shall be fitted with a stainless-steel chain of adequate strength and length to permit raising and lowering the pump for inspection or removal. The pump, with its appurtenances and cable, shall be capable of continuous submergence underwater without loss of watertight integrity to a depth of 165 feet. SECTION 02603 PUMP STATION AND FORCEMAIN . 4. Sealing of the pumping unit to the discharge connection shall be accomplished by a machined metal to metal watertight contact. Sealing of the discharge interface with a diaphragm, O-ring or profile gasket will not be acceptable. The entire weight of the pump/motor unit shall be borne by the pump discharge elbow. No portion of the pump/motor unit shall bear on the sump floor directly or on a sump floor mounted stand. Power and pilot cable supports shall be provided and consist of a wire braid sleeve with attachment loops or tails to connection to the underside of the access frame. D. Pump Construction 1. All major parts, such as the stator casing, oil casing, and impeller shall be of gray iron. A coating of rubber asphalt paint resistant to sewage shall protect all surfaces coming into contact with sewage. All exposed bolts and nuts shall be of stainless steel. 2. A wear ring system shall be bronze and installed to provide efficient sealing between the volute and impeller. The impeller shall be gray cast iron of non- clogging design, capable of handling solids, fibrous material, heavy sludge, and other matter found in normal sewage applications. The impeller shall be constructed with a long throughlet without acute turns. The impeller shall be dynamically balanced. Static and dynamic balancing operations shall not deform or weaken it. The impeller shall be a slip fit to the shaft and key driven. Non-corroding fasteners shall be used. 3. Each pump shall be provided with a mechanical rotating shaft seal system running in an oil reservoir having separate, constantly hydro-dynamically lubricated lapped seal faces. The (lower) seal unit between the pump and oil chamber shall contain one stationary and one positively driven rotating tungsten-carbide ring. The (upper) seal unit between the oil sump and motor housing shall contain one stationary tungsten-carbide ring and one positively driven rotating tungsten carbide ring. Each interface shall be held in contact by its own spring system supplemented by external liquid pressures. The seals shall require neither maintenance nor adjustment but shall be easily inspected and replaceable. Shaft seals without positively driven rotating members or conventional double mechanical seals with a common single or double spring acting between the upper and lower units, requiring a pressure differential to offset external pressure and effect sealing shall not be considered acceptable nor equal to the dual independent seal system specified. The shaft sealing system shall be capable of operating submerged to depths of, or pressures equivalent to 165 feet. No seal damage shall result from operating the pumping unit out of its liquid environment. The seal system shall not rely upon the pump media for lubrication. 4. A sliding guide bracket shall be an integral part of the pump unit. The volute casing shall have a machined discharge flange to automatically and firmly connect with the cast iron discharge connection, which when bolted to the floor of the sump and discharge line, will receive the pump discharge connecting flange without the need of adjustment, fasteners, clamps or similar devices. SECTION 02610 PIPING, GENERAL 02610 - 150 5. Installation of each pump unit to the discharge connection shall be the result of a simple linear downward motion of the pump unit guide by no less than two 2 inch stainless steel guide bars. 6. No other motion of the pump unit, such as tilting or rotating, shall be required. Sealing of the discharge interface by means of a diaphragm, O-ring or other devices will not be considered acceptable nor equal to a metal-to-metal contact of the pump discharge flange and mating discharge connection specified and required. No portion of the pump unit shall bear directly on the floor of the wet well. There shall be no more than one 90o bend allowed between the volute discharge flange and station piping. 7. The pump motor shall be housed in a water-tight casing and shall have moisture resistant Class F 155o insulation. The motor shall be NEMA Design B and designed for continuous duty. 8. The cable entry water seal design shall be such that precludes specific torque requirements to insure a watertight and submersible seal. Epoxies, silicones or other secondary sealing systems shall not be required or used. The cable entry junction box and motor shall be separated by a stator lead sealing gland or terminal board, which shall isolate the motor interior from foreign materials gaining access through the pump top. 9. Pump motor cable installed shall be suitable for submersible pump applications and this shall be indicated by a code or legend permanently embossed on the cable. Cable sizing shall conform to NEC specifications for pump motors and shall be of adequate size to allow motor voltage conversion without replacing the cable. Motor electrical cables shall be of sufficient length to extend from the motor to the above ground disconnect switch unspliced. 10. All mating surfaces of major parts shall be machined and fitted with nitrile O- rings where watertight sealing is required. Machining and fitting shall be such that sealing is accomplished by automatic compression in 2 planes and O-ring contact made on four surfaces, without the requirement of specific torque limits to affect this. Rectangular cross sectioned gaskets requiring specific torque limits to achieve compression shall not be considered adequate nor equal. 11. Tolerances of all parts shall be such that allows replacement of any part without additional machining required to ensure sealing as described above. No secondary sealing compounds, greases or other devices shall be used. 12. Each unit shall be provided with an adequately designed cooling system. Thermal radiators integral to the stator housing, cast in one unit, are acceptable. Where water jackets alone or in conjunction with radiators are used, separate circulation shall be provided. Cooling media channels and ports shall be non-clogging by virtue of their dimensions. Provision for external cooling and flushing shall be provided. 13. Integral thermal sensors shall not be a requirement on any unit without a water jacket. Thermal sensors shall be used to monitor stator temperatures on any unit with a water jacket. There shall be one for each phase group in the motor. These shall be used in conjunction with and supplemental to external motor over current protection and available at the control panel. SECTION 02603 PUMP STATION AND FORCEMAIN . 14. All units of 100 HP or more shall have thermal sensors monitoring bearing temperatures in addition to the motor thermal sensors described above. Bearing thermal monitors shall be independent of the motor sensors and available at the control panel circuitry to effect alarm and/or shut down functions. E. Pump Test 1. The pump manufacturer shall perform the following inspections and tests on each pump before shipment from factory. a. Impeller, motor rating and electrical connections shall first be checked for compliance to the customer's purchase order. b. A motor and cable insulation test for moisture content or insulation defects. c. Prior to submergence, the pump shall be run dry to establish correct rotation and mechanical integrity. d. The pump shall be run for 30 minutes submerged, a minimum of 6 feet under water. e. After operational test (item d), the insulation test (item b) is to be performed again. f. Test shall consist of checking the unit at its noted speeds for head capacity, efficiency, and brake horsepower at a number of points to properly establish the performance curve. 2. A certified written test report and performance curve stating the foregoing have been done shall be supplied with each pump at the time of shipment. 3. The pump cable end will then be fitted with a shrink fit rubber boot to protect it prior to electrical installation. F. Pump Warranty 1. The pump manufacturer shall fully warrant the units being supplied to the CITY against defects in workmanship and materials. Full replacement within 5-years (not a prorated warranty) under normal use, operation, and service. The warranty shall be in printed form, include a warranty schedule, and apply to all similar units. G. Documentation 1. Standard drawings supplied shall include pump outlines, controls, access frames and typical installation guides. Each station shall be supplied with installation and maintenance manuals and pump parts lists for the pumps installed. Electrical control wiring diagrams shall accompany each control. H. Spare Parts 1. DBF shall furnish one pump complete with parts necessary for its installation. The pump shall be delivered to CITY still in crates. 2.3 ELECTRICAL A. All work shall be in conformance with the National Electric Code, National Electrical Manufacturers Association, National Fire Protection Association, Institute of Electrical and Electronics Engineers, American National Standards Institute, SECTION 02610 PIPING, GENERAL 02610 - 152 Occupational Safety & Health Administration, South Florida Building Code, and CITY Standards. B. Pump Motors: 1. Electrical Service Specifications a. Voltage Tolerance: +10%, - 14% b. Frequency Tolerance: +5% c. Voltage Balance (Phase to Phase): +1% 2. Cable Specifications a. All wires and cables shall be of annealed, 98 percent conductivity, soft drawn copper conductors. b. All conductors No. 8 AWG and larger shall be stranded. c. Type XHHW shall be 600-volt cross-linked polyethylene (XLP) and type THHN/THWN shall be 600 volts as manufactured by the Hi-Tech Company, Rome Cable Corporation, The Okonite Company or approved equal. d. Process instrumentation wire shall be 600 volt, PVC or polyethylene insulated, aluminum/polyester tape shielded, polyvinyl chloride jacketed, type “TC” as manufactured by the American Insulated Wire Company, Belden Corporation, “Beldfoil” 9342, or approved equal. 3. Motor Protection a. Motor and power line protection for overload and short circuit conditions must conform to N.E.C. standards, ref. NATIONAL ELECTRIC CODE, 1984 edition, Article 430. 4. Thermal Protection a. The stator is protected by three thermal switches (one per phase) imbedded in the windings. These switches are wired in series and two leads are brought up to the pump terminal board for connection to the control panel. The switches must be connected so that the pump is turned off if the stator overheats. C. Control Panel 1. The control panel shall be supplied by the DBF completely factory wired with all necessary motor starters, circuit breakers, etc. for complete operation of the pumps. It shall be of the safety type and components shall bear the label of approval of Underwriters Labs; as well as meeting all applicable requirement of NEMA. The top of the cabinet shall be mounted 6'-0" above the floor, properly aligned and adequately supported independently of the connecting raceways. Each device in the control circuit shall be mounted on a frame with plastic cover mounted on the inside of the door. PART 3 EXECUTION 3.1 INSTALLATION A. Installation shall be in strict accordance with the manufacturer's instructions and recommendations in the locations shown on the drawings. Installation shall include furnishing the required oil and grease for initial operation. The grades of oil and grease shall be in accordance with the manufacturer's recommendations. SECTION 02603 PUMP STATION AND FORCEMAIN . B. Pipe handling. All loading or unloading of pipe, fittings, valves, and accessories shall be done in such a manner so as to avoid damage. The pipe shall not be skidded or rolled against pipe already unloaded. C. Force mains shall be constructed of ductile iron pipe or PVC plastic pipe as specified on the Plans. Fittings 4 inches and over shall be properly anchored and braced with restrained joints conforming to the details shown in the plans. D. The interior of all pipes, fittings and other appurtenances shall be kept free of dirt and foreign matter at all times. Pipe shall be flushed clean before valves and other appurtenances are installed. E. Pipe laying. All pipes shall be laid to line and grade with valves stems plumb. All pipes shall have a minimum cover of 30 inches for DIP pipe and 36 inches for HDPE and PVC pipe. F. All fittings, encasement and appurtenances shall be incidental to the cost of furnishing and installing the force mains. G. Concrete Protective Liner 1. The installation of the protective liner into precast wet wells and maintenance access structures shall be accomplished only by a precast concrete manufacturer certified by the liner manufacture, with a minimum of five years of manufacturing experience, and a minimum of five years of experience in the installation of corrosion resistant thermo-plastic sheet liners in concrete structures. Upon request, the liner installer shall provide written certification that the installation is in accordance with the liner manufacturer’s installation specifications. Part 2, Paragraph 2.01 of this Section includes further information as it pertains to the lining of the wetwell. 2. Placement of the liner on forms shall conform to the liner manufacturer’s written instructions. Only thermo-plastic extrusion welders certified by the liner manufacturer shall perform all shop and field welding. All field thermo-welding shall additionally be performed only by confined space trained, and certified, personnel. A copy of the thermo-welder’s certifications shall accompany the submittal. 3.2 SHOP PAINTING A. Before exposure to weather and prior to shop painting, all surfaces shall be thoroughly cleaned, dry and free from all mill-scale, rust, grease, dirt and other foreign matter. B. All pumps and motors shall be shop primed, with primer compatible with the field painting. C. All nameplates shall be properly protected during painting. D. Gears, bearing surfaces and other similar surfaces, which are not to be painted, shall be given a heavy shop coat of grease or other suitable rust-resistant coating. This coating shall be maintained as necessary to prevent corrosion during periods of storage and erection and shall be satisfactory to the CITY up to the time of the final acceptance test. 3.3 FIELD PAINTING SECTION 02610 PIPING, GENERAL 02610 - A. The primer and paint used in the field shall be products of the same manufacturer as the shop paint to assure compatibility. 3.4 INSPECTION AND TESTING A. The CITY shall have the right to inspect, test or witness tests of all materials or equipment to be furnished under these Specifications, prior to the shipment from the point of manufacture. B. The CITY shall be notified in writing prior to initial shipment, in ample time so that the CITY can make arrangements for inspection. C. The CITY or CITY’S representative shall be furnished all facilities, including labor, and shall be allowed proper time for inspection and testing of material and equipment. D. Materials and equipment shall be tested or inspected as required by the CITY, and the cost of such work shall be included in the cost of the equipment. The DBF shall anticipate that delays may be caused because of the necessity of inspection, testing, and accepting materials and equipment before their use is approved. E. The services of a factory representative shall be furnished for one (1) day and shall have complete knowledge of proper operation and maintenance to inspect the final installation and supervise a test run of the equipment. F. Field tests shall not be conducted until such time that the entire installation is complete and ready for testing. 3.5 PUMP TESTING A. After all pumps have been completely installed, and working under the direction of the manufacturer, conduct in the presence of the CITY such tests that are necessary to indicate that pump efficiency and discharge conform to the Specifications. Field tests shall include all power, water or wastewater, labor, equipment, and incidentals required to complete the field tests. B. If the pump performance does not meet the Specifications, corrective measures shall be taken or pumps shall be removed and replaced with pumps, which satisfy the conditions, specified. 3.6 MOTOR TESTING A. The DBF shall check all motors for correct lubrication in accordance with manufacturer's instructions. The DBF shall check direction of rotation of all motors and reverse connections, if necessary. 3.7 ELECTRICAL A. All electrical wiring shall comply with the latest edition of the minimum requirements of the Florida Building Code, National Electric Code, and Underwriters Laboratories. Electrical wiring will also need to meet the requirements listed in Division 16 of the specifications and the drawings. END OF SECTION 02603 . SECTION 02610 PIPING, GENERAL PART 1 GENERAL 1.1 RELATED DOCUMENTS A. All applicable provisions of the Bidding and Contract Requirements, and Division 1- General Requirements shall govern the WORK under this section. 1.2 WORK INCLUDED A. The DBF shall furnish and install all piping systems shown and specified, in accordance with the requirements of the Contract Documents. Each system shall be complete with all necessary fittings, hangers, supports, anchors, expansion joints, flexible connectors, valves, accessories, heat tracing, insulation, lining and coating, testing, disinfection, excavation, backfill and encasement, to provide a functional installation. B. The piping shown is intended to define the general layout, configuration, routing, method of support, pipe size, and pipe type. The mechanical drawings are not pipe construction or fabrication drawings. It is the DBF's responsibility to develop the details necessary to construct all mechanical piping systems, to accommodate the specific equipment provided, and to provide and install all spools, spacers, adapters, connectors, etc., for a complete and functional system. 1.3 RELATED WORK A. Division 2 as applicable. B. Section 02200 - Earthwork. C. Section 02221 - Excavation and Backfilling Utilities D. Section 02641 – Valves, General 1.4 REFERENCE STANDARDS A. Codes: All codes, as referenced herein are specified in Section 01090, "Reference Standards". B. Commercial Standards: ANSI/ASME B1.20.1 Pipe Threads, General Purpose (inch). ANSI B16.5 Pipe Flanges and Flanged Fittings, Steel Nickel Alloy and other Special Alloys. ANSI/AWWA C100 Ductile Iron Pipe ANSI/AWWA C900 Plastic Pipe ANSI/AWWA C207 Steel Pipe Flanges for Water Works Service, Sizes 4 inch through 144 inch. ANSI/AWWA C606 Grooved and Shouldered Joints. ANSI/AWS D1.1 Structural Welding Code. ASTM A 307 Specification for Carbon Steel Bolts and Studs, 6,000 psi Tensile. ASTM A 325 Specification for High-Strength Bolts for Structural Steel Joints. ASTM D 792 Test Methods for Specific Gravity and Density of Plastics by Displacement. 02610 - SECTION 02610 PIPING, GENERAL ASTM D 2000 Classification System for Rubber Products in Automotive Applications. 1.5 SUBMITTALS A. The DBF shall submit complete shop drawings and certificates, test reports, affidavits of compliance, of all piping systems, in accordance with the requirements in Section 01340, "Shop Drawings, Product Data and Samples", and as specified in the individual sections. The shop drawings shall include all necessary dimensions and details on pipe joints, fittings, fitting specials, valves, appurtenances, design calculations, and material lists. The submittals shall include detailed layout, spool, or fabrication drawings which show all pipe spools, spacers, adapters, connectors, fittings, and pipe supports necessary to accommodate the equipment and valves provided in a complete and functional system. B. All expenses incurred in making samples for certification of tests shall be borne by the DBF. C. The DBF shall submit as part of the shop drawings a certification from the pipe fabricator stating that all pipes that are fabricated are subject to a recognized Quality Control Program. An outline of the program shall be submitted to the CITY for review prior to the fabrication of any pipe. 1.6 QUALITY ASSURANCE A. Inspection: All pipes shall be subject to inspection at the place of manufacture. During the manufacture of the pipe, the CITY shall be given access to all areas where manufacturing is in progress and shall be permitted to make all inspections necessary to confirm compliance with the Specifications. B. Tests: Except where otherwise specified, all materials used in the manufacture of the pipe shall be tested in accordance with the applicable Specifications and Standards. 1.7 MANUFACTURER'S SERVICE REPRESENTATIVE A. Where the assistance of a manufacturer's service representative is advisable, in order to obtain perfect pipe joints, supports, or special connections, the DBF shall furnish such assistance at no additional cost to the OWNER. 1.8 MATERIAL DELIVERY, STORAGE, AND HANDLING A. All piping materials, fittings, valves, and accessories shall be delivered in a clean and undamaged condition and stored off the ground, to provide protection against oxidation caused by ground contact. All defective or damaged materials shall be replaced with new materials. 1.9 CLEANUP A. After completion of the work, all remaining pipe cuttings, joining and wrapping materials, and other scattered debris, shall be removed from the site. The entire piping system shall be handed over in a clean and functional condition. . SECTION 02610 PIPING, GENERAL PART 2 PRODUCTS 2.1 GENERAL A. All pipes, fittings, and appurtenances shall be furnished in accordance with the requirements of the applicable Sections of Division 2 and as specified herein. B. Lining: All requirements pertaining to thickness, application, and curing of pipe lining, are in accordance with the requirements of the applicable Sections of Division 2, unless otherwise specified. C. Coating: All requirements pertaining to thickness, application, and curing of pipe coating, are in accordance with the requirements of the applicable Sections of Division 2, unless otherwise specified. Pipes above ground or in structures shall be field-painted as directed by the CITY. D. Grooved Piping Systems: Piping systems with grooved joints and fittings may be provided in lieu of screwed, flanged, welded, or mechanical joint systems for ductile iron yard piping. (All piping above and below ground within the property limits of treatment plants, pump stations, and similar installations). All grooved couplings on buried piping must be bonded. To assure uniform and compatible piping components, all grooved fittings, couplings, and valves shall be from the same manufacturer. The DBF shall make the coupling manufacturer responsible for the selection of the correct style of coupling and gasket for each individual location. 2.2 PIPE FLANGES A. Flanges: Where the design pressure is 150 psi or less, flanges shall conform to either ANSI/AWWA C207 Class D or ANSI B16.5 150-lb class. Where the design pressure is greater than 150 psi, up to a maximum of 275 psi, flanges shall conform to ANSI/AWWA C207 Class E, Class F, or ANSI B16.5 150-lb class. However, AWWA flanges shall not be exposed to test pressure greater than 125 percent of rated capacity. For higher test pressures, the next higher rated AWWA flange or an ANSI-rated flange shall be selected. Where the design pressure is greater than 275 psi up to a maximum of 700 psi, flanges shall conform to ANSI B16.5 300-lb class. Flanges shall have flat faces and shall be attached with boltholes straddling the vertical axis of the pipe unless otherwise shown. Attachment of the flanges to the pipe shall conform to the applicable requirements of ANSI/AWWA C207. Flanges for miscellaneous small pipes shall be in accordance with the standards specified for these pipes. B. Blind Flanges: Blind flanges shall be in accordance with ANSI/AWWA C207, or with the standards for miscellaneous small pipes. All blind flanges for pipe sizes 12 inches and over shall be provided with lifting eyes in form of welded or screwed eyebolts. C. Flange Coating: All machined faces of metal blind flanges and pipe flanges shall be coated with a temporary rust-inhibitive coating to protect the metal until the installation is completed. D. Flange Bolts: All bolts and nuts shall conform to pipe manufacturers recommendations. Studs and bolts shall extend through the nuts a minimum of 1/4- inch. All-thread studs shall be used on all valve flange connections, where space restrictions preclude the use of regular bolts. E. Insulating Flanges: Insulated flanges shall have boltholes 1/4-inch diameter 02610 - SECTION 02610 PIPING, GENERAL greater than the bolt diameter. F. Insulating Flange Sets: Insulating flange sets shall be provided where shown. Each insulating flange set shall consist of an insulating gasket, insulating sleeves and washers and a steel washer. Insulating sleeves and washers shall be one piece when flange bolt diameter is 1-1/2-inch or smaller and shall be made of acetal resin. For bolt diameters larger than 1-1/2-inch, insulating sleeves and washers shall be 2-piece and shall be made of polyethylene or phenolic. Steel washers shall be in accordance with ASTM A 325. Insulating gaskets shall be full-face. G. Insulating Flange Manufacturers, or approved equal: 1. JM Red Devil, Type E; 2. Maloney Pipeline Products Co., Houston; 3. PSI Products, Inc., Burbank, California. H. Flange Gaskets: Gaskets for flanged joints shall be full-faced, 1/16-inch thick compressed sheets of aramid fiber base, with nitrile binder and non-stick coating, suitable for temperatures to 700 degrees F, a pH of one to eleven, and pressures to 1000 psi. Blind flanges shall have gaskets covering the entire inside face of the blind flange and shall be cemented to the blind flange. Ring gaskets shall not be permitted. I. Flange Gasket Manufacturers, or approved equal: 1. John Crane, style 2160; 2. Garlock, style 3000. 2.3 THREADED INSULATING CONNECTIONS A. General: Threaded insulating bushings, unions, or couplings, as appropriate, shall be used for joining threaded pipes of dissimilar metals and for piping systems where corrosion control and cathodic protection are involved. B. Materials: Threaded insulating connections shall be of nylon, Teflon, polycarbonate, polyethylene, or other non-conductive materials, and shall have ratings and properties to suit the service and loading conditions. 2.4 MECHANICAL-TYPE COUPLINGS (GROOVED OR BANDED PIPE) A. General: Cast mechanical-type couplings shall be provided where shown. The couplings shall conform to the requirements of ANSI/AWWA C606. All gaskets for mechanical-type couplings shall be compatible with the piping service and fluid utilized, in accordance with the coupling manufacturer's recommendations. The wall thickness of all grooved piping shall conform with the coupling manufacturer's recommendations to suit the highest expected pressure. To avoid stress on equipment, all equipment connections shall have rigid-grooved couplings, or harness sets in sizes where rigid couplings are not available, unless thrust restraint is provided by other means. The DBF shall have the coupling Manufacturer's service representative verify the correct choice and application of all couplings and gaskets, and the quality of work, to assure a correct installation. B. Couplings for Steel Pipe, Manufacturers, or approved equal: 1. Gustin-Bacon (banded or grooved); 2. Victaulic Style 41 or 44 (banded, flexible); 3. Victaulic Style 77 or 07 (grooved). . SECTION 02610 PIPING, GENERAL C. Ductile Iron Pipe Couplings, Manufacturers, or approved equal: 1. EBAA Iron 2. Romac. 3. Sigma Note: Ductile iron pipe couplings shall be furnished with flush seal gaskets. 2.5 SLEEVE-TYPE COUPLINGS A. Construction: Sleeve-type couplings shall be provided where shown, in accordance with ANSI/AWWA C219 unless otherwise specified, and shall be of steel with steel bolts, without pipe stop, and shall be of sizes to fit the pipe and fittings shown. The middle ring shall be not less than 1/4-inch in thickness and shall be either 5 or 7 inches long for sizes up to and including 30 inches and 10 inches long for sizes greater than 30 inches, for standard steel couplings, and 16 inches long for long-sleeve couplings. The followers shall be single-piece contoured mill section welded and cold expanded as required for the middle rings. They shall be of sufficient strength to accommodate the number of bolts necessary to obtain adequate gasket pressures without excessive rolling. The shape of the follower shall be of such design as to provide positive confinement of the gasket. Buried sleeve-type couplings shall be epoxy-coated at the factory as specified. B. Pipe Preparation: The ends of the pipe, where specified or shown, shall be prepared for flexible steel couplings. Plain ends for use with couplings shall be smooth and round for a distance of 12 inches from the ends of the pipe, with outside diameter not more than 1/64-inch smaller than the nominal outside diameter of the pipe. The middle ring shall be tested by cold-expanding a minimum of one percent beyond the yield point, to proof-test the weld to the strength of the parent metal. The weld of the middle ring shall be subjected to air test for porosity. C. Gaskets: Gaskets for sleeve-type couplings shall be rubber-compound material that will not deteriorate from age or exposure to air under normal storage or use conditions. Gaskets for wastewater and sewerage applications shall be Buna "N," grade 60, or equivalent suitable elastomer. The rubber in the gasket shall meet the following specifications: 1. Color - Jet Black 2. Surface - Non-blooming 3. Durometer Hardness - 74 ± 5 4. Tensile Strength - 1000 psi Minimum 5. Elongation - 175 percent Minimum D. The gaskets shall be immune to attack by impurities normally found in water or wastewater. All gaskets shall meet the requirements of ASTM D 2000, AA709Z, meeting Suffix B13 Grade 3, except as noted above. All gaskets shall be compatible with the piping service and fluid utilized. E. Insulating Couplings: Where insulating couplings are required, both ends of the coupling shall have a wedge-shaped gasket which assembles over a rubber sleeve of an insulating compound in order to obtain insulation of all coupling metal parts from the pipe. F. Restrained Joints: All sleeve-type couplings on pressure lines shall be harnessed 02610 - SECTION 02610 PIPING, GENERAL unless thrust restraint is provided by other means. Harnesses shall be in accordance with the requirements of the appropriate reference standard, or as shown. G. Manufacturers or Equal: 1. JCM Industries 2. Hymax 3. Smith-Blait 2.6 FLEXIBLE CONNECTORS A. Flexible connectors shall be installed in all piping connections to engines, blowers, compressors, and other vibrating equipment, and where shown. Flexible connectors for service temperatures up to 180 degrees F shall be flanged, reinforced Neoprene or Butyl spools, rated for a working pressure of 40 to 150 psi, or reinforced, flanged duck and rubber, as best suited for the application. Flexible connectors for service temperatures above 180 degrees F shall be flanged braided stainless-steel spools with inner, annular, corrugated stainless steel hose, rated for minimum 150 psi working pressure, unless otherwise shown. The connectors shall be 9 inches long, face-to-face flanges, unless otherwise shown. The manufacturer shall approve the final material selection. The DBF shall submit manufacturer's shop drawings and calculations. 2.7 EXPANSION JOINTS A. All piping subject to expansion and contraction shall be provided with sufficient means to compensate for such movement, without exertion of undue forces to equipment or structures. This may be accomplished with expansion loops, bellow- type expansion joints, or sliding-type expansion joints. Expansion joints shall be of stainless steel, monel, rubber, or other materials, best suited for each individual service. The DBF shall submit detailed calculations and manufacturer's shop drawings, guaranteeing satisfactory performance of all proposed expansion joints, piping layouts showing all anchors and guides, and information on materials, temperature and pressure ratings. 2.8 PIPE THREADS A. All pipe threads shall be in accordance with ANSI/ASME B1.20. PART 3 EXECUTION 3.1 GENERAL A. All pipes, fittings, and appurtenances shall be installed in accordance with the requirements of the applicable Section of Divisions 2. The lining manufacturer shall take full responsibility for the complete, final product and its application. All pipe ends and joints at screwed flanges shall be epoxy-coated, to assure continuous protection. B. Where core drilling is required for pipes passing through existing concrete, core drilling locations shall be determined by radiograph of concrete construction to avoid damage to embedded raceways and rebars. C. All exposed piping shall be painted. All piping to be painted shall be color coded in SECTION 02610 PIPING, GENERAL accordance with OWNER's standard color code. Color samples shall be submitted to CITY for final color selection. END OF SECTION 02610 SECTION 02610 PIPING, GENERAL 02610 - PART 1 GENERAL 1.1 RELATED DOCUMENTS A. Provide all labor, materials, necessary equipment and services to complete the water distribution and wastewater transmission system work, as indicated on the drawings, as specified herein or both, except as for items specifically indicated as "NIC ITEMS". 1.2 WORK INCLUDED A. The DBF shall provide all tools, supplies, materials, equipment, and labor necessary for furnishing, epoxy coating, installing, adjusting, and testing of all valves and appurtenant work, complete and operable, in accordance with the requirements of the Contract Documents. Where buried valves are shown, the DBF shall furnish and install valve boxes to grade, with covers, extensions, and position indicators. B. The provisions of this Section shall apply to all valves and valve operators specified in the various Sections and Division 2 of these Specifications except where otherwise specified in the Contract Documents. Valves and operators in particular locations may require a combination of units, sensors, limit switches, and controls specified in other Sections of these Specifications. 1.3 RELATED WORK A. Section 02221 - Excavation and Backfilling for Utilities B. Section 02610 - Piping, General 1.4 REFERENCE STANDARDS A. Codes: All codes, as referenced herein, are specified in Section 01090, "Reference Standards". B. Commercial Standards: ANSI B16.1 Cast Iron Pipe Flanges and Flanged Fittings, Class 25, 125, 250, and 800. ANSI B16.5 Pipe Flanges and Flanged Fittings, Steel Nickel Alloy and Other Special Alloys. ANSI/ASME B31.1 Power Piping. ASTM A 36 Specification for Structural Steel. ASTM A 48 Specification for Gray Iron Castings. ASTM A 126 Specification for Gray Iron Castings for Valves, Flanges, and Pipe Fittings. ASTM A 536 Specification for Ductile Iron Castings. ASTM B 61 Specification for Steam or Valve Bronze Castings. ASTM B 62 Specification for Composition Bronze or Ounce Metal Castings. ASTM B 148 Specification for Aluminum-Bronze Castings. ASTM B 584 Specification for Copper Alloy Sand Castings for General Applications. ANSI/AWWA C500 Gate Valves for Water and Sewerage Systems. ANSI/AWWA C502 Dry-Barrel Fire Hydrants. SECTION 02641 VALVES, GENERAL . ANSI/AWWA C503 Wet-Barrel Fire Hydrants. ANSI/AWWA C504 Rubber-Seated Butterfly Valves. ANSI/AWWA C507 Ball Valves 6 Inches Through 48 Inches. ANSI/AWWA C508 Swing-Check Valves for Waterwork Service, 2 Inches Through 24 Inches NPS. ANSI/AWWA C509 Resilient-Seated Gate Valves for Water and Sewage Systems. ANSI/AWWA C511 Reduced-Pressure Principle Backflow- Prevention Assembly. ANSI/AWWA C550 Protective Interior Coatings for Valves and Hydrants. SSPC-SP-2 Hand Tool Cleaning. SSPC-SP-5 White Metal Blast Cleaning. 1.5 SUBMITTALS A. Shop Drawings: Shop drawings of all valves and operators including associated wiring diagrams and electrical data, shall be furnished as specified in Section 01340, "Shop Drawings, Product Data and Samples". B. Valve Labeling: The DBF shall submit a schedule of valves to be labeled indicating in each case the valve location and the proposed wording for the label. 1.6 QUALITY ASSURANCE A. Valve Testing: Unless otherwise specified, each valve body shall be tested under a test pressure equal to twice its design water-working pressure. B. Bronze Parts: Unless otherwise specified, all interior bronze parts of valves shall conform to the requirements of ASTM B 62, or where not subject to dezincification, to ASTM B 584. C. Certification: Prior to shipment, the DBF shall submit for all valves over 12 inches in size, certified, notarized copies of the hydrostatic factory tests, showing compliance with the applicable standards of AWWA, ANSI, ASTM, etc. PART 2 PRODUCTS 2.1 VALVES, GENERAL A. General: The DBF shall furnish all valves, gates, valve-operating units, stem extensions, and other accessories as shown or specified. All valves and gates shall be new and of current manufacture. All shut-off valves, 6-inch and larger, shall have operators with position indicators. Where buried, these valves shall be provided with valve boxes and covers containing position indicators, and valve extensions. Shut-off valves mounted higher than 5 feet-6 inches above working level shall be provided with chain operators. B. Valve Flanges: The flanges of valves shall be in accordance with Section 02610, "Piping, General". C. Gate Valve Stems: Where subject to dezincification, gate valve stems shall be of bronze conforming to ASTM B 62, containing not more than 5 percent of zinc nor more than 2 percent aluminum. Gate valve stems shall have a minimum tensile strength of 60,000 psi, a minimum yield strength of 40,000 psi, and an elongation SECTION 02610 PIPING, GENERAL 02610 - of at least 10 percent in 2 inches, as determined by a test coupon poured from the same ladle from which the valve stems to be furnished are poured. Where dezincification is not a problem, bronze conforming to ASTM B 584 may be used. D. Protective Coating: Except where otherwise specified, ferrous surfaces, exclusive of stainless steel surfaces, in the water passages of all valves 4-inch and larger, as well as the exterior surfaces of all submerged valves, shall be coated with 2 part thermal setting epoxy coatings. Flange faces of valves shall not be epoxy coated. The valve manufacturer shall certify in writing that such coating has been applied and tested in the manufacturing plant prior to shipment, in accordance with these Specifications. E. Valve Operators: Where shown, certain valves and gates shall be furnished with electric operators, provided by the valve or gate manufacturer. The same manufacturer shall furnish all operators of a given type. Where different manufacturers supply these operators, the DBF shall coordinate their selection to provide uniformity of each type of electric operator. All valve operators, regardless of type, shall be installed, adjusted, and tested by the valve manufacturer at the manufacturing plant. F. Valve Labeling: Except when such requirement is waived by the ENGINEER in writing, a label shall be provided on all shut-off valves exclusive of hose bibbs and chlorine cylinder valves. The label shall be of 1/16-inch plastic or stainless steel, minimum 2 inches by 4 inches in size, and shall be permanently attached to the valve or on the wall adjacent to the valve as directed by the ENGINEER. Valve labels shall be photographed and marked on the As-Built Drawings. Valves are also required to have an Identification Marker in accordance with the Contract Documents. G. Nuts and Bolts: All nuts and bolts on valve flanges and supports shall be in accordance with manufacturers recommendations. Where submerged or buried, all nuts and bolts on valve flanges and valve bodies shall be stainless steel. 2.2 GATE VALVES A. All buried gate valves shall be of the inside screw, non-rising stem type. Valves shall be capable of being repacked under line pressure. Valves 14-inch and larger installed on vertical pipes with their stems horizontal shall be fitted with bronze slides, tracks, rollers, and scrapers to assist the travel of the gate assembly. Quick opening valves shall have quick opening levers and cams in lieu of handwheel operators. B. Knife Gate Valves. 1. Knife gate valves shall be provided with raised face and resilient seats for positive seating. Wetted parts shall be constructed of Type 316 stainless steel. Gates shall be finish-ground on both sides to prevent packing or seat damage. Valves 2 to 4 inches in size shall be furnished with cast stainless steel bodies; valves 6 to 24 inches in size shall be furnished with cast semi- steel bodies with stainless steel linings. Valve ends shall be of the flanged or wafer design, as shown. Gate guides and jams shall be steel. Actuator shall be handwheel. Port design shall be full-round. 2. Manufacturers or approved equal: a. Red Valve Company Inc.; SECTION 02641 VALVES, GENERAL . b. DeZurik Corporation c. Fabri-Valves; d. Rovang, Inc. C. Resilient-Seated Gate Valves 3. Resilient-seated gate valves conforming to ANSI/AWWA C509 shall be provided. Resilient-seated gate valves shall have cast iron bodies with flanged, bell, or mechanical joint ends, rubber-coated cast iron disc, flanged bonnet, bronze stem, O-ring seals, and operators with handwheel or square nut, unless otherwise shown. Rubber and rubber composition materials (EPDM) shall be suitable for use in water chlorine or chloramines and in sanitary sewage. 4. Manufacturers or approved equal: a. Clow Valve Co.; b. Kennedy Valve; c. Mueller Company; d. M&H Valve 2.3 ECCENTRIC PLUG VALVES A. Equipment Requirements: Plug valves shall be of the non-lubricated, eccentric type with resilient faced plugs, port areas shall be 100% of full pipe area regardless of the size. The body shall be of semi-steel (ASTM A-126 C1.B) and shall have bolted bonnet, which gives access to the intervals of the valve. Seats shall be welded overlay of high nickel content, or a stainless-steel plate locked in the body cavity. If a plate is used, it shall be replaceable through the bonnet access. Bearings shall be permanently lubricated of stainless steel, bronze or teflon lined, fiberglass backed duralon. Bearing areas shall be isolated from the flow with grit seals. Valves shall have packing bonnets where the shaft protrudes from the grit seals. Valves shall have packing bonnets where the shaft protruded from the valve and the packing shall be self-adjusting chevron type, which can be replaced without removing the bonnet. All nuts, bolts, springs and washers shall be stainless steel. B. Valves shall be designed for a working pressure of 150 PSI. The valve and actuator shall be capable of satisfactory operation in either direction of flow against pressure drops up to and including 100 PSI (for plug valves over 12 inches in diameter). Valves shall be bubble tight in both directions at 100-psi differential. C. Plug valves over 12 inches in diameter shall have worm gear operators. The operating mechanism shall be for buried service with a 2-inch square-operating nut. D. Plug valves are to be installed with the sear pointed towards the upstream flow, when specified. E. Manufacturers or approved equal: 1. Val-Matic. 2. DeZurik Corporation. 3. Clow Valve Co. 4. American 2.4 BALL VALVES (4-INCH AND SMALLER) SECTION 02610 PIPING, GENERAL 02610 - A. General Requirements: Unless otherwise specified or shown, general purpose ball valves in sizes up to 4-inch shall have manual operators with lever or handwheel. Ferrous surface of 4-inch valves, which will be in contact with water, shall be epoxy-coated. All ball valves shall be of best commercial quality, heavy- duty construction. B. Body: All ball valves up to 1-1/2 inch (incl.) in size shall have bronze or forged brass 2- or 3-piece bodies with screwed ends for a pressure rating of not less than 300 psi WOG (water-oil-gas). Valves 2-inch to 4-inch in size shall have bronze forged brass or steel 2- or 3-piece bodies with flanged ends for a pressure rating of 125 psi or 150 psi. C. Balls: The balls shall be solid brass or chrome plated bronze, or stainless steel, with large or full openings. D. Stems: The valves seats shall be of Polytetrafluoroethylene (PTFE) or Buna N, for bi-directional service and easy replacement. E. Manufacturers or approved equal: 1. Jamesbury Corporation; 2. Jenkins Bros.; 3. Lunkenheimer Flow Control; 4. Wm. Powell Company; 5. Worcester Controls; 6. Valve Primer Corporation. 2.5 SWING CHECK VALVES (3-INCH AND LARGER) A. General: Swing check valves for water, sewage, sludge, and general service shall be of the outside lever and spring or weight type, in accordance with ANSI/AWWA C 508 - Swing-Check Valves for Waterworks Service, 2-inch through 24-inch NPS, unless otherwise indicated, with full-opening passages, designed for a water- working pressure of 150 psi. They shall have a flanged cover piece to provide access to the disc. B. Body: The valve body and cover shall be of cast iron conforming to ASTM A 126, with flanged ends conforming to ANSI B 16.1, or mechanical joint ends, as shown. C. Disc: The valve disc shall be of cast iron, ductile iron, or bronze conforming to ASTM B 62. D. Seat and Rings: The valve seat and rings shall be of bronze conforming to ASTM B 62 or B 148, or of Buna-N. E. Hinge Pin: The hinge pin shall be of bronze or stainless steel. F. Manufacturers or approved equal: 1. American 2. Clow 2.6 AIR-VACUUM AND AIR-RELEASE VALVES A. Air and Vacuum Valves: Air and vacuum valves shall be capable of venting large quantities of air while pipelines are being filled and allowing air to re-enter while pipelines are being drained. They shall be of the size shown, with flanged or screwed ends to match piping. Bodies shall be of high-strength cast iron. The float, seat, and all moving parts shall be constructed of Type 316 stainless steel. SECTION 02641 VALVES, GENERAL . Seat washers and gaskets shall be of a material insuring water tightness with a minimum of maintenance. Valves shall be designed for minimum 150-psi water- working pressure, unless otherwise shown. B. Air-Release Valves: Air-release valves shall vent accumulating air while system is in service and under pressure and be of the size shown and shall meet the same general requirements as specified for air and vacuum valves except that the vacuum feature will not be required. They shall be designed for a minimum water- working pressure of 150 psi, unless otherwise shown. C. Combination Air Valves: Combination air valves shall combine the characteristics of air and vacuum valves and air release valves by exhausting accumulated air in systems under pressure and releasing or re-admitting large quantities of air while a system is being filled or drained, respectively. They shall have the same general requirements as specified for air and vacuum valves. D. Manufacturers or approved equal: 1. ARI 2.7 CORPORATION STOPS (Ball Valve Type) A. Unless otherwise shown, corporation stops shall be made of brass alloy for key operation, with screwed ends with corporation thread or iron pipe thread, as required. AWWA taper thread for inlet thread and compression type fittings for outlet. B. Manufacturer or approved equal: 1. Ford Meter Box Company; 2. Cambridge Brass; 3. Mueller Company. C. Electric Motor Operators 1. All motorized valves shall be furnished by the DBF through the valve manufacturers as a complete package. Motor driven valve operators shall be furnished and installed in accordance with the applicable requirements shown on the process and instrumentation diagrams and electrical elementary diagrams. Operators shall comply with AWWA requirements for electrical operators. 2. Electric operators including the motor, all required gearing, integral continuous duty rated reversing starter, AC line surge suppressors, controls and switches shall be as manufactured by Rotork, Limitorque, EIM; or approved equal. 3. The motorized operators for modulating service shall be furnished with an integral position indicator/transmitter/controller. The above unit shall be internally powered, factory calibrated and furnished with adjustable zero, span, gain and deadband controls. 4. The position indicator/transmitter shall provide a linear, isolated, 4-20 mA, 24 VDC output to remote instrumentation and controls proportional to 0-100 percent travel span. An external DC power source shall not be required. 5. The position controller shall accept a linear 4-20 mA, 24 VDC input signal proportional to 0-100 percent travel span and shall generate appropriate outputs to the reversing starter to open/close the valve until the desired SECTION 02610 PIPING, GENERAL 02610 - portion has been reached as determined by the position feedback signal to the position controller. Input signal isolation shall be provided. 6. The controller shall be furnished with circuitry to "lock in the last position” upon loss of control signal. DBF shall be responsible for proper transmitter/controller calibration in accordance with the manufacturer's recommendations. 7. Operator capacity shall be adequate to continuously operate the valve under all operating conditions. Unless otherwise indicated, or specified, motor operators shall be furnished complete with motors, limit switch operating mechanisms, travel limit switches, torque switches, transmitters, controllers, starters, lightening and surge suppression, terminal blocks, gear reducers, handwheel, gearing, necessary components, and incidental accessories as follows: a. All phases of the power supply shall be monitored. The DBF shall de- energize the motor upon detection of single phasing. • Logic circuits shall be protected against spurious voltage spikes, using opto-isolators in circuits connected to any remote input or output signals. 8. 8. Enclosure: The starter for 240 volt single phase motor operators and all local devices shall be mounted on a common NEMA 4 and PVC coated cast aluminum enclosure. The enclosure shall be permanently affixed to the valve operator housing. 9. Valve Stops: Valve stops for the operators shall be positive in action. Closing shall be complete, and opening full. Stops shall be field adjustable to the required settings. The torque switches shall prevent any excessive mechanical stress or electrical overloading any direction of travel. 10. Limit switches and gearing shall be an integral part of the motorized valve operator. The limit switch gearing shall be of the intermittent type, totally enclosed in its own gear case, grease lubricated to prevent direct and foreign matter from entering the gear train and shall be made of bronze or stainless steel. Limit switches shall be of the adjustable type capable of being adjusted to trip at any point between the normal position (full open, or full closed) and 75 percent of the travel to the opposite position. 11. Local (Motor) Devices: Local devices shall include, but not be limited to the following: a. Torque Switches: Torque switches, responsive to high torque encountered in either direction of travel. A torque switch, which has tripped due to mechanical load, shall not reset when the operator motor has come to a halt. • Limit Switches: Travel limit switches, for opening and closing direction of travel. Contract operations shall be as indicated on the Drawings. If not shown on the Drawings, the operator shall be furnished with a minimum of two DPDT switches. All switches shall be furnished with 5- ampere contacts. Switches shall be connected such that when the valve is fully open, or fully closed, the "open" or "close" light shall be illuminated. All limit switch contacts shall be wired out to a terminal strip so that the electrician in the field does not have to connect to the SECTION 02641 VALVES, GENERAL . switches. • Local/remote selector switch with phase motor relay and auxiliary to provide dry contacts for collective indication of placement in the "remote" operating mode, the unit is powered, and that all safety/overload interlocks are satisfied to provide the above signal. For further requirements refer to electrical elementary control schematic. • Open/close push-button for local manual operation (modulating service). • Position indicator calibrated to 0-100 percent travel span. • Terminals for remote indication of full open, full closed and overload (torque). 12. Operating Unit Gearing: The actuator shall be double reaction unit with the capability of quickly changing the output speed with a gear change. The power gearing shall consist of generated spur or helical gears of heat-treated steel, and worm gearing where required by the type of operator. Quarter turn or traveling unit operators do not specifically require worm gearing. The worm shall be of hardened alloy steel and the worm gear shall be of alloy bronze. All power gearing shall be grease-lubricated. Ball or roller bearings shall be used throughout for all motor operators. A mechanical dial position indicator to display valve position in percent of valve opening shall be provided. The gearing shall comply with AWWA requirements. 13. Stem Nuts: The actuator for other than quarter turn valves shall have a stem nut of high tensile bronze or other material compatible with the valve stem and suited to the application. The nut arrangement, where possible, shall be of the two-piece type to simplify field replacement. The stem nut for rising stem valves must be capable of being removed from the top of the actuator without removing the actuator from the valve, disconnecting the electrical wiring, or disassembling any of the gearing within the actuator. 14. Manual Operation: A handwheel shall be provided for manual operation. The handwheel shall not relocate during hand operation nor shall a fused motor prevent manual operation. 15. When in manual operating position, the volt motor driven unit will remain in this position until motor is energized at which time the valve operator will automatically return to electric operation and shall remain in motor position until handwheel operation is desired. This movement from motor operation to handwheel operation shall be accomplished by a positive declutching knob or lever, which will disengage the motor and motor gearing mechanically not electrically. Hand operation must be reasonably fast and require no more than 100 lbs. of rim effort at the maximum required torque. It shall not be possible for the unit to be simultaneously in manual and motor operation. 16. 240 Volt Single Phase Motors: All motors on valves shall be designed for 240 volts 1-phase 60 Hz power. The motor shall be specifically designed for valve actuator service and shall be of high torque, squirrel cage reversible, totally enclosed, non-ventilated construction, with motor leads brought into the limit switch compartment without having external piping or conduit box. Motor insulation shall be NEMA Class B with maximum continuous temperature rating of 120˚ C (rise + ambient). Motors shall be sized to have SECTION 02610 PIPING, GENERAL 02610 - a rated running time at the rated running torque of 15 minutes without exceeding the temperature rating of the insulation system. Running load torque shall be not more than 20 percent of the rated seating/unseating torque. 17. Speed-torque curves for the motors and torque calculations for seating, unseating, and running conditions shall be submitted. The maximum valve torque (seating/unseating) shall be less than 50 percent of stall torque or starting torque potential of the motor whichever is greater. 18. Operator Type: Type A: Remote set point using a 4-20 mA analog signal a. Local Operation (1) LOCAL/REMOTE selector (2) OPEN/CLOSE push buttons (3) Position set-point potentiometer/indicator (4) LOCAL accepts local position set point (5) OPEN/CLOSE indication (6) Fault (torque) indication b. Remote operation (1) REMOTE - accept a remote 4-20 mA position set-point (2) Position transmitter 4-20mA signal to RTU (3) Available Ready of Auto to RTU (4) Fault torque status to RTU 19. Valve Closure Time: Valve closure time shall be 1 minute. 20. Spare Parts: a. DBF shall furnish loose, one unit valve operator, complete with all the devices specified herein and with all the features and characteristics similar to the equipment supplied in this Contract. The spare operator shall be delivered to the OWNER still in crates. 2.8 BUTTERFLY VALVES A. General: Butterfly valves used for 12 inch diameter and larger ONLY. All valves shall meet or exceed ANSI/NSF 61, latest revision. All valves shall meet or exceed AWWA C-504, Class 150B, latest revision. Valves shall open left, or counterclockwise. Buried service valves shall have a 2-inch operating nut. 1. Body: Body and disc material shall be cast or ductile iron meeting or exceeding ASTM A126 (latest revision) or A536, latest revision. Seat and all rubber material shall be chloramine resistant. 2. Shaft: Shaft, nuts, screws, and hardware material shall be stainless steel (Type 304 minimum). Valve disc shall be rigidly attached to the shaft to eliminate any relative motion. Shaft shall be offset from the disc and body seats so that they do not intersect. Shafts of 3-inch diameter and smaller shall be one piece through the valve with factory set thruster(s) to center the disc in the seat. Shafts larger than 3 inches diameter shall be stub-shafts rigidly keyed to the disc. Stub-shafts shall be provided with an adjustable thruster(s) to move the disc and shaft assembly positively in either direction to center the disc in the seat SECTION 02641 VALVES, GENERAL . 3. Coating: Except where otherwise specified, interior and exterior ferrous surfaces, exclusive of stainless-steel surfaces, in all valves shall be coated with two-part thermosetting epoxy coating or fusion bonded epoxy coating. Flange faces of valves shall not be epoxy coated. The epoxy shall be suitable for use in potable water, reclaimed water, and wastewater. 4. Manufacturers or approved equal: a. Mueller • Val-Matic • Pratt • Clow PART 3 EXECUTION 3.1 VALVE INSTALLATION A. General: All valves, gates, operating units, stem extensions, valve boxes, and accessories shall be installed in accordance with the manufacturer's written instructions and as shown and specified. All gates shall be adequately braced to prevent warpage and bending under the intended use. Valves shall be firmly supported to avoid undue stresses on the pipe. B. Access: All valves shall be installed to provide easy access for operation, removal, and maintenance and to avoid conflicts between valve operators and structural members or handrails. C. Valve Accessories: Where combinations of valves, sensors, switches, and controls are specified, it shall be the responsibility of the DBF to properly assemble and install these various items so that all systems are compatible and operating properly. The relationship between interrelated items shall be clearly noted on shop drawing submittals. D. Butterfly Valves: All exposed butterfly valves shall be installed with a means of removing the complete valve assembly without dismantling the valve or operator. END OF SECTION 02641 SECTION 02722 SANITARY SEWERADE SYSTEM PART 1 GENERAL 1.1 RELATED DOCUMENTS A. All applicable provisions of the Bidding and Contract Requirements, and Division 1 (General Requirements) shall govern the WORK under this section. 1.2 WORK INCLUDED A. The work under this Section shall consist of furnishing and installing sewer pipes and service connections and/or abandonment of pipelines in place as indicated on the plans and in accordance with these Specifications. 1.3 RELATED WORK A. Section 02221 - Excavation and Backfilling for Utilities B. Section 02601 - Subterranean Structures C. Section 02610 - Piping – General D. Section 02641 - Valves – General PART 2 PRODUCTS 2.1 PIPE A. PVC plastic pipe and fittings for gravity sanitary sewers shall be un-plasticized, PVC Plastic Gravity Sewer Pipe conforming to ASTM D 3034 with SDR 26 (minimum pipe stiffness of 115 lbs/in/in) and integral wall bell and spigot joints for conveyance of domestic sewage that shall meet or exceed the requirements of ASTM D3212, latest revision. Sewer pipe, including laterals and fittings shall be of the same material composed of PVC plastic having a cell classification of 12454B or 12454C as defined in ASTM D 1784. Gaskets shall meet the requirements of ASTM F477, latest revision. No solvent welded pipe will be permitted. 1. In addition to the above requirements, pipe shall also conform to the following tests: a. Drop Impact Test in accordance with ASTM D 2444. b. Pipe Stiffness Test in accordance with ASTM D2412. c. Acetone Immersion Test in accordance with ASTM D 2152. B. PVC plastic gravity sewer pipe shall be as manufactured by JM Eagle or approved equal. Prior to delivery of PVC plastic pipe to the jobsite, DBF shall furnish the ENGINEER complete data from the manufacturer of the type of PVC pipe and fittings DBF proposes to install. C. C900 plastic gravity sewer pipe (or SDR 18) shall conform to ANSI/AWWA standard for pipes 4 inch through 12 inch made from class 12454-A or class 12454- B material. C-900 or C-905 plastic gravity sewer pipe will be required to be installed where the depth of installation is 12 foot or deeper. C-900 or C-905 plastic gravity sewer pipe (SDR 18) shall conform to ANSI/AWWA for pipe 14 inch through 48 inch made from class 12454- B material. D. Ductile iron pipe shall be epoxy lined and conform to ANSI/AWWA standard C151/A21.51 and C150/A21.50. E. DIP pipe shall conform with pressure class 350 for 4 inch through 24 inch. SECTION 02722 SANITARY SEWERAGE SYSTEM . 2.2 SUBMITTALS A. Shop Drawings: Shop drawings of all sanitary sewerage system products and materials shall be furnished as specified in Section 01340, "Shop Drawings, Product Data and Samples" 2.3 FORCE MAIN A. Pipe Material 1. Force main shall be Protecto 401 (or approved equal) epoxy lined ductile iron pipe as specified on the plans. All pipes material shall be in accordance with material specified in Section 02610 “Piping General”. PART 3 EXECUTION 3.1 GRAVITY SEWER INSTALLATION A. All sewer pipes shall be true to line and grade with bells up grade. The sections of the pipe shall be so laid and fitted together that when complete, the sewer shall have a smooth and uniform invert. The pipe shall be maintained clean. All pipe shall be free from defects. Trenches shall be kept dry while the pipe is being laid. B. Bedding of the pipe shall consist of well graded ASTM C33 #67 rock or better, requiring the bottom of the trench to be shaped to fit the bottom of the pipe for distance equal to one-half of the outside diameter of the pipe. Bell holes shall be deep enough to ensure proper bearing of the pipe barrel on the bedding. C. All joints shall be carefully fitted so as to ensure a tight waterproof joint. Joints shall not be covered until approved by the CITY. The exposed end of all pipes shall be protected so as to prevent dirt or other debris from entering the pipe. Pipes shall be thoroughly flushed at the completion of the work. D. SDR 26 shall be per ASTM D2321 with Class I embedment material. E. A minimum cover of thirty (30) inches is required for DIP and thirty-six (36) inches for PVC pipe unless otherwise shown on the plan and approved by the CITY. 3.2 SERVICE LATERAL CONNECTIONS A. All connections, which are for future use, shall be properly capped. No pipe shall be cut for connections unless approved by the CITY. Wyes for service connections shall be installed as shown on the plans. The upper end of service connections shall be laid at a depth not less than 36 inches nor more than 48 inches below finish grade elevation, unless specifically noted otherwise on plans. All private property connections shall have a minimum slope of 1%. Additional cleanouts are required on all lateral connections over 75 feet in length. DBF is to take all necessary measures to ensure that all private property connections to existing main are switched over the new sanitary sewer facilities prior to abandonment of existing main. 3.3 ABANDONMENT OF PIPELINE IN PLACE A. All sanitary sewer gravity or force mains shown on the drawings to be abandoned in place shall be properly cut and plugged after new mains or services are installed SECTION 02722 SANITARY SEWERADE SYSTEM and service is properly restored to the homeowner. The pipeline shall be filled with concrete one foot from end of pipe as specified in Division 3 - Concrete, and Section 03010. Excavation, backfill, and restoration shall be executed in accordance with requirements for removing existing and installing new pipelines. 3.4 TESTS A. After the joints have been inspected and approved, backfilling may be done until backfilled to one foot over the pipes. Backfilling shall be in accordance with Section 02221 of these Specifications. B. After backfilling gravity sewers to the pavement rock base, the ENGINEER will "lamp" the lines between MAS. If this alignment is true and no pipes are broken or misaligned, the backfilling shall be completed. After the Engineer has determined that the pipe has been properly backfilled and sufficient time has passed to allow any settlement but not more than 30 days after backfill, a deflection test is to be performed on all sections of gravity pipeline between MAS. Refer to SECTION 02723 for details on sanitary sewer pipe video requirements. C. Tests for water tightness of gravity sewers shall be made by the DBF in the presence of the ENGINEER. The sewer and connections shall not leak under the normal exterior ground water pressure at a rate in excess of 100 gallons per inch of diameter per mile per 24 hours for any section of line up to 15 inches in diameter. Special consideration shall be given to leakage allowance for sizes larger than 15 inches in diameter. Exfiltration from individual MAS shall not exceed 4 gallons in 24 hours. A maximum run of 3 MAS may be used per test. D. Where the crown of the pipe is below the natural ground water table at the time and place of testing, the pipe shall be tested for infiltration. Suitable watertight plugs shall be installed and sections of pipe to be tested shall be pumped dry before start of the test. Where the crown of the pipe is above the natural water table, the pipe shall be tested for exfiltration by installing necessary plugs and filling pipes and MAS with water and maintaining a static head of water of two feet above the crown of the pipe during the test. Exfiltration tests shall be conducted on gravity lines, building and house lateral lines, unless waived by the ENGINEER. With sanitary sewers, the water level or internal pressure to be used for exfiltration tests shall be determined by the ENGINEER. E. All visible leaks, regardless of results of infiltration tests, shall be repaired. All repairs shown necessary by the tests are to be made, broken or cracked pipe replaced, all deposits removed, the sewer left true to line and grade and entirely clean, free from lumps of cement, protruding gaskets, bulkheads, etc., and ready for use before final acceptance is made. F. Repair of any defects found in the system are to be completed at the expense of the DBF. G. On sanitary sewers, final infiltration and exfiltration tests shall be made by the DBF at their expense after all limerock base installations are completed and the sewers are cleaned and ready for use. H. The ENGINEER shall maintain a record showing date and time of inspection, calculation of allowable exfiltration or infiltration and amount of measured SECTION 02722 SANITARY SEWERAGE SYSTEM . exfiltration or infiltration. I. DBF will provide video of the sanitary sewer pipe installed. Video review of gravity sanitary sewer pipe will be performed by the ENGINEER and reviewed for compliance with the CITY Sewer Standard Details. First lift of rock must be installed before the gravity sewer pipe is videoed and available for review and approval by the ENGINEER. 3.5 WARRANTY A. Repair and replacement. Any repairs or replacement necessitated by mechanical failure due to faulty materials, improper installation or poor quality of work shall be completed within five (5) days after notification by the ENGINEER. At the expiration of this time, the OWNER shall be entitled to have work done by others at the expense of the DBF. Such repair work done by others shall not void the warranty nor the responsibility of the DBF for the balance of the installation by the DBF. END OF SECTION 02722 SECTION 02722 SANITARY SEWERADE SYSTEM 02900 - 10 PART 1 GENERAL 1.1 RELATED DOCUMENTS A. All applicable provisions of the Bidding and Contract Requirements, and Division 1- General Requirements shall govern the WORK under this section. 1.2 WORK INCLUDED A. The work included in this section consists of furnishing all labor, supplies equipment and materials necessary to complete the installation of all landscaping as shown on the Plans as base bid including the installation of sod and seeding as shown, as well as all other related responsibilities as described in these Specifications and accompanying plans. B. Installation: All plant materials included shall be of the specific size and quality indicated on the plans and in these specifications and shall be installed in strict accordance with sound nursery practices and shall include maintenance and watering for all work outlined on the plans and specifications until final acceptance. C. Quantities and Locations: The CITY reserves the right to adjust the number and locations of the designated types and species to be used at any of the locations shown in order to provide for any modifications which might become necessary. 1.3 RELATED WORK A. Section 02910 – Sodding 1.4 QUALITY ASSURANCE A. Responsibility for Assuring Quality Work: The DBF'S Superintendent shall be well versed in Florida plant material, planting operations, blueprint reading, and coordination with other performing contracts or services in the job area. B. All employees shall be competent and highly skilled in their particular job in order to properly perform the work assigned to them. The DBF shall be responsible for maintaining the quality of the material on the job throughout the duration of the CONTRACT. C. Correct Grade of Plants: In the event that it becomes apparent that any nursery supplying plants for this work has knowingly and consistently represented the grade of plants as being higher than their actual grades as determined under these provisions, all plants already delivered from such sources shall be removed from the job at the DBF'S expense, and no further plants will be accepted from such nursery until written evidence is submitted and confirmed that all material for delivery has been inspected and approved by inspectors of the State Plant Board as being of the grade as represented. D. Authority for Nomenclature, Species, Etc.: All plant material shall conform to the names given in Hortus Third, 1976 edition. Names of varieties not included therein conform generally with names accepted in the nursery trade. E. Grade Standards: All plant materials shall be nursery grown except where specified as collected material, and shall comply with all required inspections, grading standards and plant regulations as set forth by the Florida Department of Agriculture's "Grades and Standards for Nursery Plants" revised 1973, or with any . SECTION 02900 LANDSCAPE WORK superseding specifications that may be called for on the Plans or in the Specifications. ALL PLANTS NOT LISTED IN THE GRADES AND STANDARDS FOR NURSERY PLANTS, shall conform to a Florida No. 1 as to: (1) Health and Vitality, (2) Condition of Foliage, (3) Root System, (4) Freedom from Pest or Mechanical Damage, (5) Heavily Branched and Densely Foliated according to the accepted normal shape of the species, or sport, (6) Form and branching habit. F. Balled and Burlapped (B&B) and Wire Balled and Burlapped (WB&B) Plants: These plants shall be properly protected until they are planted. The plant shall be handled only by the earth ball and not be the plant itself. G. Any (B&B) or (WB&B) plant which shows evidence of having handled by a method other than the method outlined above and resulting in a cracked or broken ball or of the roots being loosened within the ball shall be rejected. H. For plants grown in soil of loose texture, which does not readily adhere to the root system, (especially in the case of large plant material), WB&B plants may be specified. For WB&B plants, before plant is removed from the hole, sound hog wire shall be placed around the burlapped ball and looped and tensioned until the burlapped ball is substantially packaged by the tightened wire netting, such as to prevent disturbing of the loose soil around the roots during handling. Any wire, synthetic material or chemically treated material will be removed from the rootball at planting time, all ties shall be removed from the rootball and around the trunk at planting. I. Container Grown Plants (CG): Any Container Grown (CG) plants, which have become "pot bound" or for which the top system is out of proportion (larger) to the size of the container, will not be acceptable. J. With metal containers, unless the root-ball system slips easily and unbroken from the can, a nursery can-cutter shall be used to slit the can in such a way that the can may be opened fully. K. CG plants shall not be removed from the can until immediately before planting, and with all due care to prevent damage to the root system. L. Submit to the CITY the names and locations of nurseries proposed as sources of acceptable plant material. The CITY reserves the right to visit the nursery to inspect and/or select the specified material. M. The CITY will be included in the hand selecting of all Live Oaks for the project. 1.5 DELIVERY, STORAGE AND HANDLING A. Inspection and Transporting: Movement of nursery stock shall comply with all Federal, State, and local laws and regulations. Therefore, required inspection certificates shall accompany each shipment, and shall be filed with the CITY. B. Wrap root balls with burlap. Wire wraps burlap if root ball is not sufficiently compacted. Palms will not require burlap wrapping if the following requirements are met: 1. Dug from marl or heavy soil that adheres to roots and retains shape without shattering. 2. Moistened material used to cover ball and roots not exposed to wind and sun. 3. Transport material on vehicles large enough to allow plants not to be crowded. Plants shall be covered to prevent wind damage during transit and 02900 - 10 SECTION 02722 SANITARY SEWERADE SYSTEM shall be kept moist, fresh and protected at all times. Such protection shall encompass the entire period, which the plants are in transit, being handled, or are in temporary storage. C. All plant material shall not remain on the work site longer than two (2) days prior to being installed. 1.6 SUBSTITUTIONS A. Substitutions of plant types or change in the size of plant material will only be permitted upon submission of documented proof that the particular plant type and size specified is not obtainable. B. Where B&B or WB&B plants are specified, CG plants of the same species, etc., will not be accepted. Where a B&B or WB&B is not specified on a particular plant material, B&B, WB&B or CG plants may be used provided they meet all specifications. 1.7 GUARANTEE A. All plant material shall be guaranteed for a minimum of one (1) calendar year from the time of final acceptance. 1.8 REPLACEMENT A. The guaranteeing of plant material shall be construed to mean the complete and immediate replacement of plant material if it is: 1. Not in a healthy growing condition. 2. There is a question to its survival ability at the end of the guarantee period. 3. It is dead. 1.9 SIZE, QUALITY AND GRADE OF REPLACEMENT A. Replacement plant material shall be of the same species, quality and grade as that of the plant to be replaced. The size of the replacement shall not necessarily be the same size as the original specified plant at its initial planting but shall closely match specimens of the same species. Replacements shall be guaranteed for a period equal to the originally specified guarantee. This guarantee period shall begin at time of plant replacement. 1.10 GUARANTEE NULL AND VOID A. The guarantee shall be null and void for plant material which is damaged or dies as a result of "Act of God" limited to hail, freeze, lightening, winds which exceed hurricane force, and lethal yellowing, providing the plant was in a healthy growing condition prior to these "Acts of God". PART 2 MATERIALS 2.1 PLANT MATERIAL A. Florida No. 1: Except where another grade is specifically called for in the Plans, all plant material shall be no less than Florida No. 1 at the time of final inspection immediately prior to the acceptance by the OWNER. . SECTION 02900 LANDSCAPE WORK B. Habit of Growth: All plant material shall have a habit of growth that is normal for that species and shall be sound, healthy, vigorous and free from insects, plant diseases, injuries, and dead limbs. C. Branching, Leafing, Measurements and Ball Sizes: 1. Trees and Shrubs: Requirements for the measurement, branching character, ball diameter, depth and other standards shall follow the Code of Standards recommended by the American Association of Nursery Stock, Bulletin Z-60.1- 1973 and as revised. 2. Palms: Requirements for the measurement of clear trunk, clear wood and graywood ball diameter and depth shall comply with requirements as set forth by the Florida department of Agriculture's "Grades and Standards for Nursery Plants, Part II for Palms and Trees". D. Die-Back and Leaf-Drop: Plant material showing signs of die-back or leaf-drop will not be accepted and must be removed from the job immediately if so directed by the CITY. Therefore, any plant material with tendencies toward leaf-drop or dieback must be root pruned early enough to provide a sound network of hair roots prior to relocation to the job site. E. Mechanical Destruction of Foliage: Mechanical destruction of foliage resulting from root pruning shall not effect more than 10% of the total foliage prior to planting on the job site. Loss of foliage caused by seasonal change will be accepted. F. Spanish Moss: If Spanish Moss (Tillandsia usneoides) exists on plant material, it shall be completely removed prior to planting on the job site. G. Palms: Before transporting, see Delivery, Storage and Handling; for requirements related to wrapping of root balls. 1. Remove a minimum of fronds from the crown of the palms to facilitate transporting and handling. 2. Palms with burn marks, nail holes, and frond boots on trunk shall not be accepted. 3. Using untreated burlap strip or untreated cotton twine, tie Sabal Palmetto buds and leave in place until Palmetto is established. Tying shall be as set forth in Florida Department of Agriculture's "Grades and Standards for Nursery Plants". Tying of other palms shall be at the option of the DBF. 4. To reduce head volume, Palm fronds may be taper trimmed by not more than one- third (1/3). 5. Palm trees showing cable or chain marks and equipment scars shall be rejected. H. Chlorosis: The allowable level of Chlorosis in foliage shall be as set forth in the Florida Department of Agriculture's "Grades and Standards for Nursery Plants". 2.2 PLANTING SOILS A. General Type: All plant material with the exception of Sabal Palmetto shall be planted with planting soil mixed with 50% original soil, if the soil is of good quality, as determined by the CITY. The planting soils shall be sandy loam (50% sand, and 50% muck) typical of the locality. The soil must be taken from ground that has never been stripped, with a slight acid reaction (5.5 to 6.5 pH) and without an 02900 - 10 SECTION 02722 SANITARY SEWERADE SYSTEM excess of calcium or carbonate. Soil shall be delivered in a loose friable condition. B. Special Type: Planting soil for palms shall be a good grade of salt free sand, which is free of all weeds. 2.3 WATER A. Water shall be potable, from municipal water supplies or other sources, which are approved by a public health department. 2.4 MULCH A. Mulch shall be Eucalyptus mulch or other approved non-native tree bark mulch. It must be uniformly shredded and be free from pieces of bark larger than 1 inch, foreign matter, weed seeds and any other organic or inorganic material. Submit sample for approval. DBF shall apply one application at initial installation and a second application prior to final acceptance. 2.5 FERTILIZER A. New Plant Material: Trees, palms and shrubs, fertilize with Agriform planting tablets, 20- 20-5 formula, 21 gram or approved equal. B. New Ground Covers: Fertilize with an approved fertilizer of fifty percent (50%) or greater organic 6-6-6 or 8-8-8 with minor elements including, but not limited to, iron zinc and manganese. C. Composition of Quality: All fertilizer shall be uniform in composition and dry. Granular fertilizer shall be free flowing and delivered in manufacturers standard container with name of material, weight and guaranteed analysis printed on container. Tabletized fertilizer shall be delivered in unopened containers or boxes. All bags, containers or boxes shall be fully labeled with the manufacturer's analysis. Submit labels to CITY for approval prior to placement of fertilizer. D. All shall comply with the State of Florida fertilizer laws. 2.6 PRUNING PAINT A. Pruning paint shall be commercial tree paint, which is waterproof, antiseptic, adhesive, elastic and free of kerosene, water, cresol, and any other substances harmful to plant material. 2.7 VEGETATIVE ROOT INHIBITOR A. A vegetative root inhibitor shall consist of a polypropylene fabric with root control time- release modules of Trifluralin with an effective life of 100 years or approved equal B. Vegetative root inhibitor shall be Bio-Barrier as manufactured by Reemay, Inc. or approved equal. PART 3 EXECUTION 3.1 INSPECTION A. Utilities: The location and existence of utilities (overhead and underground) shall be thoroughly investigated and verified by the DBF before the work begins in the SECTION 02900 LANDSCAPE WORK such deeper planting however, it will be required that the underlying soil be . area of said utilities. The DBF shall exercise care in digging and work so as not to damage existing utilities in said areas, such as underground pipes, cables, wires, etc. Should such overhead or underground obstructions be encountered which interfere with planting, the CITY shall be consulted immediately in order for a decision to be made on the relocations of plant material to clear such obstruction. The DBF shall be responsible for the immediate repair of any damage to utilities caused by DBF’s work. 3.2 PREPARATION A. Staking Plant Locations: Plant locations must be staked or marked prior to plant hole excavation or placing on deck, by scaling the plants from existing features found on-site and shown on the plans or by given dimensions if shown. B. Spacing of Shrubs: Shrub beds located next to another bed, walkway, structure, etc., shall have the plants along the perimeter spaced so that the plants can mature properly without growing into the other bed, walkway, structure, etc. C. Excavation of Plant Holes: Excavation of plant holes shall be roughly cylindrical in shape with the sides approximately vertical. The CITY reserves the right to adjust the size and shape of the plant hole and the location of the plant in the hole to compensate for unanticipated structures or unanticipated factors. All plant holes shall be sufficiently deep to allow the rootball to set on existing soil and have root collar at grade level. Plants shall be centered in the holes with the tree trunk locations scaled from existing permanent structures as shown on the drawings. Plants shall be set straight or plumb in locations. All plant holes to accommodate plants with ball sizes less than 24 inches in diameter shall be at least 18 inch greater than the diameter of the ball. All plants holes to accommodate plants with ball sizes two feet (2') and larger in diameter shall be at least twice the diameter of the ball. The excavated material from the plant holes may not be used to back-fill around the plant material. Such material shall be disposed of either on the project site or off the site as directed by the CITY. Plant holes for shrub material planted in mass shall meet all requirements listed above for plant holes. However, they shall not be individual holes but one continuous hole or excavation. Plant holes for hedge material shall also meet all requirements listed above for plant holes, however, a continuous trench shall be used in lieu of individual holes. 3.3 INSTALLATION A. Setting of Plants: 1. When lowered into the hole the plant shall rest on the prepared hole bottom such that the roots after settlement are level, or slightly above the level of its previous growth condition and the final level of the ground around the plant shall conform to the surrounding grade. The plants shall be set straight or plumb or normal to the relationship of their growth prior to transplanting. The CITY reserves the right to realign any plant material after it has been set. 2. Palms of the Sabal species may be set deeper than the depth of their original growth condition in order to lessen the necessity for support or bracing. For SECTION 02722 SANITARY SEWERADE SYSTEM 02900 - 10 friable and that the clear trunk requirements set forth in the plant list be maintained from the finished grade and NOT from the previous grade of the palm trees before it was transplanted. 3. Plant material of the shrub category and smaller must be handled by the ball only. Plant material too large for hand handling, if moved by winch or crane, must be thoroughly protected from chain, rope or cable marks, girdling, bark slippage, limb breakage and any other damage that might occur by improper handling or negligence. 4. All palm trees handled by the trunks must be wrapped with burlap and wood battens, held in place by banding strips as called for in the details. B. Backfilling: 1. Use planting soils approved by the City. Backfill to the bottom two thirds of the planting hole and firmly tamp and settle by watering as backfilling progresses. After having tamped and settled the bottom two thirds (2/3) of the hole, thoroughly puddle with water and fill remaining one third (1/3) of the hole with planting soil, tamping and watering to eliminate air pockets. C. Application of Fertilizer: 1. Fertilize New Planting (Trees, Palms and Shrubs) as follows: a. Specified Container Size Application Rate 1 gallon container 1 tablet 3 gallon container 2 tablets 5 gallon container 3 tablets 7 gallon container 5 tablets b. Large tubs or boxes and B&B material shall receive one (1) tablet for each one- half (1/2) inch of trunk diameter (measured three (3) feet from ground). For large shrubs, one (1) tablet for each one (1) foot of height or spread. D. Mulch: Within 24 hours after planting, planting areas must be mulched as called for in these specifications. The mulch shall be uniformly applied to a depth of two (2) inches over all shrub, tree and groundcover areas and any areas indicated on the plans. E. Staking and Guying shall be installed within 24 hours; in accordance with details. F. Initial Watering: Initially, water the plant material to develop uniform coverage and deep- water penetration of at least six inches (6"). Avoid erosion, puddling, and washing soil away from plant roots. G. Hand Watering: Provide hand watering of plant material as necessary subject to weather conditions, to maintain healthy growing conditions until final acceptance. This shall be in addition to water received from irrigation system, if any. H. Pruning 1. The amount of general pruning shall be limited to the minimum necessary to remove dead or injured twigs and branches and to compensate for the loss of roots as a result of transplanting operations. Pruning shall be done in such a manner as not to change the natural habit of shape of a plant, and in accordance with National Arborist Association standards for pruning. 2. All broken or damaged roots shall be cut off smoothly. The tops of all trees SECTION 02900 LANDSCAPE WORK . shall be pruned in a manner complying with standard horticultural practices. All cut surfaces of one-half inch (1/2") or more in diameter above ground level shall be treated with approved commercial tree paint. I. Weeding: In the event that weeds or undesirable vegetation becomes prevalent to such an extent that they threaten plant material, they shall be removed as directed by the CITY. If necessary, the plant material and/or planting soil shall be replaced as needed to eliminate the weeds at the expense of the DBF. 3.4 CLEANING AND PROTECTION A. Disposal of Trash: All debris and other objectionable material created through planting operations and landscape construction shall be removed completely on a daily basis from the job or as directed by the CITY. Excess soil shall be disposed of as directed by the CITY. B. Responsibility for Protection and Restoration of Property: The DBF shall be responsible for all damage to property whether it is accidental or necessary for the completion of the contract. C. Protection Against Mechanical Damage: The DBF's responsibility for protection against mechanical damage shall include providing protection from vehicles and providing warning signs and barricades as might be necessary and DBF shall repair, restore and replace any planting areas which become damaged as a result of any negligence of the DBF or DBF’s employees in complying with these requirements. Coordination shall be with the OWNER. D. Responsibility Prior to Final Acceptance: 1. Maintenance shall begin immediately after each plant is planted and continue until final acceptance. 2. Plants shall be watered by hose, soaking thoroughly each day for the first two weeks (14 calendar days) and every other day for the following two week period. Soaking then shall continue on a twice weekly basis for another period of three (3) weeks for material over five feet (5') height, amounting to a total of 28 days after installation of planting under five feet (5') and a total of 45 days for plants over five feet (5'). All watering is required without regard to an irrigation system. 3. Plant maintenance shall include watering, pruning, weeding, cultivating, mulching, tightening and repairing of guys, stakes, braces, etc., replacement of sick or dead plants, resetting plants to proper grades or upright position and maintenance of the watering saucer, and all other care needed for proper growth of the plants. Plant material rejected during the course of the construction shall be removed within five (5) working days and replaced before the inspection for completion will be scheduled. 4. During the maintenance period and up to the issuance of Certificate of Final Acceptance, the DBF shall do all seasonal spraying and/or dusting of all planting. The materials and methods shall be in accordance with the highest standard nursery practices and as recommended by the CITY prior to implementation. 5. Planting areas and plants shall be protected against trespassing and SECTION 02722 SANITARY SEWERADE SYSTEM 02900 - 10 damage. If any plants become damaged or injured they shall be treated or replaced, as directed and in compliance with this specification. No work shall be done within or over planting areas or adjacent to plants without proper safeguards and protection. END OF SECTION 02900 . SECTION 03010 CONCRETE PART 1 GENERAL 1.2 RELATED DOCUMENTS A. All applicable provisions of the Bidding and Contract Requirements, and Division 1- General Requirements shall govern the WORK under this section. 1.2 WORK INCLUDED A. Provide all labor, materials, necessary equipment and services to complete the concrete work, as indicated on the drawings, as specified herein or both, except as for items specifically indicated as "NIC ITEMS". B. Including but not necessarily limited to the following: 1. Form work, shoring, bracing and anchorage. 2. Concrete reinforcement and accessories. 3. Cast-in-place concrete. 4. Plugging abandoned pipelines and/or structures in place. 1.2 RELATED WORK A. Section 02510 - Concrete sidewalk B. Section 02513 - Asphaltic Concrete Paving – General C. Section 03300 - Cast-in-Place Concrete. D. All applicable sections of Division 1, 2, 3 and 4. 1.2 QUALITY ASSURANCE A. All work shall be in accordance with ACI 301, latest edition, a copy of which shall be maintained on site. B. Requirements of Regulatory Agencies: perform work in accordance with local building and other applicable codes. C. Installation: Performed only by skilled laborers with satisfactory record of performance on completed projects of comparable size and quality D. Inspection and Testing 1. Test Cylinders - As per ASTM C-39. a. Minimum of three (3) concrete test cylinder shall be taken for every 75 or less cubic yards of concrete placed each day. b. Minimum of one (1) slump test shall be taken during any cold weather concreting, and be cured on job site under same conditions as the concrete it represents. 2. Slump Test - As per ASTM C-143. a. Minimum of one (1) slump test shall be taken for each set of test cylinders taken. 1.2 SUBMITTALS A. Test Reports: Reports of concrete compression, yield, air content and slump tests. B. Certificates: 1. Manufacturer's certification that materials meet specification requirements. 2. Material content per cubic yards of each class of concrete furnished. a. Dry weights of cement. SECTION 03010 CONCRETE b. Saturated surface-dried weights of fine and coarse aggregate. c. Quantities, type and name of all mixtures. d. Weight of water. 3. Ready-mix delivery tickets as per ASTM C-94. C. Shop Drawings: 1. Show sizes and dimensions for fabrication and placing of reinforcing steel and bar supports. 2. Indicate reinforcement sizes, spaces, locations and quantities or reinforcing steel, and wire fabric, bending and cutting schedules, splicing and supporting and spacing devices. 3. Indicate formwork dimensioning, materials, arrangement of joints and ties. 4. Shop drawings shall be prepared under seal of a Professional Structural Engineer, registered in the State of Florida. 1.2 DELIVERY, STORAGE AND HANDLING A. Deliver reinforcement to project site in bundles marked with metal tags indicating bar size and length. B. Handle and store materials to prevent contamination. 1.2 JOB CONDITIONS A. Allowable concrete temperatures: 1. Hot weather: Maximum 90 degrees F as per ASTM C-94. B. Do not place concrete during rain, unless protection is provided. PART 2 PRODUCTS 2.1 FORM MATERIALS A. Materials shall conform to ACI 301, latest edition B. Plywood forms: Douglas Fir Species, solid one side, form grade, sound undamaged sheets. C. Lumber: Southern Pine Species, No. 2 Grade, with grade stamp clearly visible. D. Form Ties: Removable, snap-off metal, of fixed and adjustable length, cone ends. E. Tubular Column Type: Round, spirally wound laminated fiber material, clearly visible. 2.2 REINFORCING STEEL A. Reinforcing steel shall conform to ASTM A615, 60 ksi yield grade billet steel reformed bars; uncoated finish. B. Welded steel wire fabric shall confirm to ANSI/ASTM A185, plain type; coiled rolls, uncoated finish. 2.3 CONCRETE MATERIALS A. Cement: shall conform to ASTM C150, normal Type II Portland, gray color. B. Fine and coarse aggregate shall conform to ASTM C33. C. Water: clean and not detrimental to concrete. SECTION 03010 CONCRETE . 2.4 ADMIXTURES A. Air Entraining: ASTM C-260 B. Chemical: Type (as required) ASTM C-494. C. Fly Ash and Pozzolans: ASTM C-618 D. Color - Conditioned Concrete: ASTM C-494 and ASTM C-979 2.5 ACCESSORIES A. Non-shrink grout: pre-mixed compound with non-metallic aggregate, cement, water reducing and plasticizing agents; capable of minimum compressive strength of 3500 psi. B. Construction joints: locate and install construction joints, which are not shown on drawings, so as not to impair strength and appearance of the structure, as acceptable to the CITY. Place construction joints perpendicular to the main reinforcement, continue reinforcement across construction joints. C. Expansion joints: shall be a minimum of 3/4-inch thick asphalt impregnated fiberboard as per ASTM D-1751. D. Form release agent shall be a colorless material, which will not stain concrete, absorb moisture or impair natural bonding or color characteristics of coating intended for use on concrete. E. Water shall be clear and potable. 2.6 CURING MATERIALS A. Water shall be clean and potable. B. Absorptive mat shall be burlap fabric of 9 oz./sq. yd. clean, roll goods complying with AASHTO M182, Class 3. C. Membrane curing compound shall conform to ASTM C309. D. Clear Sealer: "Clear Bond" as manufactured by Guardian Chemical Co., Dayton Day- Chem Cure-W (J-9-A) or approved equal. E. Color curing compound shall be liquid membrane-forming conforming to ASTM C 309 two- component Lithochrome Colorwax by L.M. Scofield Company, or approved equal, color to match admixture for color-conditioned concrete. 2.7 CONCRETE MIX A. Mix concrete in accordance with ASTM C94. B. Concrete: 1. Compressive strength (28 days): 3000 psi. 2. Slump: 4(+) 1 inch. C. Concrete / Flowable fill for grouting and plugging: 1. Compressive strength (28 days) 2000 psi. 2. Slump: as required to grout and plug. PART 3 EXECUTION 3.1 FORMWORK ERECTION A. Verify lines, levels, and measurement before proceeding with formwork. B. Hand trimmed sides and bottom of earth forms; remove loose dirt. SECTION 03010 CONCRETE C. Align form joints. D. Do not apply form release agent where concrete surfaces receive special finishes or applied coatings, which may be affected by agent. E. Coordinate work of other sections in forming and setting openings, slots, recesses, chases, sleeves, bolts, anchors and other inserts. 3.2 REINFORCING A. Place, support and secure reinforcement against displacement. 3.3 PLACING CONCRETE A. Color Conditioned concrete, when batching, shall not be less than one-third of the capacity of the mixing drum (a minimum of four yards for a ten-yard mixer) and will be in full cubic yard increments. B. Notify CITY minimum 24-hours prior to commencement of concreting operations. C. Scratch, float, trowel, broom or belt finish surfaces, as scheduled or indicated on the Drawings. D. Place 2000 psi concrete for pugging and grouting pipelines and structures in-place as required after proper connection to new service and function of system is completes. 3.4 TOLERANCES A. Provide Class B tolerance to floor slabs according to ACI 301. Pitch to drains 1/4 inch per foot. 3.5 FINISHES FOR EXPOSED SURFACES A. Provide exposed surfaces with finishes as called for on the Drawings. 3.6 CONCRETE CURING A. Curing for standard grey work after finishing, cure concrete by keeping moist for one (1) week after placement. Floors and vertical surfaces may be sprayed with an approved curing compound to retard evaporation of water, if spraying is not objectionable because of future finishing requirements. Begin curing operations as soon as concrete has attained its initial set. Keep exposed concrete surface moist for at least one (1) week. B. Apply a liquid membrane-forming compound, conforming with ASTM C 309, color to match that of the color condition concrete. Apply on flat work immediately after the finishing operation pursuant to the manufacturer’s recommendations. END OF SECTION 03010 SECTION 03100 CONCRETE FRAMEWORK . PART 1 GENERAL 1.1 RELATED DOCUMENTS A. All applicable provisions of the Bidding and Contract Requirements, and Division 1- General Requirements shall govern the WORK under this section. 1.2 WORK INCLUDED A. Formwork for Cast-In-Place Concrete, with shoring, bracing, and anchorage. B. Openings for other affected work. C. Form accessories. D. Stripping forms. 1.3 RELATED WORK A. Section 03010 - Concrete. B. Section 03300 - Cast-In-Place Concrete. 1.4 SYSTEM DESCRIPTION A. Design, engineer and construct formwork, shoring and bracing to meet design code requirements, so that resultant concrete conforms to required shapes, lines, and dimensions. 1.5 QUALITY ASSURANCE A. Construct and erect concrete formwork in accordance with ACI 301 and 347. 1.6 SUBMITTALS A. Indicate pertinent dimensions, materials, and arrangement of joints and ties. B. Prepare shop drawings under seal of Professional Structural Engineer registered in the State of Florida. C. Manufacturers certification that materials meet specification requirements. 1.7 DELIVERY, STORAGE AND HANDLING A. Deliver, store and handle materials in accordance with manufacturers recommendations. B. Deliver form materials in manufacturer's packaging with installation instructions. C. Store off ground in ventilated and protected area to prevent deterioration from moisture or damage. D. Remove packaging from void forms. PART 2 PRODUCTS 2.1 FORM MATERIALS A. Plywood: Douglas Fir Species; medium density overlaid one side grade; sound, undamaged sheets with straight edges. B. Lumber: Southern Pine Species; No. 2 grade; with grade stamp clearly visible. C. Tubular Column: Round, of spirally wound laminated fiber type; surface treated with release agent; of size required. SECTION 03100 CONCRETE FRAMEWORK 2.2 FORMWORK ACCESSORIES A. Form Ties: Snap-off metal of adjustable length; cone type; 1 1/2 inch break back dimension; free of defects that will leave holes no larger than 1-1/4 inches diameter in concrete surface. B. Form Release Agent: Colorless material which will not stain concrete, absorb moisture, or impair natural bonding in color characteristics of coating intended for use on concrete. C. Fillets for Chamfered Corners: Wood strips or rigid PVC plastic in maximum possible lengths. D. Nails, Spikes, Lag Bolts, Through Bolts, Anchorages: Sized as required; or strength and character to maintain formwork in place while placing concrete. PART 3 EXECUTION 3.1 INSPECTION A. Verify lines, levels, and measurements before proceeding with formwork. 3.2 PREPARATION A. Hand-trim sides and bottoms of earth forms; remove loose dirt prior to placing concrete. B. Minimize form joints. Symmetrically align joints and make weathertight to prevent leakage of mortar. C. Arrange and assemble formwork to permit dismantling, stripping, so that concrete is not damaged during its removal. D. Arrange forms to allow stripping without removal of principal shores, where required to remain in place. 3.3 ERECTION A. Provide bracing to ensure stability of formwork. Strengthen formwork liable to be overstressed by construction loads. B. Camber slabs and beams to achieve ACI 301 tolerances. C. Provide temporary ports in formwork to facilitate cleaning and inspection. Locate openings at bottom of forms to allow flushing water to drain. Close ports with tight fitting panels, flush with inside face of forms, neatly lifted so that joints will be apparent in exposed concrete surfaces. D. Provide expansion strips on external corners of beams and columns, where exposed. E. Install void forms. Protect from moisture before concrete placement. Protect from crushing during concrete placement. F. Construct formwork to maintain tolerances in accordance with ACI 301. 3.4 APPLICATION OF FORM RELEASE AGENT A. Apply form release agent on formwork in accordance with manufacturer's instructions. Apply prior to placing reinforcing steel, anchoring devices, and embedded items. B. Do not apply form release agent where concrete surfaces are scheduled to receive SECTION 03100 CONCRETE FRAMEWORK . special finishes or applied coverings, which may be affected by agent. Soak contact surfaces of untreated forms with clean water. Keep surfaces wet prior to placing concrete. 3.5 INSERTS, EMBEDDED PARTS, AND OPENINGS A. Provide formed openings where required for work embedded in or passing through concrete. B. Coordinate work of other sections in forming and setting openings, slots, recesses, chases, sleeves, bolts, anchors, and other inserts. C. Install accessories in accordance with manufacturer's instructions, level and plumb. Ensure items are not disturbed during concrete placement. 3.6 FORM REMOVAL A. Notify CITY prior to removing formwork. B. Do not remove forms and shoring until concrete has sufficient strength to support its own weight, and construction and design loads which may be imposed upon it. Remove load- supporting forms when concrete has attained 75 percent of required 28-day compressive strength, provided construction is reshored. C. Formwork not supporting weight of concrete, such as sides of beams, walls, columns, and similar parts of the work, may be removed after cumulatively curing at not less than 50 degrees F for 24-hours after placing concrete, provided concrete is sufficiently hard to not be damaged by form removal operations, and provided curing and protection operations are maintained. D. Formwork supporting weight of concrete, such as beam soffits, joints, slabs and other structural elements, may not be removed in less than 14 days and until concrete has attained design minimum compressive strength at 28-days. Determine potential compressive strength of in place concrete by testing field-cured specimens representative of concrete location of members. E. Reshore structural members due to design requirements or construction conditions to permit successive construction. F. Remove formwork progressively so no unbalanced loads are imposed on structure. G. Do not damage concrete surfaces during form removal. H. Store reusable forms for exposed architectural concrete to prevent damage to contact surfaces. I. Remove formwork in same sequence as concrete placement to achieve similar concrete surface coloration. 3.7 CLEANING A. Clean forms to remove foreign matter as erection proceeds. B. Ensure that water and debris drain to exterior through clean-out ports. END OF SECTION 03100 SECTION 03300 CAST-IN-PLACE CONCRETE PART 1 GENERAL 1.1 RELATED DOCUMENTS A. All applicable provisions of the Bidding and Contract Requirements, and Division 1- General Requirements shall govern the WORK under this section. 1.2 WORK INCLUDED A. Provide all labor, materials, necessary equipment and services to complete the Cast-In- Place Concrete Work, as indicated on the drawings, as specified herein or both except as for items specifically indicated as "NIC ITEMS". B. Including but not necessarily limited to the following: 1. Cast-In-Place concrete walls, footings, foundation walls, paving, walks, slabs, formwork, reinforcing and all other components as indicated on the Drawings. 1.3 RELATED WORK A. Section 03010 - Concrete. B. Section 03100 - Concrete Form work. C. Section 03370 - Concrete Curing. D. Section 02510 - Concrete Sidewalk 1.4 QUALITY ASSURANCE A. Applicator Qualifications: Minimum of five years’ experience on 5 comparable concrete projects. B. Requirements of Regulatory Agencies: Perform work in accordance with local building codes. C. Allowable Tolerances: Flat work true to plane 1/8 inch in 10 feet. D. Slump tests as per ASTM C-143, and test cylinders as per ASTM C-39. 1.5 TESTS A. Submit proposed mix design of each class of concrete to appointed firm for review prior to commencement of work. B. Testing firm will take cylinders and perform slump and air entrainment tests in accordance with ACI 301 C. Tests of cement and aggregates will be performed to ensure conformance with requirements stated herein. D. Three (3) concrete test cylinders will be taken for every 75 cubic yards. or less of each class of concrete placed each day. E. One (1) slump test will be taken for each set of test cylinders taken. F. All testings shall be at the expense of the DBF. 1.6 SUBMITTALS A. Provide product data for specified products. B. Test Reports: Reports of concrete compression, yield, air content, and slump tests. C. Certificates: 1. Manufacturer's certification that materials meet specification requirements. SECTION 03300 CAST-IN-PLACE CONCRETE . 2. Ma a. terial content per cubic yard of each class of concrete furnished. Dry weights of cement. b. Saturated surface-dried weights of fine and coarse aggregate. c. d. Quantities, type and name of admixtures. Weight of water. 3. Ready-mix delivery tickets, ASTM C-94. D. Shop Drawings: 1. Show sizes and dimensions for fabrication and placing of reinforcing steel and bar supports. 2. Indicate bar schedules, stirrup spacing, and diagrams of bend bars. 3. Detail items of form systems affecting appearance of architectural concrete surfaces such as joints, tie holes, liners, patterns and textures. Show items in relation to entire form system. 1.7 DELIVERY, STORAGE AND HANDLING A. Deliver reinforcement to project site in bundles marked with metal tags indicating bar size and length. B. Handle and store materials to prevent contamination. 1.8 ENVIRONMENTAL REQUIREMENTS A. Allowable concrete temperatures: 1. - Hot Weather: Maximum 90° F as per ASTM C-94. B. Do not place concrete during rain, unless protection is provided. PART 2 PRODUCTS 2.1 MATERIALS & MANUFACTURERS A. Concrete Ready-Mix concrete ASTM C-94. a Cement: • ASTM C 150, Type II b Admixtures: • Air entraining: ASTM C-260 • Chemical: Type (as required) ASTM C-494. • Fly ash and pozzolans: ASTM C-618 • Vapor Barrier: 6-mil thick film of type recommended for below grade application. c Coarse aggregate: Not less than 50% clean, hard, crushed stone conforming to requirements of Table 2, size number 467 ASTM C-33. d Slump 4 inch maximum; plus tolerance 0, minus tolerance 1 inch. e Air content: 5% + 1%. f Mix proportioning: • In accordance with ASTM C-94. • 28 day compressive strength of moist cured laboratory samples 3,000 PSI. SECTION 03300 CAST-IN-PLACE CONCRETE B. Bars. • Use set retarding admixtures during hot weather only when approved by CITY. • Minimum cement contents 5 sacks/cubic yards. • Add air-entraining agent to concrete work exposed to exterior. g Curing Material: Liquid membrane, ASTM C-309, Type 1. h Mixes: • ASTM C-94. • Mix concrete only in quantities for immediate use. • Do not retemper or use set concrete. 1. Deformed billet steel: ASTM A 615, Grade 60. C. Wire Fabric: 1. Welded Wire Fabric Steel: ASTM A 185 D. Tie Wire: FS QQ-W-461-G, annealed steel, black 16 ga. minimum. E. Bar supports: Conform to "Bar Support Specification," CRSI Manual of Standard Practice. F. Forms: 1. Conform with ACI 347, Chapter 3, Material and Form Work. G. Lumber: 1. Softwood framing lumber: Kiln dried, PS-20. 2. Boards less than 1 1/2 inch thick and 2 inch wide, used for basic forms and form liners: Kiln dried. 3. Grade marked by grading rules agency approved by American Lumber Standards Committee. 4. Light framing or studs for board or plywood forms, 2 inch to 4 inch width and thickness Construction Standard grade. 5. Boards for basic forms Construction Standard grade. 6. Board surface: Smooth. H. Plywood: 1. Exterior type softwood plywood, PS 1-66. 2. Each panel stamped or branded indicating veneer grades, species, type and identification. 3. Wood faced plywood for architectural concrete surfaces. 4. Panel veneer grades: B - C. 5. Mill-oiled sides and mill-sealed edges of panels. I. Ties: 1. Materials: Stainless Steel. 2. Type: Snap Ties. 3. Depth of breakback: 1 inch. 4. Maximum diameter 1/4 inch. J. Form coatings: 1. Non-staining type. 2. Agent: Pine oil derivative. K. Water: Clean and potable. PART 3 EXECUTION SECTION 03300 CAST-IN-PLACE CONCRETE . 2.2 FORMWORK A. Conform to ACI 347, Chapter 2, Construction; and Article 4.2, architectural Concrete. B. Framing, Bracing and Plywood Form Liners: APA Form V 345-72. C. Provide temporary openings in framework for concrete placement. D. Fill voids of plywood joints with sealant and tool smooth. E. DBF is responsible for the design, construction, removal and complete safety of formwork and shoring. F. Form construction shall be provided to shape, lines dimensions of members shown; substantial, tight enough to prevent leakage, and properly braced or tied to maintain position and size, form sides and bottoms of members unless specifically excepted. 2.3 REINFORCING A. Fabrication shall be provided to latest ACI Manual of Practice ACI-315. B. Reinforcing free from excessive rust, scale or coating reducing bond. Bars bent cold in fabrication plant. Chairs, support bars, and other accessories furnished to carry and provide coverage as required by ACI Manual. C. Unless otherwise indicated the minimum coverage is 3-inch for footings (slabs to have 3/4 inch minimum). Call any "crowding" of reinforcement to CITYs attention during placing. D. Splices shall be Mesh 6-inch lap, bars 30 X diameter minimum. E. Conduit or pipes embedded in concrete must have specific approval and be located to avoid cracking or reduction in strength. Provide extra strong pipe sleeves where pipes are allowed to pierce concrete beams or walls. F. Placement: a Bar supports: CRSI 65. b Reinforcing bars: CRSI 63. G. Steel Adjustment: a Move within allowable tolerances to avoid interference with other reinforcing steel, conduits, expansion joints, or embedded items. b Do not move bars beyond allowable tolerances without concurrence of CITY. c Do not heat, bend, or cut bars without concurrence of CITY. H. Splices: I. Wire Fabric: a Lap splices: Tie securely with wire to prevent displacement of splices during placement of concrete. b Splice devices: Install in accordance with manufacturer's written instructions. c Welding: Perform in accordance with AWS Standards. d Do not splice bars except at locations shown on drawings without concurrence of CITY. a Install in longest practicable length. b Lap adjoining pieces one full mesh minimum, and lay splices with 16-gauge wire. SECTION 03300 CAST-IN-PLACE CONCRETE c Offset end laps in adjacent widths to prevent continuous laps. J. Cleaning: Remove dirt, grease, oil, loose mill scale, excessive rust, and foreign matter that will reduce bond with concrete. K. Protection During Concreting: Keep reinforcing steel in proper position during concrete placement. 2.4 JOINTS A. Construction pours shall be continuous pours except where joints are indicated. No additional joints except by special acceptance in writing by the CITY. Allow no construction or interrupted pour joints in any exposed surface, unless treated as part of design. a Where indicated and as detailed, provide saw cut type construction joints of sizes as called for on the drawings. B. Expansion joints shall be constructed as shown on drawings. a Expansion material shall be ½ inch continuous full depth strips set ½ inch below finish surface with ½ inch x ½ inch joint sealant filler above. 2.5 BUILT-IN ANCHORING DEVICES, FIXTURES, PIPE SLEEVES AND OTHER INSERTS A. Build-in and coordinate as required and called for on the drawings all items to be constructed into concrete such as anchoring devices, fixtures, piping, sleeves and other inserts and items as required for a complete installation. 2.6 INSPECTION A. Assure that excavation and formwork are completed, with smooth rubbed finish, and that excess water is removed. B. Check that reinforcement is secured in place. C. Verify that expansion joint material, anchors, and other embedded items are secured in position. D. Verify anchors, seats, plates, reinforcement, and other items to be cast into concrete are accurately placed, held securely, and will not cause hardship in placing concrete. 2.7 CONCRETE QUALITY A. Design of mix shall be a laboratory designed mix to satisfy the following requirements and shall be approved by the CITY. a Ready mixed concrete as per ASTM C-94 with 28 day strength 3,000 PSI minimum, for all standard grey concrete work. b Proportion the concrete to work readily into forms and around reinforcement, without excessive manipulation, segregation or water gain. Approved additives may be used to achieve the above results. c Slump shall be maximum 3 inch for footings, and for all other concrete shall be 3 inch to 5 inch. d Submit for approval representative test results by independent laboratory to SECTION 03300 CAST-IN-PLACE CONCRETE . substantiate proposed mix design. 2.8 PREPARATION FOR POURS A. Notify the OWNER's Representative, CITY and other inspectors at least 36 hours prior to inspection. B. Equipment forms, and reinforcing shall be clean and wet down, reinforcing firmly secured in place, runways set up and not resting on or displaying reinforcing. C. Prepare previously placed concrete by cleaning with steel brush and applying bonding agent. Apply bonding agent in accordance with manufacturer's instruction. D. At locations where new concrete is dowelled to existing work, drill holes in existing concrete, insert steel dowels, and pack solid with non-shrink grout. 2.9 PLACING A. Mixing and conveying shall be as per ASTM C-94 and as follows: a Maximum elapsed time from addition of water to placing in forms -60 minutes, (total mixing time). b Concrete handled and placed by methods, which keep concrete plastic, prevent separation of materials, and do not displace reinforcement. B. Deposit as close as possible to final position to avoid segregation of materials. Restrict drop to 3 foot maximum (less for exposed concrete), using tremie if necessary. a Compact by mechanical vibration to thoroughly work around reinforcing and eliminate honeycomb. C. Place concrete in accordance with ACI 301. D. Hot Weather Placement: ACI 301. E. Cold Weather Placement: ACI 301. F. Ensure reinforcement, inserts, embedded parts and formed joints are not disturbed during concrete placement. G. Maintain concrete cover around reinforcing as follows: Item Coverage Beams 1 1/2 inch Supported Slabs 3/4 inch Column Ties 1 1/2 inch Walls (exposed to weather or backfill) 2 inch Footings and Concrete Formed Against Earth 3 inch Slabs on Fill 2 inch H. Place concrete continuously between predetermined construction and control joints. Do not break or interrupt successive pours such that cold joints occur. I. Saw cut control joints at an optimum time after finishing. Use 3/16 inch thick blade, cutting 1/3 depth of slab thickness. J. Separate exterior slabs on fill from vertical surfaces with joint filler. Extend joint filler from bottom of slab to within 1/2 inch of finished slab surface. K. Excessive honeycomb or embedded debris in concrete is not acceptable. Notify CITY upon discovery. SECTION 03300 CAST-IN-PLACE CONCRETE 2.10 CONCRETE CURING A. Curing for standard grey work after finishing, cure concrete by keeping moist for one (1) week after placement. Floors and vertical surfaces may be sprayed with an approved curing compound to retard evaporation of water, if spraying is not objectionable because of future finishing requirements. Begin curing operations as soon as concrete has attained its initial set. Keep exposed concrete surface moist for at least one (1) week. B. Apply a liquid membrane-forming compound, conforming to ASTM C 309, color to match that of the color condition concrete. Apply on flat work immediately after the finishing operation pursuant to the manufacturer’s recommendations. 2.11 CONCRETE FINISHING A. Unexposed concrete work shall be patched and repaired immediately after removal of forms. a Cut off metal ties a minimum of 1 inch back from surface of concrete. b Moderate honeycomb cut out and prepared for patching. Severe honeycomb with exposed steel reinforcing is to be removed or "united" at the discretion of the CITY. c Wet areas for patching and pack carefully with rich mortar rubbed to match surface. B. Provide concrete surfaces to be left exposed, walls, columns, beams, with smooth rubbed finish. C. Provide Class B tolerances to floor slabs and toppings according to ACI 301. D. Pitch to drains 1/4 inch per foot. E. Exposed concrete work shall be patched and repaired as accepted by CITY after consultation. Patching and rubbing will be kept to a minimum if possible, but when necessary will be done with great care to obtain maximum degree of matching in color and texture to adjacent finished concrete surfaces F. Monolithic finish using care to obtain a level surface; floors out of level or with variation greater than 1/8 inch in 10 feet shall be corrected. G. All finishes shall be as called for on the drawings. 2.12 SEPARATE FLOOR TOPPINGS A. Prior to placing, roughen concrete base course and remove foreign materials. Broom and vacuum clean. B. Place dividers, edge strips, reinforcing and other items to be cast in. C. Apply bonding agent on base course in accordance with manufacturer's instructions. Apply sand and cement slurry coat on base course immediately prior to placing toppings. D. Place concrete floor toppings to required lines and levels. 2.13 PATCHING A. Notify CITY immediately upon removal of forms. B. Patch imperfections. SECTION 03300 CAST-IN-PLACE CONCRETE . 2.14 DEFECTIVE CONCRETE A. Modify or replace concrete not conforming to required levels and lines, details, and elevations. B. Repair or replace concrete not properly placed or of the specified type. 2.15 FIELD QUALITY CONCRETE A. Maintain records of placed concrete items. Record date, location of pour, quantity, air temperature, and test samples taken. 2.16 PROTECTION A. Immediately after placement, protect concrete from premature drying, excessively hot or cold temperatures, and mechanical injury. B. Maintain concrete with minimal moisture loss at relatively constant temperature for period necessary for hydration of cement and hardening of concrete. C. During curing period, protect concrete from damaging mechanical disturbances, water flow, loading, shocking, and vibration. 2.17 APPLICATION OF BOND COAT FOR CONCRETE LEVELING COAT FOR PAVERS AND TEXTURED SURFACES A. Provide installation as per manufacturer's standard printed specifications, instructions and recommendations. END OF SECTION 03300 SECTION 03300 CAST-IN-PLACE CONCRETE PART 1 GENERAL 1.1 RELATED DOCUMENTS A. All applicable provisions of the Bidding and Contract Requirements, and Division 1- General Requirements shall govern the WORK under this section. 1.2 WORK INCLUDED A. Maintenance of conditions for proper concrete curing. 1.3 RELATED WORK A. Section 03010 - Concrete. B. Section 03300 – Cast-in-Place Concrete C. Section 02510 - Concrete Sidewalk 1.4 QUALITY ASSURANCE A. Conform to requirements of ACI 301. 1.5 REFERENCES A. ACI 301 - Specifications for Structural Concrete for Buildings. B. ASTM C309 - Liquid Membrane-Forming Compounds for Curing Concrete. 1.6 SUBMITTALS A. Provide product data for specified products. 1.7 ENVIRONMENTAL REQUIREMENTS A. Maintain ambient temperature at 70 degrees F for three (3) days. PART 2 PRODUCTS 2.1 MATERIALS A. Water: Clean and not detrimental to concrete. B. Absorptive Mat: Burlap fabric of 9 ounce per square yard. Clean, roll goods. C. Curing Compound: As per ASTM C309. PART 3 EXECUTION 3.1 INSPECTION A. Verify concrete surfaces are ready for curing. 3.2 CURING COMPOUND A. Apply curing compound in two (2) coats with second coat at right angles to first. B. Apply in accordance with manufacturer's instructions. 3.3 SPRAYING A. Spray water over slab areas; maintain wet for three (3) days. 3.4 ABSORPTIVE MAT A. Saturate burlap side of burlap fabric mat. Place over slab areas, burlap side down; SECTION 03370 CONCRETE CURING . lap edges and ends 12 inches. Maintain in place for seven (7) days. 3.5 CONCRETE CURING A. Curing for standard grey work after finishing, cure concrete by keeping moist for one (1) week after placement. Floors and vertical surfaces may be sprayed with an approved curing compound to retard evaporation of water, if spraying is not objectionable because of future finishing requirements. Begin curing operations as soon as concrete has attained its initial set. Keep exposed concrete surface moist for at least one (1) week. B. Apply a liquid membrane-forming compound, conforming to ASTM C 309, color to match that of the color condition concrete. Apply on flat work immediately after the finishing operation pursuant to the manufacturer’s recommendations. C. Cure concrete as scheduled or indicated. D. Remove absorptive mat after curing. END OF SECTION 03370 SECTION 03300 CAST-IN-PLACE CONCRETE PART 1 GENERAL 1.1 RELATED SECTIONS A. Requirements specified within this section apply to all sections in Division 16, ELECTRICAL. Work specified herein shall be performed as if specified in the individual sections. 1.2 DESIGN REQUIREMENTS A. All electronic boards as part of electrical equipment shall meet the atmospheric conditions of the space the equipment is installed in. All electronic boards which are not installed in a conditioned environment shall be fungus-resistant. B. All electrical equipment shall be rated for the conditions the equipment is installed in. 1.3 STANDARDS, CODES, PERMITS, AND REGULATIONS A. Perform all work; furnish and install all materials and equipment in full accordance with the latest applicable rules, regulations, requirements, and specifications of the following: a. Local Laws and Ordinances. b. State and Federal Laws. c. National Electrical Code (NEC). d. State Fire Marshal. e. Underwriters' Laboratories (UL). f. National Electrical Safety Code (NESC). g. American National Standards Institute (ANSI). h. National Electrical Manufacturer's Association (NEMA). i. National Electrical Contractor’s Association (NECA) Standard of Installation. j. Institute of Electrical and Electronics Engineers (IEEE). k. Insulated Cable Engineers Association (ICEA). l. Occupational Safety and Health Act (OSHA). m. National Electrical Testing Association (NETA). n. American Society for Testing and Materials (ASTM). o. Florida Building Code, including Local County amendments. B. Conflicts, if any, which may exist between the above items, will be resolved at the discretion of the ENGINEER. C. Wherever the requirements of the Specifications or Drawings exceed those of the above items, the requirements of the Specifications or Drawings govern. Code compliance is mandatory. Construe nothing in the Contract Documents as permitting work not in compliance with these codes. D. Obtain all permits and pay all fees required by any governmental agency having jurisdiction over the work. Arrange all inspections required by these agencies. On completion of the work, furnish satisfactory evidence to the ENGINEER that the work is acceptable to the regulatory authorities having jurisdiction. 1.4 ELECTRICAL COORDINATION A. Work Provided Under this Contract: a. Provide and install complete electrical power system shown on drawings and as per specifications for lift station A-06, located on the corner of Ashbury SECTION 16010 BASIC ELECTRICAL REQUIREMENTS . Road and Edgewater Drive. Coordinate with local utility company (FPL – phone number is listed on electrical drawing E-01) for installation of new service to each lift station complete in place. Coordinate with other disciplines for demolition of the existing lift station A-06. b. Provide and install all electrical equipment indicated on the drawings and as described in the specifications including new utility meter, main/MTS, lift station control panel, control transformers, SPD (Surge Protection Device), etc. complete in place. c. Provide and install all new underground conduit and wiring indicated on the drawings complete in place. d. Provide and install new grounding system complete in place. e. Provide and install all electrical required to support instrumentation and control system as shown on the drawings complete in place. f. Provide all miscellaneous electrical including switches, terminations, fittings, wiring, conduit, junction box, terminal junction box, etc., not specified but obviously necessary for a complete working system in place. g. Provide an Electrical Systems Analysis and Arc Flash Study per Specification 16015. B. Temporary Power: a. Provide temporary power for all office trailers and for all construction areas. Coordinate with local power and telephone utility for temporary construction power and telephone service during construction. 1.5 SUBMITTALS A. The following information shall be provided for all electrical equipment: a. A copy of each specification section, with addendum updates included, and all referenced and applicable sections, with addendum updates included, with each paragraph check-marked to indicate specification compliance or marked to indicate requested deviations from specification requirements. Check- marks () shall denote full compliance with a paragraph as a whole. If deviations from the specifications are indicated, and therefore requested by the DBF, each deviation shall be underlined and denoted by a number in the margin to the right of the identified paragraph. The remaining portions of the paragraph not underlined shall signify compliance on the part of the DBF with the specifications. The submittal shall be accompanied by a detailed, written justification for each deviation. b. Electrical equipment submittals shall be made by specification section. Submit one package per specification section and do not group multiple specification sections under one submittal package. c. Provide complete conduit and equipment layouts: a scaled plan layout of the electrical room(s) showing spatial relationships of all equipment as well as the overall size of the room. Minimum scale shall be ¼”=1’-0”. d. Provide a conduit plan for major power, instrumentation and control conduits, both interior and exterior, showing routing, size and stub up locations for buried or in slab conduits. B. As part of the electrical submittal, the DBF shall provide a minimum of ¼”=1’- 0” scaled layout of the electrical equipment in the electrical room or major electrical equipment in a mechanical room showing sizes of all equipment and their spatial relationship. Non-electrical equipment shall be approved before finalizing the electrical layout in mechanical rooms. SECTION 03300 CAST-IN-PLACE CONCRETE 1.6 ENVIRONMENTAL CONDITIONS A. All chemical rooms and areas shall be designated as corrosive. B. All indoor chemical and process equipment areas shall be considered wet locations. C. Electrical equipment in rooms designated as Classified by NFPA 70 (national electrical code) as Division 1 or Division 2 shall meet all requirements set forth for that classification as described in NEC article 500. 1.7 INSPECTION OF THE SITE AND EXISTING CONDITIONS A. The Electrical Drawings were developed from past record drawings and information supplied by the OWNER. Verify all scaled dimensions prior to submitting bids. B. Before submitting a bid, visit the site and determine conditions at the site and at all existing structures in order to become familiar with all existing conditions and electrical system which will, in any way or manner, affect the work required under this Contract. No subsequent increase in Contract cost will be allowed for additional work required because of the DBF's failure to fulfill this requirement. C. Carry out any work involving the shutdown of the existing services to any piece of equipment now functioning in existing areas at such time as to provide the least amount of inconvenience to the OWNER. Do such work when directed by the ENGINEER. D. After award of Contract, locate all existing underground utilities at each area of construction activity. Protect all existing underground utilities during construction. Pay for all required repairs without increase in Contract cost, should damage to underground utilities occur during construction. 1.8 RESPONSIBILITY A. The DBF shall be responsible for: a. Complete systems in accordance with the intent of these Contract Documents. b. Coordinating the details of facility equipment and construction for all Specification Divisions which affect the work covered under Division 16, ELECTRICAL. c. Furnishing and installing all incidental items not actually shown or specified, but which are required by good practice to provide complete functional systems. 1.9 INTENT OF DRAWINGS A. Electrical plan Drawings show only general location of equipment, devices, and raceway, unless specifically dimensioned. The DBF shall be responsible for the proper routing of raceway, subject to the approval of the ENGINEER. B. Electrical equipment sizes and characteristics have been based on Square D and Eaton. C. If the DBF chooses to and is allowed to substitute, the DBF shall be responsible for fitting all the equipment in the available space as shown on the Drawings or re- designing the space, at no additional cost to the OWNER, and shall reimburse the ENGINEER for time and materials spent in reviewing revised design. SECTION 16010 BASIC ELECTRICAL REQUIREMENTS . PART 2 PRODUCTS 2.1 GENERAL A. Provide materials and equipment listed by UL wherever standards have been established by that agency. If a UL listing is not available, equipment shall have a label and listing from a nationally recognized testing laboratory (NRTL) acceptable to the authority having jurisdiction (AHJ) over the project location. B. Equipment Finish: a. Provide manufacturers' standard finish and color, except where specific color is indicated. b. If manufacturer has no standard color, provide equipment with ANSI No. 61, light gray color. PART 3 EXECUTION 3.1 GENERAL A. Electrical Drawings show general locations of equipment, devices, and raceway, unless specifically dimensioned. B. Install work in accordance with NECA Standard of Installation, unless otherwise specified. 3.2 LOAD BALANCE A. Drawings and Specifications indicate circuiting to electrical loads and distribution equipment. B. Balance electrical load between phases as nearly as possible on switchboards, panel boards, motor control centers, and other equipment where balancing is required. C. When loads must be reconnected to different circuits to balance phase loads, maintain accurate record of changes made, and provide circuit directory that lists final circuit arrangement. 3.3 CHECKOUT AND STARTUP A. Voltage Field Test: a. Check voltage at point of termination of power company supply system to project when installation is essentially complete and is in operation. b. Check voltage amplitude and balance between phases for loaded and unloaded conditions. c. Record supply voltage (all three phases simultaneously on the same graph) for 24 hours during normal working day. 1) Submit Voltage Field Test Report within 5 days of test. d. Unbalance Corrections: Make written request to power company to correct condition if balance (as defined by NEMA) exceeds 1 percent, or if voltage varies throughout the day and from loaded to unloaded condition more than plus or minus 4 percent of nominal. 1) Obtain a written certification from a responsible power company official that the voltage variations and unbalance are within their normal standards if corrections are not made. B. Equipment Line Current Tests: SECTION 03300 CAST-IN-PLACE CONCRETE a. Check line current in each phase for each piece of equipment. b. Make line current check after power company has made final adjustments to supply voltage magnitude or balance. c. If any phase current for any piece of equipment is above rated nameplate current, prepare Equipment Line Phase Current Report that identifies cause of problem and corrective action taken. C. Startup: a. Demonstrate satisfactory operation of all 240-volt electrical equipment. Participate with other trades in all startup activities. b. Assist the I&C Contractor in verifying signal integrity of all control and instrumentation signals. D. Conflicts, if any that may exist between the above items will be resolved at the discretion of the ENGINEER. E. Wherever the requirements of the Specifications or Drawings exceed those of the above items, the requirements of the Specifications or Drawings govern. Code compliance is mandatory. Construe nothing in the Contract Documents as permitting work not in compliance with these codes. F. Obtain all permits and pay all fees required by any governmental agency having jurisdiction over the work. Arrange all inspections required by these agencies. On completion of the work, furnish satisfactory evidence to the ENGINEER that the work is acceptable to the regulatory authorities having jurisdiction. END OF SECTION 16010 SECTION 16015 ELECTRICAL SYSTEM ANALYSES . PART 1 GENERAL 1.1 REFERENCES A. The following is a list of standards that may be referenced in this Section a Institute of Electrical and Electronics Engineers, Inc. (IEEE): • IEEE 242: Recommended Practice for Protection and Coordination of Industrial and Commercial Power Systems. • IEEE 399: Recommended Practice for Industrial and Commercial Power System Analysis. • IEEE 1584-2002: Guide for Performing Arc Flash Hazard Calculations. b American National Standards Institute (ANSI): C57.12.00, Standard General Requirements for Liquid-immersed Distribution, Power, and Regulating Transformers. c National Fire Protection Association: a. NFPA 70E: National Electrical Safety Code Chapter 1. b. NFPA 70: National Electrical Code. d Occupational Safety & Health Administration (OSHA): a. 29-CFR, Part 1910, sub part S. 1.2 SCOPE OF WORK A. The requirements of this specification shall apply to the electrical distribution system and all external control panels, disconnect switches, etc. The end result shall be a fully protected and properly coordinated system with proper labels provided and installed for short-circuit values, and arc flash safety and personal protective equipment recommendations. 1.3 SUBMITTALS A. Shop Drawings: Provide five copies of study in hard cover, three-ring binders, to include: 1. Short circuit study and labels. 2. Protective Device Coordination Study shall include all equipment protective devices. Submit within 30 days after approval of the short circuit study. 3. Arc Flash Analysis/Assessment and labels. 1.4 QUALITY ASSURANCE A. Short circuit, protective device coordination, and arc flash studies shall be prepared by the manufacturer of the existing electrical power distribution equipment, or a professional electrical engineer registered in the State of Florida, in accordance with IEEE 242 and IEEE 399. 1.5 SEQUENCING AND SCHEDULING A. An initial, complete short circuit and protective device coordination study and arc flash study must be submitted with 90 days after notice to proceed. B. The short circuit, protective device coordination and arc flash studies shall be updated prior to Project Substantial Completion. Utilize characteristics of as- installed equipment actual wire run lengths and materials. SECTION 03300 CAST-IN-PLACE CONCRETE 1.6 GENERAL A. Equipment and component titles used in the studies shall be identical to the equipment and component titles shown on the Drawings. B. Perform studies using digital computer with a software package such as SKM Power*Tools for Windows DAPPER, CAPTOR and ARC FLASH, ETAP, or approved equal. C. Perform complete fault calculations for all busses on utility and generator power sources. Perform load flow and voltage drop studies for major feeders and loads with long feeder runs. Analysis shall include expected fault currents at industrial control panels manufactured in accordance with UL 508A and NEC article 409. D. Fault source combinations shall include large motors, large transformers, utility and generator. E. Utilize proposed and existing load data for the study obtained from Contract Documents and field survey. Coordinate with local power utility for available fault currents from utility services. F. Existing Equipment: 6. Include fault contribution of existing motors, services, generators and equipment, as appropriate, in the study. 7. Obtain required existing equipment data from the field and FPl. G. Provide a comprehensive report document containing the short circuit, device coordination and arc flash studies. As a minimum the report structure shall contain the following: 1. Executive Summary. 2. Methodology. 3. One Line Diagram(s). 4. Short Circuit Analysis. 5. Short Circuit Analysis Results/Conclusions/Recommendations. 6. Device Coordination Analysis. 7. Recommended protective devices settings. 8. Arc Flash Analysis. 9. Arc Flash PPE recommendations. 1.7 SHORT CIRCUIT STUDY A. General 1. Use cable impedances based on copper conductors. 2. Use bus impedances based on copper bus bars. 3. Use cable and bus resistances calculated at 25 degrees C. 4. Use 600-volt cable reactance based on use of typical data of conductors to be used in this project. 5. Use transformer impedances 92.5 percent of "nominal" impedance based on tolerances specified in ANSI C57.12.00. B. Provide 1. Calculation methods and assumptions. 2. Selected base per unit quantities. 3. One-line diagrams annotated with results of short circuit analysis. a. Three phase, line-to-line and single line to ground faults SECTION 16015 ELECTRICAL SYSTEM ANALYSES . b. Equipment Short Circuit Rating 4. Source impedance data, including electric utility system and motor fault contribution characteristics. 5. Short circuit report, demand load report, load flow report and input data reports. 6. Results, conclusions, and recommendations. C. Calculate short circuit interrupting and momentary (when applicable) duties for an assumed symmetrical three-phase bolted fault, bolted line-to-ground fault, and bolted line-to-line fault at each: 1. Calculation methods and assumptions. 2. Main breaker. 3. Low voltage switchboard and/or distribution panelboard. 4. Motor control centers, Motor starters, and VFD’s. 5. Standby generator. 6. Automatic Transfer Switch. 7. All branch circuit panelboards. 8. Industrial control panels manufactured in accordance with UL 508A and NEC article 409. 9. Disconnect switches and other significant locations throughout the system. 10. Future load contributions as shown on one-line diagram. D. Verify: 1. All equipment, main breaker, ATS, and protective devices are applied within their ratings. 2. Adequacy of switchgear, switchboard, panelboards, and motor control centers bus bars to withstand short circuit stresses. 3. Adequacy of transformer windings to withstand short circuit stresses. 4. Cable and busway sizes for ability to withstand short circuit heating, besides normal load currents. 1.8 PROTECTIVE DEVICE COORDINATION STUDY A. Proposed protective device coordination time-current curves for distribution system, graphically displayed on conventional log-log curve sheets. Time Current Curve plots from the software program are acceptable. B. Each curve sheet to have title and one-line diagram that applies to specific portion of system associated with time-current curves on that sheet. C. Terminate device characteristic curves at a point reflecting maximum symmetrical or asymmetrical fault current to which device is exposed. D. Identify device associated with each curve by manufacturer type, function, and, if applicable, tap, time delay, and instantaneous settings recommended. E. Perform device coordination on time-current curves for low voltage distribution system(s). F. Provide Individual protective device time-current characteristics on log-log paper or software generated graphs. G. Plot Characteristics on Curve Sheets: 1. Electric utility's relays (if applicable). 2. Electric utility's fuses including manufacturer's minimum melt, total clearing, SECTION 03300 CAST-IN-PLACE CONCRETE tolerance, and damage bands (if applicable). 3. Medium voltage equipment relays (if applicable). 4. Medium and low voltage fuses including manufacturer's minimum melt, total clearing, tolerance, and damage bands. 5. Low voltage equipment circuit breaker trip devices, including manufacturer’s tolerance bands. 6. Pertinent transformer full-load currents at 100 and 600 percent. 7. Transformer magnetizing inrush currents. 8. Transformer damage curves. 9. ANSI transformer fault withstand parameters. 10. Significant symmetrical and asymmetrical fault currents. 11. Ground fault protective device settings. 12. Cable damage curves. 13. Circuit breaker panelboard main breakers, where appropriate. 14. Motor circuit protectors for major motors 1.9 ARC FLASH ANLYSIS A. Perform incident energy calculations in accordance with IEEE 1584-2002 Guide for Performing Arc Flash Hazard Calculations for all equipment analyzed in the short circuit study. Tabular results and recommended labels from the software program are acceptable. B. Furnish recommendations for Personal Protective Equipment, in accordance with OSHA standards, and proper labels to be located on the electrical equipment in accordance with NEC Article 110.16. C. Use data from short circuit and device coordination study. D. Use manufacturer data for: enclosure type; gap between exposed conductors or busway; grounding type; number of phases and connection; and working distance. 1.10 TABULATIONS A. General Data: 1. Short circuit reactances of rotating machines. 2. Cable and conduit material data. 3. Bus data. 4. Transformer data. 5. Circuit resistance and reactance values. B. Short Circuit Data 1. Fault impedances. 2. X to R ratios. 3. Asymmetry factors. 4. Motor contributions. 5. Short circuit kVA. 6. Symmetrical and asymmetrical fault currents. C. Recommended Protective Device Settings: 1. Relays: a. Relay name. • Device number. SECTION 16015 ELECTRICAL SYSTEM ANALYSES . • Description. • TCC catalog number. • Short circuit ratings. • Current tap. • Time dial (as applicable). • Instantaneous pickup (as applicable). • Ground fault settings (as applicable). 2. Circuit Breakers: a. Breaker name. • Breaker Description. • Model number. • TCC catalog number. • Short circuit rating. • Frame/Sensor rating. 3. Motor Circuit Protectors (MCP): a. MCP name. • MCP Description. • Model number. • TCC catalog number. • Short circuit rating. • Frame/Sensor rating. • Instantaneous settings. 4. Fuses: a. Fuse name. • Fuse Description. • Model number. • TCC catalog number. • Short circuit rating. • Fuse rating. 1.11 STUDY ANALYSES B. Written Summary: 1. Scope of studies performed. a Explanation of bus and branch numbering system. b Selected equipment deficiencies. c Results of short circuit and coordination studies. d Comments or suggestions. C. Suggest changes and additions to equipment rating and/or characteristics. D. Notify Engineer in writing of existing circuit protective devices improperly rated for new fault conditions. PART 2 PRODUCTS (NOT USED) PART 3 EXECUTION 3.1 GENERAL A. Adjust relay and protective device settings according to values established by the coordination study. SECTION 03300 CAST-IN-PLACE CONCRETE B. Make other minor modifications to equipment as required to accomplish conformance with the short circuit and protective device coordination studies. C. Provide and install short-circuit and arc flash labels on all electrical panels, enclosed circuit breakers, motor starters, VFD’s, and disconnect switches in accordance with NFPA 70-2014 and NFPA 70E-2015. D. Notify Engineer in writing of any required major equipment modifications. END OF SECTION 16015 SECTION 16050 ELECTRICAL GENERAL PROVISIONS . PART 1 GENERAL 1.1 RELATED DOCUMENTS A. The Drawings and general provisions of the Contract, including General and Supplementary Conditions, apply to this Division. 1.2 SCOPE OF WORK A. Furnish all labor, materials, equipment and incidentals required for a complete electrical system as hereinafter specified and shown on the Drawings. Electrical work to be performed under this Contract includes, but is not limited to, the following: 1. Provide and install all equipment, conduit, and wiring for the electrical work indicated on the civil site plans and the electrical drawings in accordance with Division 16 of the specifications. B. The work, apparatus and materials which shall be furnished under these Specifications and accompanying Drawings shall include all items listed hereinafter and/or shown on the Drawings. Certain equipment will be furnished as specified in other Sections of these Specifications which will require wiring thereto and/or complete installation as indicated. All materials necessary for the complete installation shall be furnished and installed by the DBF to provide complete power, communication systems, instrumentation, wiring and control systems as indicated on the Drawings and /or as specified herein. C. The work shall include complete testing of all equipment and wiring at the completion of the work and making any minor connection changes or adjustments necessary for the proper functioning of the system and equipment. All workmanship shall be of the highest quality; sub-standard work will be rejected. 1.3 GENERAL INFORMATION A. Each bidder or his authorized representatives shall, before preparing his proposal, visit all areas of the sites in which work under this Section is to be performed and carefully inspect the existing conditions. The submission of the proposal by the bidder shall be considered evidence that he or his representative has visited the sites and noted the locations and conditions under which the work will be performed and that he takes full responsibility for a complete knowledge of all factors governing his work. B. It is the intent of these Specifications that the electrical system shall be suitable in every way for the service required. All material and all work which may be reasonably implied as being incidental to the work of this Section shall be furnished at no extra cost. 1.4 CODES, INSPECTIONS AND FEES A. All material and installation shall be in accordance with the latest edition of the National Electrical Code and all applicable national, local and state codes. B. All equipment and material shall be U.L. listed. C. Pay all fees required for permits and inspections. 1.5 UTILITY COORDINATION A. The DBF shall coordinate with local representatives of the power utility to ensure SECTION 03300 CAST-IN-PLACE CONCRETE the proper installation of these utilities at the project sites. Utility installation(s) shall be in accordance with the requirements of the Contract Documents and meet all requirements of the respective utility 1.6 TEMPORARY ELECTRICAL FACILITIES A. The DBF shall furnish, install, and maintain all materials and equipment required to provide temporary light and power to perform the work of all trades during construction until work is completed. Adequate lighting and receptacle outlets for operation of hand tools shall be provided throughout the project, including trailers, field offices, etc. and shall be extended as construction progresses. B. All reasonable safety requirements shall be observed to protect workers and the public from shock and fire hazards. 1. Ground fault circuit interrupters shall be employed in accordance with codes. a Ground wires are required in all circuits. Ground poles are required on all outlets. All metallic cases shall be grounded. b Raintight cabinets shall be used for all equipment in wet locations. 1.7 INTERPRETATION OF DRAWINGS A. The Drawings are not intended to show exact locations of conduit runs. B. Unless otherwise approved by the Engineer conduit shown exposed shall be installed exposed; conduit shown concealed shall be installed concealed. C. Where circuits are shown as "home-runs" all necessary fittings and boxes shall be provided for a complete raceway installation. D. All wire, conduit, circuit breaker, and motor starter sizes shown on the drawings are indicative of the sizes required based upon the equipment shown. These may vary depending upon the actual equipment furnished. The DBF shall make adjustments as required to meet the installation requirements of equipment. E. The locations of equipment and devices shown on the Drawings are approximate only. Exact locations shall be as approved by the Engineer during construction. Obtain in the field all information relevant to the placing of electrical work and in case of any interference with other work, proceed as directed by the Engineer and furnish all labor and materials necessary to complete the work in an approved manner. F. Circuit layouts shown are not intended to show the number of fittings, or other installation details. Furnish all labor and materials necessary to install and place in satisfactory operation all power, lighting, and other electrical systems shown. Additional circuits shall be installed whenever needed to conform to the specific requirements of the equipment. G. All connections to equipment shall be made as shown, specified, and directed and in accordance with the approved shop drawings. H. All cutting and patching necessary throughout the existing site shall be done in a thoroughly workmanlike manner. 1.8 COMPONENT INTERCONNECTIONS A. Component equipment furnished under this Specification will not be furnished as integrated systems. SECTION 16050 ELECTRICAL GENERAL PROVISIONS . B. Analyze all systems components and their shop drawings; identify all terminals and prepare drawings or wiring tables necessary for component interconnection 1.9 MATERIALS A. The materials used in all systems shall be new, unused, of the manufacturer’s latest design, and as hereinafter specified. All materials where not specified shall be of the very best of their respective kinds. Samples of materials or Manufacturer's Specifications shall be submitted for approval as required by the Engineer. B. Materials and equipment used shall be Underwriters Laboratories, Inc. listed. C. Electrical equipment shall at all times during construction be adequately protected against mechanical injury or damage by water. Electrical equipment shall not be stored out-of-doors. Electrical equipment shall be stored in dry permanent shelters. If any apparatus has been damaged, such damage shall be repaired by the DBF at his own cost and expense. If any apparatus has been subject to possible injury by water, it shall be thoroughly dried-out and put through such special tests as directed by the Engineer, at the cost and expense of the DBF, or shall be replaced by the DBF at his own expense. D. All electrical panels, enclosures, raceways, conduits, wireways, boxes, cabinets, etc., shall be fabricated of metal, Non-metallic substitutes are not acceptable. This does not apply to buried work. 1.10 SHOP DRAWINGS A. Shop drawings shall be submitted for approval of all materials, equipment, apparatus, and other items as required by the Engineer. B. Shop drawings shall be submitted for all equipment supplied under Division 16 of the specifications. C. Prior to submittal by the DBF, all shop drawings shall be checked for conformance with the Contract requirements. Shop drawings shall bear the date checked checker’s name and indication of approval. Provide an itemized list noting all discrepancies with the Specifications and Drawings. Shop drawings not so checked and noted shall be returned. D. The Engineer's check shall be only for conformance with the design concept of the project and compliance with the Specifications and Drawings. E. No material shall be ordered, or shop work started until the Engineer's approval of shop drawings has been given. 1.11 WARRANTY A. All equipment furnished and installed, and all work performed under Division 16 shall be guaranteed by the DBF against defects of workmanship, materials, and proper installation for a minimum period of one (1) year from date of acceptance. This time shall be increased to the periods stated within individual specification sections as required. 1.12 RECORD DRAWINGS As the work progresses, legibly record all field changes on a set of project Contract Drawings. When the project is complete, furnish a complete set of "as-built" SECTION 03300 CAST-IN-PLACE CONCRETE drawings for the Project Record Documents. 1.13 TESTS A. Test all systems in the presence of the Engineer and repair or replace all defective work. Make all necessary adjustments to the systems and instruct the Owner's personnel in the proper operation of the systems. END OF SECTION 16050 SECTION 16110 RACEWAYS PART 1 GENERAL 1.1 SCOPE OF WORK . B. Furnish and install complete raceway systems as shown on the Drawings and as specified herein. 1.2 APPLICATIONS A. Schedule 40 PVC conduit shall be used underground, unless otherwise noted. Transitions to exposed, outdoor locations shall be made using rigid aluminum conduit starting with the last 90 degree elbow. B. Rigid aluminum conduit shall be used in exposed, outdoor locations except where specified otherwise. C. PVC coated RGS conduit shall be used as raceways for shielded wiring. D. All conduit of a given type shall be the product of one manufacturer. PART 2 PRODUCTS 2.1 RIGID CONDUIT A. PVC conduit shall be rigid polyvinyl chloride type as manufactured by Carlon, an Indian Head Company, Phillips Petroleum Company, Triangle Pipe and Tube Company, Inc., or approved equal. B. PVC coated rigid steel conduit shall be hot-dipped galvanized inside and out including threads. The PVC coating shall be UL listed for corrosion protection and be at least 40 mil thick. A 2 mil green urethane interior coating shall be provided. PVC coated rigid steel conduit shall be as manufactured by the Perma-Cote Company, Gilmer, Texas, or approved equal. C. Rigid Aluminum Conduit: 1. Meet requirements of ANSI C80.5 and UL 6. 2. Material: Type 6063, copper-free aluminum alloy. 2.2 BOXES AND FITTINS A. Terminal boxes, junction boxes, pull boxes, etc., shall be schedule 80 PVC unless otherwise shown on the Drawings. Covers shall be gasketed and fastened with stainless steel screws. Boxes shall be as manufactured by Hoffman Engineering Company or approved equal. B. Conduit hubs shall be as manufactured by Meyers Electric Products, Inc., Raco Division, Appleton Electric Company, or approved equal. PART 3 EXECUTION 3.1 INSTALLATION A. No conduit smaller than 3/4 inch electrical trade size shall be used, nor shall any have more than four (4) 90 degree bends in any one run. Pull boxes shall be provided as required or directed. B. An equipment grounding conductor sized per article 250-95 of the N.E.C. shall be installed in every raceway whether or not shown on the Drawings. C. All underground conduit shall be buried at least 24 inches below grade. D. A three (3) inch wide warning tape, red with black stenciled letters "CAUTION - CAUTION - CAUTION ELECTRICAL LINE BURIED BELOW" shall be installed at SECTION 03300 CAST-IN-PLACE CONCRETE least 12 inches above, and along the entire length of all underground conduit. E. No wire shall be pulled until the conduit system is complete in all details. F. The ends of all conduits shall be tightly plugged to exclude dust and moisture while under construction. G. Conduit supports shall be spaced at intervals of eight (8) feet or less, as required to obtain rigid construction. H. Single conduits shall be supported by means of one-hole pipe clamps in combination with one-screw back plates, to raise conduits from the surface. I. All conduits on exposed work shall be run at right angles to and parallel with the surrounding wall or slab. No diagonal runs will be allowed. Bends in parallel conduit runs shall be concentric. All conduits shall be run perfectly straight and true. J. All earth, sod, etc., moved during the installation of underground conduit shall be replaced by the DBF to its original state. K. Conduits terminating in gasketed enclosures shall be terminated with conduit hubs. L. The ends of all conduits terminating in panels and cabinets shall be filled with silicone gel. Filling shall be done after the cable has been pulled in order to prevent moisture in the terminating enclosure. END OF SECTION 16110 SECTION 16120 WIRES AND CABLES PART 1 GENERAL 1.1 SCOPE OF WORK . A. Furnish, install and test all wire, cable, and appurtenances as shown on the Drawings and as hereinafter specified 1.2 APPLICATIONS A. Wire for all low voltage power and motor circuits shall be type XHHW, stranded. B. Single conductor wire for control, indication and metering shall be type THHN/THWN No. 14 AWG, stranded. C. Wire for process instrumentation shall be shielded pairs No. 16 AWG, stranded with individual drain wires. 1.3 SUBMITTALS A. Samples of proposed wire and cable shall be submitted for approval. Each sample shall have the size, type of insulation and voltage stencilled on the jacket. B. Approved samples will be sent to the project location for comparison by the Resident Engineer with the wire actually installed. C. Installed, unapproved wire shall be removed and replaced at no additional cost to the Owner. PART 2 PRODUCTS 2.1 MATERIALS A. All wires and cables shall be of annealed, 98 percent conductivity, soft drawn copper conductors. B. All conductors No. 8 AWG and larger shall be stranded. C. Type XHHW shall be 600 volt cross-linked polyethylene (XLP) and type THHN/THWN shall be 600 volt as manufactured by the Hi-Tech Company, Rome Cable Corporation, The Okonite Company or approved equal. D. Process instrumentation wire shall be 600 volt, PVC or polyethylene insulated, aluminum/polyester tape shielded, polyvinyl chloride jacketed, type “TC” as manufactured by the American Insulated Wire Company, Belden Corporation, “Beldfoil” 9342, or approved equal. PART 3 EXECUTION 3.1 INSTALLATION A. All conductors shall be carefully handled to avoid kinks or damage to insulation. B. Lubrications shall be used to facilitate wire pulling. Lubricants shall be U.L. listed for use with the insulation specified. C. Shielded instrumentation wire shall be installed from terminal to terminal with no splicing at any intermediate point. D. Instrumentation cables shall be separated from power and control cables in pullboxes. E. Shielding on instrumentation wire shall be grounded at the transmitter end only, or as directed by the supplier of the instrumentation equipment. Wire and cable connections to terminals, splices, and taps shall be made with compression connectors. Connections of insulated conductors shall be insulated and covered. All connections shall be made using materials and installation SECTION 03300 CAST-IN-PLACE CONCRETE methods in accordance with instructions and recommendations of the manufacturer of the particular item of wire and cable. The conductivity of all completed connections shall be not less than that of the uncut conductor. The insulation resistance of all completed connections of insulated conductors shall be not less than that of the uncut conductor. F. All wire and cable shall be continuous and without splices between points of connection to equipment terminals, except a splice will be permitted by the Engineer if the length required between the points of connection exceeds the greatest standard shipping length available from the manufacturer specified or approved by the Engineer as the manufacturer of the particular item of wire and cable. G. Steel fish tapes and/or steel pulling cables shall not be used in PVC conduit runs. 3.2 TESTS A. All 600 volt wire insulation shall be tested with a megohm meter after installation. Tests shall be made at not less than 1,000 VDC END OF SECTION 16120 SECTION 16405 ELECTRIC MOTORS . PART 1 GENERAL 1.1 RELATED SECTIONS A. A. This section applies only when referenced by a motor-driven equipment specification. Application, horsepower, enclosure type, mounting, shaft type, synchronous speed, and any deviations from this section will be listed in the equipment specification. Where such deviations occur, they shall take precedence over this section. 1.2 REFERENCES A. The following is a list of standards which may be referenced in this section: a. Anti-Friction Bearing Manufacturers' Association (AFBMA): 1) 9, Load Ratings and Fatigue Life for Ball Bearings. 2) 11, Load Rating and Fatigue Life for Roller Bearings. b. American National Standards Institute (ANSI): C50.41, Polyphase Induction Motors for Power Generating Stations. c. Institute of Electrical and Electronics Engineers, Inc. (IEEE): 1) 85, Test Procedure for Airborne Sound Measurements on Rotating Machines. 2) 112, Standard Test Procedures for Polyphase Induction Motors and Generators. 3) 114, Standard Test Procedures for Single-Phase Induction Motors. 4) 620, Guide for Construction and Interpretation of Thermal Limit Curves for Squirrel-Cage Motors Over 500 Horsepower. 5) 841, Recommended Practice for Chemical Industry Severe-Duty Squirrel- Cage Induction Motors, 600V and Below. d. National Electrical Manufacturers Association (NEMA): 1) MG 1, Motors and Generators. 2) MG 13, Frame Assignments for Alternating Current Integral Horsepower Induction Motors. 3) 250, Enclosures for Electrical Equipment (1,000 Volts Maximum). e. National Fire Protection Association (NFPA): 70, National Electrical Code. (NEC) f. Underwriters Laboratories (UL): 1) 547, Thermal Protectors for Electric Motors. 2) 674, Electric Motors and Generators Used in Hazardous (Classified) Locations. 1.3 DEFINITIONS A. CISD-TEFC: Chemical industry, severe-duty enclosure. B. DIP: Dust-ignition-proof enclosure. C. EXP: Explosion-proof enclosure. D. ODP: Open drip-proof enclosure. E. TEFC: Totally enclosed, fan cooled enclosure. F. TENV: Totally enclosed, nonventilated enclosure. G. WPI: Open weather protected enclosure, Type I. H. WPII: Open weather protected enclosure, Type II. I. Motor Nameplate Horsepower: That rating after any derating required to allow for extra heating caused by the harmonic content in the voltage applied to the motor by its controller. SECTION 03300 CAST-IN-PLACE CONCRETE 1.4 SUBMITTALS A. Shop Drawings: a. Descriptive information. b. Nameplate data in accordance with NEMA MG 1. c. Additional Rating Information: 1) Service factor. 2) Locked rotor current. 3) No load current. 4) Safe stall time for motors 200 horsepower and larger. 5) Multispeed load classification (e.g., variable torque). 6) Adjustable frequency drive motor load classification (e.g., variable torque) and minimum allowable motor speed for that load classification. d. Enclosure type and mounting (e.g. horizontal, vertical). e. Dimensions and total weight. f. Conduit box dimensions and usable volume as defined in NEMA MG 1 and NFPA 70. g. Bearing type. h. Bearing lubrication. i. Bearing life. j. Space heater voltage and watts. k. Description and rating of motor thermal protection. l. Motor sound power level in accordance with NEMA MG 1. m. Maximum brake horsepower required by the equipment driven by the motor. n. Description and rating of submersible motor moisture sensing system. B. Quality Control Submittals: a. Factory test reports, certified. b. Manufacturer's Certificate of Proper Installation, 100 horsepower and larger. c. Operation and Maintenance Manual. PART 2 PRODUCTS 2.1 MANUFACTURERS A. General Electric. B. Reliance. C. MagneTek. D. Siemens. E. Baldor. F. U.S. Motors. G. Westinghouse. H. Toshiba. 2.2 GENERAL A. For multiple units of the same type of equipment, furnish identical motors and accessories of a single manufacturer. B. In order to obtain single source responsibility, utilize a single supplier to provide a drive motor, its driven equipment, and specified motor accessories. C. Meet requirements of NEMA MG 1. D. Frame assignments in accordance with NEMA MG 13. SECTION 16405 ELECTRIC MOTORS . E. Provide motors for hazardous (classified) locations that conform to UL 674 and have an applied UL listing mark. F. Motors shall be specifically designed for the use and conditions intended, with a NEMA design letter classification to fit the application. G. Lifting lugs on all motors weighing 100 pounds or more. H. Operating Conditions: a. Maximum ambient temperature not greater than 50 degrees C. b. Motors shall be suitable for operating conditions without any reduction being required in the nameplate rated horsepower or exceeding the rated temperature rise. c. Overspeed in either direction in accordance with NEMA MG 1. 2.3 HORSEPOWER RATING A. As designated in motor-driven equipment specifications. B. Constant Speed Applications: Brake horsepower of the driven equipment at any head capacity point on the pump curve not to exceed motor nameplate horsepower rating, excluding any service factor. C. Adjustable Frequency, Adjustable Speed Applications: Driven equipment brake horsepower at any head capacity point on the pump curve not to exceed motor nameplate horsepower rating, excluding any service factor. 2.4 SERVICE FACTOR A. 1.15 minimum at rated ambient temperature, unless otherwise indicated. 2.5 VOLTAGE AND FREQUENCY RATING A. System Frequency: 60-Hz. B. Voltage Rating: Unless otherwise indicated in motor-driven equipment specifications: Size Voltage Phases 1/2 hp and smaller 115 1 3/4 hp through 400 hp 460 3 450 hp and larger 4,000 3 C. Suitable for full voltage starting. D. One hundred horsepower and larger also suitable for reduced voltage starting with 65 or 80 percent voltage tap settings on reduced inrush motor starters. E. Suitable for accelerating the connected load with supply voltage at motor starter supply terminals dipping to 90 percent of motor rated voltage. 2.6 EFFICIENCY AND POWER FACTOR A. For all motors except single-phase, under 1 horsepower, multispeed, short time rated and submersible motors, or motors driving gates, valves, elevators, cranes, trolleys, and hoists: a. Efficiency: 1) Tested in accordance with NEMA MG 1, paragraph 12.54.1. 2) Guaranteed minimum at full load in accordance with Table 1 or as indicated in motor-driven equipment specifications. SECTION 03300 CAST-IN-PLACE CONCRETE b. Power Factor: Guaranteed minimum at full load in accordance with Table 1 or as indicated in motor-driven equipment specifications. 2.7 LOCKED ROTOR RATINGS A. Locked rotor kVA Code F or lower if motor horsepower not covered by NEMA MG 1 tables. B. Safe stall time 15 seconds or greater. 2.8 INSULATION SYSTEMS A. Single-Phase, Fractional Horsepower Motors: Manufacturer's standard winding insulation system. B. Motors rated over 600 Volts: Sealed windings in accordance with NEMA MG 1. C. Three-Phase and Integral Horsepower Motors, Unless Otherwise Indicated in Motor-Driven Equipment Specifications: Class F with Class B rise at nameplate horsepower and designated operating conditions, except EXP and DIP motors which must be Class B with Class B rise. 2.9 ENCLOSURES A. All enclosures to conform to NEMA MG 1. B. Unless otherwise noted, all motors shall be TEFC and shall furnish with a drain hole with porous drain/weather plug. C. Explosion-Proof (EXP): a. TEFC listed to meet UL 674 and NFPA 70 requirements for Class 1, Division 1, Group C and D hazardous locations. b. Drain holes with drain and breather fittings. c. Integral thermostat opening on excessive motor temperature in accordance with UL 547 and NFPA 70. d. Thermostat leads to terminate in a terminal box separate from main terminal box. D. Dust-Ignition-Proof (DIP): a. TEFC listed to meet UL 674 and NFPA 70 requirements for Class II, Division 1, Group E, F, G. b. Integral thermostat opening on excessive motor temperature in accordance with UL 547 and NFPA 70. c. Thermostat leads to terminate in a terminal box separate from main terminal box. E. Submersible: In accordance with Paragraph SPECIAL MOTORS. F. Chemical Industry, Severe-Duty (CISD-TEFC): In accordance with Paragraph SPECIAL MOTORS. 2.10 TERMINAL (CONDUIT) BOXES A. Oversize main terminal boxes for all motors. B. Diagonally split, rotatable to each of four 90-degree positions. Threaded hubs for conduit attachment. C. Except ODP, furnish gaskets between box halves and between box and motor frame. D. Minimum usable volume in percentage of that specified in NEMA MG 1-11.06 and 20.62 and NFPA 70, Article 430: Voltage Horsepower Percentage SECTION 16405 ELECTRIC MOTORS . Below 600 15 thru 125 500 Below 600 150 thru 300 275 Below 600 350 thru 600 225 Above 600 All Sizes 200 E. Terminal for connection of equipment grounding wire in each terminal box. 2.11 BEARINGS AND LUBRICATION A. Horizontal Motors: a. 3/4 horsepower and Smaller: Permanently lubricated and sealed ball bearings, or regreasable ball bearings in labyrinth sealed end bells with removable grease relief plugs. b. 1 Through 400 horsepower: Regreasable ball bearings in labyrinth sealed end bells with removable grease relief plugs. c. Above 400 horsepower: Regreasable antifriction bearings in labyrinth sealed end bells with removable grease relief plugs. d. Minimum 100,000 hours L-10 bearing life for ball and roller bearings as defined in AFBMA 9 and 11. B. Vertical Motors: a. Thrust Bearings: 1) Antifriction bearing. 2) Manufacturer's standard lubrication 100 horsepower and larger. 3) Oil lubricated 125 horsepower and larger. 4) Minimum 50,000 hours L-10 bearing life. b. Guide Bearings: 1) Manufacturer's standard bearing type. 2) Manufacturer's standard lubrication 200 horsepower and larger. 3) Oil lubricated 250 horsepower and larger. 4) Minimum 100,000 hours L-1O bearing life. C. Regreasable Antifriction Bearings: a. Readily accessible, grease injection fittings. b. Readily accessible, removable grease relief plugs. D. Oil Lubrication Systems: a. Oil reservoirs with sight level gauge. b. Oil fill and drain openings with opening plugs. c. Provisions for necessary oil circulation and cooling. 2.12 NOISE A. Measured in accordance with IEEE 85 and NEMA MG 1. B. Motors controlled by adjustable frequency drive systems shall not exceed sound levels of 3 dBA higher than NEMA MG 1. 2.13 BALANCE AND VIBRATION CONTROL A. In accordance with NEMA MG 1-12.06. 2.14 EQUIPMENT FINISH A. External Finish: Prime and finish coat manufacturer's standard. Field painting in accordance with Section 09900, PAINTING AND PROTECTIVE COATINGS. B. Internal Finish: Bore and end turns coated with clear polyester or epoxy varnish. SECTION 03300 CAST-IN-PLACE CONCRETE 2.15 SPECIAL FEATURES AND ACCESSORIES A. Screen Over Air Openings: Stainless steel on motors with ODP, WPI, and WPII enclosures meeting requirements for Guarded Machine in NEMA MG 1. B. Winding Thermal Protection: a. Thermostats: 1) Motors for constant speed and adjustable speed application 30 through 75 horsepower. 2) Bi-metal disk or rod type thermostats embedded in stater windings (normally closed contact). 3) Automatic reset contacts rated 120 volts ac, 5 amps minimum, opening on excessive temperature. (Manual reset will be provided at motor controller.) C. Nameplates: a. Raised or stamped letters on stainless steel or aluminum. b. Display all motor data required by NEMA MG 1-10.37 and NEMA MG 1-10.38 in addition to bearing numbers for both bearings. c. Premium efficiency motor nameplates to also display NEMA nominal efficiency, full load power factor, and maximum allowable kVAR for power factor correction capacitors. 2.16 SPECIAL MOTORS A. Requirements in this article take precedence over conflicting features specified elsewhere in this section. B. Submersible Pump Motors: a. Manufacturers: 1) Reliance. 2) Flygt. b. At 100 Percent Load: Horsepower Guaranteed Minimum Efficiency Guaranteed Minimum Power Factor 5 thru 10 80 82 10.1 thru 50 85 82 50. 1 thru 100 87 82 Over 100 89 82 c. Insulation System: Manufacturer's standard Class B or Class F. d. Motor capable of running dry continuously. e. Enclosure: 1) Hermetically sealed, watertight, for continuous submergence up to 65-foot depth. 2) Listed to meet UL 674 and NFPA 70 requirements for Class 1, Division 1, Group D hazardous atmosphere. 3) Seals: Tandem mechanical. f. Bearing and Lubrication: 1) Permanently sealed and lubricated, replaceable antifriction guide and thrust bearings. 2) Minimum 15,000 hours L-10 bearing life. SECTION 16405 ELECTRIC MOTORS . g. Inrush kVA/horsepower no greater than NEMA MG 1 and NFPA 70, Code F. h. Winding Thermal Protection: 1) Thermal sensor and switch assembly, one each phase, embedded in stater windings and wired in series. 2) Switches normally closed, open upon excessive winding temperature, and automatically reclose when temperature has cooled to safe operating level. 3) Switch contacts rated at 5 amps, 120 volts ac. i. Motor Seal Failure Moisture Detection: 1) Probes or sensors to detect moisture beyond seals. 2) Probe or sensor monitoring module for mounting in motor controller, suitable for operation from 120-volt ac supply. 3) Monitoring module with control power transformer, probe test switch and test light, and two independent 120-volt ac contacts, one opening and one closing when the flux of moisture is detected. j. Bearing Overtemperature Protection for Motors Larger than 100 Horsepower: 1) Sensor on lower bearing housing monitoring bearing temperature. 2) Any monitoring relay necessary to provide 120-volt ac contact opening on bearing overtemperature. k. Winding thermal protection, moisture detection, and bearing overtemperature specified above may be monitored by a single device providing two independent 120-volt ac contacts, one closing and one opening on malfunction. l. Connecting Cables: 1) One cable containing power, control, and grounding conductors. 2) Each cable suitable for hard service, submersible duty with watertight seal where cable enters motor. 3) Length: 30 feet minimum, coordinate proper length. 4) UL 1 listed and sized in accordance with NFPA 70. 2.17 FACTORY TESTING A. Tests: a. In accordance with IEEE 112 for polyphase motors and IEEE 114 for single-phase motors. b. Routine (production) tests on all motors in accordance with NEMA MG 1, plus no load power at rated voltage and polyphase, rated voltage measurement of locked rotor current. Test multispeed motors at all speeds. c. For energy efficient motors, test efficiency at 50, 75, and 100 percent of rated horsepower: 1) In accordance with IEEE 112, Test Method B, and NEMA MG 1, paragraphs 12.54 and 12.57. 2) For motors 500 horsepower and larger where facilities are not available to test by dynamometer (Test Method B), determine efficiency by IEEE 112, Test Method F. d. Power factor: 1) Speed. 2) Current at rated horsepower. 3) kW input at rated horsepower. 4) On motors of 100 horsepower and smaller, furnish a certified copy of a SECTION 03300 CAST-IN-PLACE CONCRETE motor efficiency test report on an identical motor. B. Test Report Forms: a. Routine Tests: IEEE 112, Form A-1. PART 3 EXECUTION 3.1 INSTALLATION A. In accordance with manufacturer's instructions and recommendations. B. Align motor carefully and properly with driven equipment. C. Secure equipment to mounting surface with anchor bolts. Provide anchor bolts meeting manufacturer's recommendations and of sufficient size and number for the specified seismic conditions. 3.2 FIELD QUALITY CONTROL A. General: Inspection and testing limited to motors rated 5 horsepower and larger. B. Visual and Mechanical Inspection: a. Proper electrical and grounding connections. b. Shaft alignment. c. Blockage of ventilating air passageways. d. Operate Motor and Check For: 1) Excessive mechanical and electrical noise. 2) Overheating. 3) Correct rotation. 4) Check vibration detectors, resistance temperature detectors, or motor inherent protectors for functionability and proper operation. 5) Excessive vibration. e. Check operation of space heaters. C. Electrical Tests: a. Insulation Resistance Tests: 1) In accordance with IEEE 43 at test voltages established by NETA ATS, Table 10.2 for: • Motors above 200 horsepower for l0-minute duration with resistances tabulated at 30 seconds, 1 minute, and 10 minutes. • Motors 200 horsepower and less for 1-minute duration with resistances tabulated at 30 and 60 seconds. 2) Insulation resistance values equal to, or greater than, ohmic values established by manufacturers. b. Calculate polarization index ratios for motors above 200 horsepower. Investigate index ratios less than 1.5 for Class A insulation and 2.0 for Class B insulation. c. Insulation resistance test on insulated bearings in accordance with manufacturer's instructions. d. Measure running current and voltage and evaluate relative to load conditions and nameplate full-load amperes. e. Overpotential Tests: 1) Applied dc voltage in accordance with IEEE 95. 2) Limited to 4,000-volt motors rated 1,000 horsepower and greater. 3) Test results evaluated on pass/fail basis. SECTION 16405 ELECTRIC MOTORS 3.3 SUPPLEMENTS A. Table supplements: SECTION 03300 CAST-IN-PLACE CONCRETE TABLE 1 MOTOR PERFORMANCE REQUIREMENTS % Guar. Min. Full Load Efficiency %Guar. Min. Full Load Power Factor Horizontal Vertical Horizontal Vertical hp Nom.Speed rpm Drip-proof ODP TEFC Drip-proof ODP TEFC Drip-proof ODP TEFC Drip-proof ODP TEFC 1 1800 80.0 81.5 Mfr.'s Std. Mfr.'s Std. 1200 78.5 79.3 Mfr.'s Std. Mfr.'s Std. 1.5 3600 79.3 81.5 Mfr.'s Std. Mfr.'s Std. 1800 79.3 82.0 Mfr.'s Std. Mfr.'s Std. 1200 82.5 84.0 82.0 Mfr.'s Std. Mfr.'s Std. Mfr.'s Std. 2 3600 82.0 84.0 Mfr.'s Std. Mfr.'s Std. 1800 81.5 83.7 Mfr.'s Std. Mfr.'s Std. 1200 85.5 85.5 83.7 83.7 Mfr.'s Std. Mfr.'s Std. Mfr.'s Std. Mfr.'s Std. 900 82.9 82.5 82.9 81.7 Mfr.'s Std. Mfr.'s Std. Mfr.'s Std. Mfr.'s Std. 3 3600 82.0 84.0 82.0 82.0 Mfr.'s Std. Mfr.'s Std. Mfr.'s Std. Mfr.'s Std. 1800 84.8 86.5 84.8 84.8 Mfr.'s Std. Mfr.'s Std. Mfr.'s Std. Mfr.'s Std. 1200 87.5 88.1 87.5 86.6 Mfr.'s Std. Mfr.'s Std. Mfr.'s Std. Mfr.'s Std. 900 84.1 82.9 84.1 82.9 Mfr.'s Std. Mfr.'s Std. Mfr.'s Std. Mfr.'s Std. 5 3600 84.8 86.5 84.8 84.8 Mfr.'s Std. Mfr.'s Std. Mfr.'s Std. Mfr.'s Std. 1800 86.5 86.5 84.8 84.8 Mfr.'s Std. Mfr.'s Std. Mfr.'s Std. Mfr.'s Std. 1200 87.5 88.1 87.5 86.6 Mfr.'s Std. Mfr.'s Std. Mfr.'s Std. Mfr.'s Std. 900 87.5 86.5 87.5 86.6 Mfr.'s Std. Mfr.'s Std. Mfr.'s Std. Mfr.'s Std. 7.5 3600 86.5 88.1 84.8 86.6 Mfr.'s Std. Mfr.'s Std. Mfr.'s Std. Mfr.'s Std. 1800 89.3 89.5 89.3 88.4 Mfr.'s Std. Mfr.'s Std. Mfr.'s Std. Mfr.'s Std. 1200 88.5 88.5 88.4 87.5 Mfr.'s Std. Mfr.'s Std. Mfr.'s Std. Mfr.'s Std. 900 87.5 86.5 87.5 86.6 Mfr.'s Std. Mfr.'s Std. Mfr.'s Std. Mfr.'s Std. 10 3600 89.3 89.5 89.3 88.4 Mfr.'s Std. Mfr.'s Std. Mfr.'s Std. Mfr.'s Std. SECTION 16405 ELECTRIC MOTORS . TABLE 1 MOTOR PERFORMANCE REQUIREMENTS % Guar. Min. Full Load Efficiency %Guar. Min. Full Load Power Factor Horizontal Vertical Horizontal Vertical hp Nom.Speed rpm Drip-proof ODP TEFC Drip-proof ODP TEFC Drip-proof ODP TEFC Drip-proof ODP TEFC 1800 89.3 89.5 89.3 88.4 Mfr.'s Std. Mfr.'s Std. Mfr.'s Std. Mfr.'s Std. 1200 89.5 89.5 89.3 88.4 Mfr.'s Std. Mfr.'s Std. Mfr.'s Std. Mfr.'s Std. 900 89.3 88.5 89.3 88.4 Mfr.'s Std. Mfr.'s Std. Mfr.'s Std. Mfr.'s Std. 15 3600 88.5 89.8 88.4 88.4 Mfr.'s Std. Mfr.'s Std. Mfr.'s Std. Mfr.'s Std. 1800 91.0 91.0 90.9 90.2 Mfr.'s Std. Mfr.'s Std. Mfr.'s Std. Mfr.'s Std. 1200 90.2 90.2 90.2 89.3 Mfr.'s Std. Mfr.'s Std. Mfr.'s Std. Mfr.'s Std. 900 89.3 88.5 89.3 88.4 Mfr.'s Std. Mfr.'s Std. Mfr.'s Std. Mfr.'s Std. 20 3600 91.0 90.6 90.9 89.3 Mfr.'s Std. Mfr.'s Std. Mfr.'s Std. Mfr.'s Std. 1800 91.7 91.7 91.7 90.9 Mfr.'s Std. Mfr.'s Std. Mfr.'s Std. Mfr.'s Std. 1200 91.0 90.6 90.2 89.3 Mfr.'s Std. Mfr.'s Std. Mfr.'s Std. Mfr.'s Std. 900 90.2 89.5 89.3 88.4 Mfr.'s Std. Mfr.'s Std. Mfr.'s Std. Mfr.'s Std. 25 3600 91.7 91.0 91.7 90.2 Mfr.'s Std. Mfr.'s Std. Mfr.'s Std. Mfr.'s Std. 1800 92.4 92.4 92.4 91.7 Mfr.'s Std. Mfr.'s Std. Mfr.'s Std. Mfr.'s Std. 1200 91.7 91.0 90.9 89.3 Mfr.'s Std. Mfr.'s Std. Mfr.'s Std. Mfr.'s Std. 900 90.2 89.5 89.3 88.4 Mfr.'s Std. Mfr.'s Std. Mfr.'s Std. Mfr.'s Std. 30 3600 91.7 91.4 89.5 88.4 Mfr.'s Std. Mfr.'s Std. Mfr.'s Std. Mfr.'s Std. 1800 92.4 92.4 92.4 91.7 Mfr.'s Std. Mfr.'s Std. Mfr.'s Std. Mfr.'s Std. 1200 91.7 91.0 91.7 90.2 Mfr.'s Std. Mfr.'s Std. Mfr.'s Std. Mfr.'s Std. 900 91.7 91.7 90.9 90.9 Mfr.'s Std. Mfr.'s Std. Mfr.'s Std. Mfr.'s Std. 40 3600 91.7 91.7 90.2 89.3 86.6 86.1 87.0 89.0 1800 93.6 93.0 92.8 91.7 78.2 78.2 83.0 84.5 1200 92.4 92.4 91.7 90.9 81.5 81.5 81.5 81.5 900 91.7 91.0 90.9 90.2 70.0 70.5 70.0 70.5 50 3600 92.0 92.0 90.2 89.3 85.1 86.7 89.0 89.0 1800 93.6 93.0 92.8 91.7 79.5 79.4 82.5 82.5 1200 92.4 92.4 91.7 90.9 81.5 81.5 81.5 81.5 SECTION 03300 CAST-IN-PLACE CONCRETE TABLE 1 MOTOR PERFORMANCE REQUIREMENTS % Guar. Min. Full Load Efficiency %Guar. Min. Full Load Power Factor Horizontal Vertical Horizontal Vertical hp Nom.Speed rpm Drip-proof ODP TEFC Drip-proof ODP TEFC Drip-proof ODP TEFC Drip-proof ODP TEFC 900 91.7 91.7 90.9 90.9 78.5 72.9 78.5 80.0 60 3600 92.7 93.0 91.7 90.9 85.8 88.3 87.5 89.0 1800 93.6 94.1 93.5 92.8 80.5 79.9 80.5 80.5 1200 93.0 93.0 92.8 91.7 81.5 81.5 81.5 81.5 900 92.4 91.7 91.7 90.9 79.5 73.2 79.5 79.5 70 3600 93.6 93.6 91.7 91.7 87.1 88.5 88.5 88.5 1800 94.5 94.5 93.5 93.5 81.0 81.5 81.0 81.5 1200 93.6 93.5 93.5 92.8 82.0 82.0 82.0 82.0 900 92.8 92.4 92.8 91.7 80.5 74.5 80.5 81.0 100 3600 93.6 93.3 91.7 90.7 87.0 88.2 87.0 88.5 1800 95.1 94.5 94.0 93.5 81.0 81.0 81.0 81.0 1200 93.6 93.6 92.8 92.8 82.1 81.7 85.5 85.5 900 93.5 92.4 92.8 91.7 77.0 77.3 77.0 80.0 125 3600 93.6 93.7 91.7 91.7 86.4 89.1 87.0 90.5 1800 94.5 94.7 93.5 92.8 85.4 85.5 87.5 86.0 1200 93.6 94.1 93.5 92.8 82.7 82.3 85.5 85.5 900 93.5 93.0 92.8 92.4 78.5 78.5 78.5 78.5 150 3600 93.6 93.7 92.4 91.7 86.5 90.0 86.5 90.5 1800 95.0 95.2 94.5 94.0 82.5 85.0 84.5 85.0 1200 94.5 94.5 93.5 94.0 81.5 81.5 81.5 81.5 900 93.5 93.0 92.8 92.4 78.0 78.5 78.0 78.5 200 3600 94.3 94.3 92.4 93.0 87.8 89.4 91.0 91.0 1800 95.0 95.2 94.0 94.0 85.2 86.5 87.0 87.0 1200 94.5 94.5 93.5 93.5 79.0 82.5 79.0 82.5 250 3600 94.3 94.7 91.7 92.4 85.0 86.5 85.0 96.5 SECTION 16405 ELECTRIC MOTORS . TABLE 1 MOTOR PERFORMANCE REQUIREMENTS % Guar. Min. Full Load Efficiency %Guar. Min. Full Load Power Factor Horizontal Vertical Horizontal Vertical hp Nom.Speed rpm Drip-proof ODP TEFC Drip-proof ODP TEFC Drip-proof ODP TEFC Drip-proof ODP TEFC 1800 85.4 95.4 94.5 94.5 79.0 79.0 79.0 79.0 1200 95.0 94.5 94.5 93.5 82.0 82.0 82.0 82.0 300 3600 93.7 94.3 89.8 89.9 1800 95.4 95.2 94.5 94.0 80.0 80.0 800 80.0 1200 93.7 93.7 84.5 90.1 350 3600 94.3 94.7 89.4 85.9 1800 94.7 94.7 85.9 85.9 400 3600 94.3 88.4 1800 9437 86.8 450 3600 94.7 89.1 500 3600 94.7 88.3 END OF SECTION 16405 SECTION 03300 CAST-IN-PLACE CONCRETE PART 1 GENERAL 1.1 SCOPE OF WORK A. Furnish and install a complete grounding system in strict accordance with Article 250 of the National Electric Code and as hereinafter specified and shown on the Drawings. PART 2 PRODUCTS 2.1 GROUND RODS A. Ground rods shall be copper clad steel 5/8 inch diameter x 20 foot minimum length. Ground rods shall be Copperweld or be an approved equal product. PART 3 EXECUTION 3.1 INSTALLATION A. DBF shall not allow any grounding connections to be painted. If the connections are painted, they shall be disassembled and remade with new fittings. B. Grounding electrodes shall be driven as required. Where rock is encountered, grounding plates may be used in lieu of grounding rods. C. All equipment enclosures, motor frames, conduits systems, exposed structural steel, and similar items shall be grounded. D. Exposed connections shall be made by means of approved grounding clamps. Exposed connections between different metals shall be sealed with No-Oxide Paint Grade A or approved equal. All buried connections shall be made by welding process equal to Cadweld. E. All grounding conductors shall be laid slack and where exposed to mechanical injury, shall be protected by pipes or other substantial guards. If guards are iron pipe or other magnetic material, conductors shall be electrically connected to both ends of the guard. F. The DBF shall exercise care to insure good ground continuity, in particular between the conduit system and equipment frames and enclosures. Where necessary, jumper wires shall be installed. 3.2 TESTS A. The DBF shall test the ground resistance of the system. Testing shall not be performed within 48 hours of rainfall. All test equipment shall be provided by the DBF and approved by the Engineer. Dry season resistance of the system shall not exceed 5 ohms. Submit test results to the Engineer for approval. In the event that the specified resistance cannot be achieved through the grounding as shown, provide additional grounding as directed by the Engineer. B. All grounding system continuity shall be checked with a low range ohmmeter. END OF SECTION 16452 SECTION 16485 VARIABLE FREQUENCY DRIVES . PART 1 GENERAL 1.1 SCOPE OF WORK A. Provide all labor, materials, equipment, and incidentals required, and install, place in operation and field test variable frequency drive(s) (VFD’s). B. The variable frequency drive shall be a space vector Pulse-Width Modulated (PWM) design. Modulation methods which incorporate "gear-changing" techniques are not acceptable. The final responsibility of distributor or packager modifications to a third- party standard product will reside with the VFD manufacturer. The VFD manufacturer shall have overall responsibility for the drives. All drives shall be supplied by one manufacturer. The VFD shall be manufactured within the United States of America to alleviate concerns of future serviceability and parts availability. C. VFD’s shall be six (6) pulse units. 1.2 RELATED WORK SPECIFIED ELSEWHERE A. Pumps, General 1.3 QUALITY ASSURANCE A. The entire VFD system as described in section 2.01B shall be factory assembled and system tested by the VFD manufacturer to assure a properly coordinated system. B. Codes: Provide equipment in full accordance with the latest applicable rules, regulations, and standards of: a. Local Laws and Ordinances. b. State and Federal Laws. c. National Electric Code (NEC). d. Underwriters Laboratories (UL). e. American National Standards Institute (ANSI). f. National Electrical Manufacturers Association (NEMA). g. Institute of Electrical and Electronics Engineers (IEEE). C. The complete drive system shall be UL listed. D. Acceptable Manufacturers: a. Allen Bradley. b. No Approved “or Equal” 1.4 SUBMITTALS A. Submittals shall be custom prepared by the VFD manufacturer for this specific application. B. Submittal information shall include, but not be limited to: a. Equipment dimensions, including stub-up locations, shipping splits and shipping weights. b. Catalog cuts of major components. c. Spare parts list, per Paragraph 3.03. d. Certifications, including: 1) Warranty, per section 1.04. 2) Efficiencies, per section 2.02.A.1. e. Harmonic Distortion Analysis, per section 2.01D. SECTION 03300 CAST-IN-PLACE CONCRETE 1.5 WARRANTY A. All equipment furnished under this section shall be warranted for onsite parts and labor by the DBF and the equipment manufacturers for a period of five (5) years after completion of startup. PART 2 PRODUCTS 2.1 MATERIAL AND EQUIPMENT A. Any modifications to a standard product required to meet this specification shall be performed by the VFD manufacturer only. Distributor or system integrator changes to the VFD manufacturer's product are specifically disallowed. B. The VFD system shall consist of a power factor correction / harmonic filter unit, input rectifier-grade phase-shifting transformer, 6 pulse converter section, output inverter and control logic section, harmonic filtering unit, and input line reactor. All components listed including power factor correction / harmonic filter shall be integral to the VFD lineup, factory wired and tested as a complete system. The entire VFD system shall meet the requirements of NEC article 409 and IEEE 508A for fault current withstand ratings as indicated on the project electrical drawings. C. Input circuit breaker, interlocked with the enclosure door, with through-the-door handle to provide positive disconnect of incoming AC power and shall be capable of being locked in the open position. D. VFD system shall maintain a 0.95 minimum true power factor throughout the entire speed range. 2.2 VARIABLE FREQUENCY DRIVES A. Ratings a. The drive system shall be 96% efficient at full load and full speed and 95.5% efficient at 51% load and 80% speed. Losses to be utilized in drive system efficiency calculation shall include input transformer, harmonic filter, and power factor correction if applicable, VFD converter and output filter if applicable. Auxiliary controls, such as internal VFD control boards, cooling fans or pumps, shall be included in all loss calculations. b. Rated Input Power: 460 Volts 60 Hz, +10%, -5% at rated load, 3-phase. 1) Voltage Dip Ride-Through: VFD shall be capable of sustaining continued operation with a 40% dip in nominal line voltage. Output speed may decline only if current limit rating of VFD is exceeded. 2) Power Loss Ride-through: VFD shall be capable of a minimum 3 cycle power loss ride-through without fault activation. c. Output Power: As required by motors supplied. d. Ambient Temperature Range: 0 to 40°C. e. Elevation: Up to 3300 feet (1000 meters) above MSL without derating. f. Atmosphere: Non-condensing relative humidity to 95%. g. AC Line Frequency Variation: +/- 3 Hertz. h. Power Unit Rating Basis: 110% rated current continuous, 150% rated current for one minute, at rated temperature. B. Construction a. The controller shall produce an adjustable AC voltage/frequency output. It shall have an output voltage regulator to maintain correct output V/Hz ratio SECTION 16485 VARIABLE FREQUENCY DRIVES . despite incoming voltage variations. b. The controller shall have a continuous output current rating of 100% of motor nameplate current. c. The converter section shall be 6 pulse minimum utilizing diodes. d. The inverter output shall be generated by IGBTs. Pulse Width Modulation strategy will be of the space vector type implemented to generate a sine- coded output voltage. The VFD shall not induce excessive power losses in the motor. The worst-case RMS motor line current measured at rated speed, torque and voltage shall not exceed 1.05 times the rated RMS motor current for pure sine wave operation. The inverters shall be able to sustain 1600-volt surges. e. The controller(s) shall be suitable for use with any standard NEMA-B squirrel- cage induction motor(s) having a 1.15 Service Factor or with existing standard NEMA-B squirrel-cage induction motor(s) with nameplate data as shown on the plans. Provide drives with dV/dT output filters manufactured by Trans-Coil type KLC if the pump is more than 50ft of cable length from VFD. At any time in the future, it shall be possible to substitute any standard motor (equivalent horsepower, voltage and RPM) in the field. f. The control logic section shall be fully digital and not require analog adjustment pots or fixed selector resistors. A power failure will not necessitate a reload of any drive parameter or configuration. g. Minimum Starting Speed: When called to operate, the VFD shall immediately ramp to a minimum speed. The minimum speed shall be adjustable but initially set at 70% of maximum speed. The 4-20 MA speed signal from the PLC and potentiometer on the front of the drive shall modulate the signal between the minimum speed setpoint and the maximum output speed of the drive; i.e., at the 4 MA signal, the VFD shall run at the minimum speed. At the 20 MA signal, the VFD shall run at full speed. The potentiometer shall also adjust speed between the minimum speed setpoint and the maximum running speed. Below the minimum speed setpoint, the potentiometer shall have no effect. h. All 6-pulse VFD’s shall be provided with 3% input line reactors. C. Basic Features a. The VFD shall include a customer selectable automatic restart feature. When enabled, the VFD shall automatically attempt to restart after a trip condition resulting from instantaneous overcurrent, overvoltage, out of saturation or overload. For safety, the drive shall shut down and require manual reset and restart if the automatic reset/restart function (programmable for up to 3 attempts) is not successful within a customer programmable time period. Auto-Restart shall be programmable to allow for individual fault selection. b. A door-mounted membrane keypad with integral 2-line minimum, 24-character LCD display shall be furnished, capable of controlling the VFD and setting drive parameters. The keypad shall include the following features: 1) The digital display must present all diagnostic message and parameter values in English engineering units when accessed, without the use of codes. 2) The digital keypad shall allow the operator to enter exact numerical settings in English engineering units. A user menu written in plain English (rather than codes) shall be provided in software in nonvolatile memory as a guide to parameter setting and resettable in the field through the keypad. Multiple levels of password security shall be available to protect SECTION 03300 CAST-IN-PLACE CONCRETE drive parameters from unauthorized personnel. The drive set up parameters must be able to be transferred to new boards to reprogram spare boards. 3) The following digital door-mounted keypad indications may be selectively displayed: • Speed demand in percent. • Output current in amperes. • Output Frequency in hertz. • Input voltage. • Output voltage. • Total 3-phase KW. • Kilowatt hour meter • Elapsed time running meter. • RPM. • DC bus voltage. 4) VFD shall have the capability of communicating via an RS-232, RS-422, or RS-485 port. 5) VFD parameters, fault log and diagnostic log shall be downloadable via the RS-232, RS-422, or RS-485 port. c. Refer to the VFD wiring diagram in the drawings for remote signals and alarms. D. Enclosure a. All VFD components shall be factory mounted and wired on a dead front, grounded, NEMA-1 enclosure. If a free-standing enclosure is provided, it shall be suitable for mounting on a concrete housekeeping pad. E. Protective Features and Circuits: The controller shall include the following alarms and protective features: a. Instantaneous overcurrent and overvoltage trip. b. Undervoltage and power loss protection. c. Power unit overtemperature alarm and protection. Upon sensing an overtemperature condition, the VFD is to automatically trip. d. Electronic motor inverse time overload protection. e. Responsive action to motor winding temperature detectors or thermostatic switches. A dry contact (NC) input to the VFD is required. f. When power is restored after a complete power outage, the VFD shall be capable of catching the motor while it is still spinning and restoring it to proper operating speed without the use of an encoder. g. The VFD shall be protected from damage due to the following, without requiring an output contactor: 1) Three-phase short circuit on VFD output terminals. 2) Loss of input power due to opening of VFD input disconnecting device or utility power failure during VFD operation. 3) Loss of one (1) phase of input power. h. The VFD shall continue to operate at a reduced capacity under a single-phase fault condition. i. The VFD shall be able to withstand the following fault conditions without damage to the power circuit components: 1) Failure to connect a motor to the VFD output. 2) VFD output open circuit that may occur during operation. 3) VFD output short circuit that may occur during operation. j. Provide input line reactors (3% impedance) when no 12 or 18 pulse SECTION 16485 VARIABLE FREQUENCY DRIVES . transformers are supplied or required. k. Three phase lightning and surge protection across the line input at each VFD. Lea International TVSS #GB-100. l. Provide 120V motor heater power that is active when the motor is off and is off when the motor is active. F. Parameter Settings a. The following system configuring settings shall be provided and field adjustable, without exception, through the keypad/display unit. Except for Motor Nameplate Data, all parameters must be adjustable while the processor is on-line and the drive is running. 1) Motor Nameplate Data. • Motor frequency. • Number of poles. • Full load speed. • Motor volts. • Motor full load amps. • Motor HP. • Current limit, max. 2) VFD Configuration Parameters. • Independent accelerate/decelerate rates. • Max/Min speed (frequency). • Catch-a spinning load selection. • No load boosts. • Full load boost. • Volts/Hertz ratio. • Overspeed trip. • Overload trip curve selection. • Overload trip time selection. 3) Automatic VFD Control. • PID utilizing an internal or external setpoint. • Three selectable critical speed avoidance bands with programmable bandwidths. • Auto start functions: On/Off, Delay On/Off. Operable from a 4- 20mA signal or from the PID output, command, or feedback signal. • Speed Profile: Programmable entry and exit points. • Programmable loss of signal control: Stop, maintain last speed, or default to preselected setpoint. b. All drive setting adjustments and operation parameters shall be stored in a parameter log which lists allowable maximum and minimum points as well as the present set values. This parameter log shall be accessible via a RS-232, RS-422, or RS-485 serial port as well as on the keypad display. G. Input/Output Features a. Two programmable analog inputs: VFD speed in, spare. b. Three programmable analog outputs: VFD speed output, Drive (output) current in Amps, spare. c. Two programmable digital inputs: Run, spare. d. Ten programmable digital outputs: VFD fault, VFD running, VFD in remote, 6 spare. e. One Pot input (three wire control, +10 V, wiper and common). SECTION 03300 CAST-IN-PLACE CONCRETE f. System Program providing built-in drive control or application specific configuration capability. H. Diagnostic Features and Fault Handling a. The VFD shall include a comprehensive microprocessor based digital diagnostic system that monitors its own control functions and displays faults and operating conditions. b. A “Fault Log” shall be accessible via a RS-232, RS-422, or RS-485 serial link as well as line-by-line on the keypad display. The "FAULT LOG" shall record, store, display and output to a serial port upon demand, the following for the 64 most recent events: 4) Date and time of day. 5) Type of fault. 6) All faults and events shall be stored and displayed in English, not fault codes. c. A "HISTORIC LOG" shall record, store, and output to a RS-232, RS-422, or RS- 485 serial link port upon demand, the following selectable control variables at 1 msec. intervals for the 58 intervals immediately preceding and the 20 intervals immediately following a fault trip: 7) Torque demand. 8) Torque command. 9) Torque feedback. 10) Torque error. 11) Torque maximum. 12) Current demand. 13) Peak current. 14) Motor current. 15) DC bus voltage. 16) Line voltage. 17) Velocity demand. 18) Velocity reference. 19) PI min/max limit. 20) Boost. 21) VFD mode (Auto/Manual). PART 3 EXECUTION 3.1 FACTORY TESTING A. The VFD manufacturer shall provide as a minimum, the following quality assurance steps within his factory: 1. Incoming inspection of components and raw materials based on strategic supplier base and experience. Sampling plans based on MIL STD 105E. 2. MIL STD 45662 calibration system. 3. All products subject to 100% testing and final inspection; no sampling plans permitted. 3.2 PRE-DELIVERY TESTING COORDINATION A. One VFD unit of each specified type and application shall be shipped to the pump manufacturer’s test facility for complete operational testing. The VFD Manufacturer shall provide a qualified representative at the pump Manufacturer’s test facility during testing. All costs incurred by the VFD SECTION 16485 VARIABLE FREQUENCY DRIVES . Manufacturer to meet this requirement shall be included in the bid. B. Certified test reports shall be submitted to the ENGINEER before the equipment is shipped to the project site. 3.3 STARTUP AND TRAINING A. VFD manufacturer shall provide the services of a factory technician for startup assistance and training. Verification of VFD input harmonic voltage and current distortion limits specified must be verified as part of final startup and acceptance. If harmonic distortion requirements are not met, it is the responsibility of the VFD supplier to meet the specification at the supplier’s expense. A recording type Fluke 41 or equivalent harmonic analyzer displaying individual and total harmonic currents and voltages must be utilized. B. A 10% payment retainage will be released upon field test verification of harmonic specification requirements and final acceptance. 3.4 SPARE PARTS A. The following spare parts shall be furnished: a. Three of each type of fuse rated 460V or less. b. Two of each type of converter power semiconductor. c. Two of each type of inverter power semiconductor. d. One of each type of type control printed circuit board and gate firing boards. e. One keypad assembly. 3.5 FIELD QUALITY CONTROL A. Functional Test: a. Conduct on each VFD. b. Inspect controller for electrical supply termination connections, interconnections, proper installation, and quiet operation. c. Vibration Test: Complete assembly, consisting of motor, load, and flexible shafting, connected and in normal operation, shall not develop amplitudes of vibration exceeding limits recommended by current edition of Hydraulic Institute Standards. Where pumps and motors are separated by intermediate flexible shafting, measure vibration both at top motor bearing and at two points on top pump bearing, 90 degrees apart. d. Record test data for report. B. Performance Test: a. Conduct on each VFD. b. Perform under actual or approved simulated operating conditions. c. Test for continuous 48-hour period without malfunction. d. Demonstrate performance by operating the continuous period while varying the application load, as the input conditions allow, in order to verify system performance. e. Record test data for report. END OF SECTION 16485 SECTION 03300 CAST-IN-PLACE CONCRETE PART 1 GENERAL 1.1 SCOPE OF WORK A. Provide, install, and test all control panels and appurtenances as shown on the Drawings and as hereinafter specified. 1.2 STANDARDS A. Control panels shall be in accordance with the National Electric Code and NEMA as applicable. 1.3 QUALITY ASSURANCE A. The control panel manufacturer shall have total system control responsibility. The manufacturer shall have local experience in providing control panels of the types and functions as specified herein. B. All control panels shall be either UL 508 listed or constructed by an UL approved shop and labeled accordingly. 1.4 CONTROL PANEL FUNCTIONS A. The panel builder shall provide functions as described using his own standard schematics and arrangements. All wires shall be numbered and brought to numbered terminals. Complete schematics and outline Drawings shall be provided for approval. PART 2 PRODUCTS 2.1 CONSTRUCTION A. All panels furnished shall be of the arrangement and design as shown on the Drawings and specified herein. B. Panel construction shall be NEMA 4X 316 stainless steel with drip shield kit, 316 stainless-steel, with door gasket and three (3) point stainless steel latch, handle with nylon rollers and drip edge. Internal components shall be mounted on a back panel and selector switches, lights, etc., mounted on an interior dead-front panel. Enclosure shall be painted white and have sun shields on top and sides. C. Access doors or panels shall have continuous stainless-steel hinges. Fabrication shall be of 11 gauge thick, sheet steel with stainless steel hardware, suitably braced internally for structural rigidity and strength. Front panels or sections containing instruments shall be not less than 7-gauge thick stretcher leveled sheet steel or 1/4-inch-thick anodized aluminum, reinforced to prevent warping or distortion. All sections shall be descaled, degreased, filled, ground and finished with two rust-resistant phosphate prime coats and two (2) air dry silicone alkyd finish coats of enamel which shall be applied by either the hot air spray or conventional cold spray methods. The final finish shall be smooth, free of runs, and uniform in tone and thickness. Unless otherwise noted, the colors to be used shall be selected by the OWNER from color chips supplied by the panel manufacturer. All cutouts shall be properly finished, including deburring and touch- up painting. D. Nameplates shall be provided for all flush mounted equipment. The nameplates shall be constructed of black and white laminated, phenolic material having SECTION 16810 CONTROL PANELS . engraved letters approximately 1/4 inch high, extending through the black face into the white layer. Nameplates shall be attached to panels by self-tapping stainless-steel screws. E. Print storage pockets shall be provided on the inside of each panel. Its size shall be sufficient to hold all of the prints required to service the equipment. Reduced drawings shall be provided to be stored in these pockets. F. All panel equipment shall be mounted and wired on or within the cabinet. All wiring within the panel shall be grouped together with harnesses or ducts and secured to the structure. All wiring shall be numbered in accordance with the numbering system used on the wiring/connection diagrams. Power and low voltage DC signal wiring shall be routed in separate wire ways. Crossing of the two system wires shall be at right angles. Parallel troughs of different systems shall be separated by a minimum of 12 inches. Wiring through for supporting internal wiring shall be plastic type with snap-on covers. The side walls shall be open-top type to permit wire changing without disconnecting. Wiring troughs shall not be filled to more than 60 percent visible fill. Wiring through covers shall be match marked to identify placement. If component identification is shown on covers for visibility, the ID shall also appear on the mounting sub-panel. G. Power wire shall be minimum 12 AWG stranded, insulated for not less than 600 volts unless specified otherwise. Control wire shall be 14 AWG stranded, insulated and twisted shielded wire shall be 16 AWG. Use type XHHW-2 for outside to panel application and type MTW for wiring inside the panel. No THHN or other type of wire shall be used inside the control panel without the CITY approval. Wire color shall be, Line Power - Black; Neutral or common - White; AC Control - Red; DC Control - Blue; Equipment or Chassis Ground - Green; specified externally powered circuits - Orange. H. All wiring shall terminate in a master terminal board, rigid type and numbered. The master terminal board shall have a minimum of 25 percent spares. Terminal blocks shall be arranged in horizontal rows and separated into groups. (Power, AC control, DC signal, and alarm). Terminal blocks shall be barrier type with the appropriate voltage rating (600 volts minimum) and shall be the raised channel mounted type. Wire connectors shall be the hook fork type with non-insulated barrel for crimp type compression connection to the wire. Wire and tube markers shall be the sleeve type with heat impressed letters and members. Direct interlock wiring between equipment will not be allowed. Only one side of a terminal block row shall be used for internal wiring. The field wiring side of the terminal shall not be within six (6) inches of the side panel or adjacent terminal. I. All components shall be mounted in a manner that shall permit servicing, adjustment, testing and removal without disconnecting, moving or removing any other component. Components mounted on the inside panels shall be mounted on removable plates and not directly to the enclosure. Mounting shall be rigid and stable unless shock mounting is required by the manufacturer to protect equipment from vibration. Component mounting shall be oriented in accordance with the component manufacturer's and industries' standard practices. All internal components shall be identified with suitable plastic or metal engraved tags attached with drive pins adjacent to (not on) each component identifying the SECTION 03300 CAST-IN-PLACE CONCRETE component in accordance with the drawing, specifications, and supplier's data. 2.2 PUSH BUTTONS A. Push buttons shall be heavy-duty, oil tight, with momentary contacts. Switches shall be supplied with the number of poles required for the application, an escutcheon plate, and contacts rated for 10 amperes at 120 volts AC. Push buttons shall be as manufactured by Square-D, Class 9001, Type K or approved equal by CITY. 2.3 ROTARY HAND SWITCHES A. Rotary selector switches shall be heavy duty oil tight, with the number of poles and number of positions as required. Switches shall have a pistol grip handle and be of the maintained contact type rated for 10 amps at 120 volts AC. The switches required for "electronic duty" shall have low, stable, contact resistance and gold contacts. Provide make-before-break bridging contacts where required. Rotary hand switches shall be as manufactured by Square-D, Class 9001, Type K, standard knob, or approved equal by CITY. 2.4 LED PILOT LIGHTS A. LED indicating lights shall be provided as shown on the Drawings. Units shall be approximately 1/2-inch diameter. Bulbs shall be of the push-to-test type shall be as manufactured by Square-D, unless otherwise noted on the drawings, or approved equal by CITY. 2.5 RELAYS A. Relays shall be double pole, double throw, octal plug-in type with a transparent dust cover. The relay shall be equipped with an indicating light to indicate when its coil is energized. The relays shall have 10 amperes 120-volt AC contacts. Relays shall be as manufactured by Square D, Class 8501, Type KP, unless otherwise noted on the drawings, or approved equal by CITY. 2.6 TIME DELAY RELAYS A. Time delay relays shall be of the pneumatic type with time delay and instantaneous contacts. Time delay relays shall be double pole, double throw with output contacts rated at 10 amperes, 120-volt AC minimum. The time delay relays shall be set for sixty seconds except where otherwise shown on the Drawings but shall be adjustable from 0 to 180 seconds. Time delay relays shall be as manufactured by Square-D, Class 9050, Type A, unless otherwise noted on the drawings, or approved equal by CITY. 2.7 TIMERS A. Timers shall be plug-in type with a dust and moisture resistant case. The timers shall be of the multirange/analog or digital type with selectable ranges. The output contacts shall be rated at 10 amperes 120-volt AC minimum. The timer shall have a "timing in progress" indication. Timers shall be manufactured by Square D or approved equal by CITY. SECTION 16810 CONTROL PANELS . 2.8 CIRCUIT BREAKERS A. Circuit breakers shall be thermal-magnetic, molded case, permanent trip. Voltage, current, interrupting ratings, and number of poles required shall be as shown on the Drawings. Circuit breakers used in 120/240- v o l t control panels shall be UL listed and have an interrupting capacity of not less than 18,000 amperes, RMS, symmetrical. Circuit breakers shall be manufactured by Square D or approved equal by CITY. B. Do not substitute single-pole circuit breakers with handle ties for multi-pole breakers. 2.9 SURGE PROTECTIVE DEVICE (SPD) POWER APPLICATIONS A. Refer to specification 16050 – Electrical System Analyses 2.10 PHASE MONITOR A. Phase monitor shall be a three-phase solid state device with voltage sensing capabilities. Phase monitor shall have undervoltage capabilities with a UL listed relay. The monitor shall protect the motor against phase loss, phase unbalance, phase reversal, and undervoltage. Phase monitor shall be manufactured by ACT or approved equal by CITY. 2.11 MOTOR STARTER A. The motor starter shall be a full voltage non reversing, NEMA rated, three phase starter with thermal motor overload units. Overload units shall have manual resets. Motor starter shall be manufactured by Square D or approved equal by CITY. 2.12 CONTROL POWER TRANSFORMER A. If applicable, control power transformer shall be rated for 240x480V/120V A.C. and shall be rated with the appropriate kVA rating as called out in drawings. Control power transformer shall be manufactured by Square D or approved equal by CITY. 2.13 DUPLEX RECEPTACLE A. A 20A duplex receptacle shall be installed within the control panel. Receptacle shall be GFCI Type and shall be manufactured by Leviton Company Type 6599-I, unless otherwise noted on the drawings, or approved equal by CITY. 2.14 INTRINSICALLY SAFE RELAYS A. Intrinsically safe control relays shall be as manufactured by Pepperl + Fuchs, unless otherwise noted on the drawings, or approved equal by CITY. 2.15 ELAPSED TIME METER A. Elapsed time meter shall be as manufactured by Yokogawa Type 240, unless otherwise noted on the drawings, or approved equal by CITY. 2.16 TERMINAL BLOCKS SECTION 03300 CAST-IN-PLACE CONCRETE A. Terminal blocks shall be as manufactured by Square D Class 9080, unless otherwise noted on the drawings, or approved equal by CITY. PART 3 EXECUTION 3.1 INSTALLATION A. Seal all conduit entrances into control panels using sealing fittings as detailed on the drawings. 3.2 TESTS A. The supplier shall test all equipment at the factory prior to shipment. Coordinate with pump supplier for testing and startup at the site for each lift station. 3.3 ACCEPTANCE A. Upon successful completion of operation test and subsequent review and approval of the complete system's final documentation, the system shall be considered as acceptable. END OF SECTION 16810 SECTION 16950 MISCELLANEOUS EQUIPMENT . PART 4 GENERAL 4.1 SCOPE OF WORK A. Furnish and install all miscellaneous equipment as hereinafter specified and as shown on the Drawings PART 5 PRODUCTS 5.1 DISCONNECT SWITCHES A. Fusible and non-fusible disconnect switches shall be heavy-duty, quick-make, quick-break, visible blades, 600 volt, 3-pole with full cover interlock. All current carrying parts shall be copper. Enclosure Type shall be NEMA-4X, stainless steel, with stainless steel mounting hardware except as shown on the drawings. Disconnect switches shall be horsepower rated as manufactured by the Square-D Company, Class 3110, Type H, or approved equal. B. Surge arresters shall be installed on the main disconnect switch. Provide protection for each ungrounded conductor as required. These shall be connected to the line side of the protected equipment. Install a current limiting fuse in series with each pole of the arrester connection as recommended by the Manufacturer. All transient protection devices, including fuses, shall be installed within the protected equipment enclosures wherever possible. Surge arresters shall be as manufactured by the General Electric Company, Tranquell Series, Model 9L15 or approved equal. END OF SECTION 16950 Pipe Bursting of Potable Water Mains Using Pre-Chlorinated Pipe GUIDELINE SPECIFICATIONS A proposed Contractor takes on all responsibility of ensuring that the project accounts for completion of all requirements, as noted in the other Supplemental Specifications and the City Development Criteria/Standards Manual. The Contractor must be prepared to work with the City Utility Engineering and Water Maintenance Departments to resolve any City concerns during construction. Any Contractor proposing to perform these methods on the project must meet the experience requirements listed, provide detailed references, and attend a pre-award interview at the City’s offices. Table of Contents 1.0 Outline of the Method of Pre-Chlorination of HDPE Pipe 2.0 Prior to Pipe Bursting 2.1 Contractor Qualifications 2.2 Pipe Specifications 2.3 Other Product Specifications 2.4 Product Compliance 2.5 Product Handling 2.6 Documentation and Planning 2.7 Notification of Regulatory Authority 2.8 Interruption of Service to End Users 2.9 Joining of Pipe 2.10 Pre-Chlorination of Product Pipe 2.11 Chlorination Solutions 2.12 Hydrostatic Pressure Testing 3.0 Pipe Bursting Operation 3.1 Pit Location and Excavation 3.2 Bursting Machine Location and Shoring 3.3 Rod Payout Operation 3.4 Tooling and Attachment 3.5 Pullback Operation 3.6 Tooling Removal 4.0 After Pipe Bursting 4.1 Pit condition prior to taps or joining system 4.2 Service Taps and Service Lines 4.3 Post Chlorination 4.4 Service Reinstatement 4.5 Backfill and Surface Reinstatement 4.6 Documentation Finalization 5.0 Definitions 6.0 Tables and Equations 6.1 Makeup Water Allowance Table 6.2 Allowance for Leakage Due to Fittings Equation 1.0 Outline of the Method of Pre-Chlorination of HDPE Pipe Assuming all qualifications for skill and materials are met, the Pipe Bursting of Potable Water Mains using Pre-Chlorinated Pipe will repeat the method, outlined below for each section of pipe being rehabilitated. These processes may be performed in series or in parallel with other sections of pipe within the job; however each section will require these steps. a. Deliver notice of service outage to each affected property owner in advance of work. b. Chlorinate a length of product pipe that yields passing test results for potable water per AWWA, Regulatory Authority and City standards. c. Hydrostatic test of the product pipe section per City standards. d. Excavate a Burst Pit at one end of the section down to pipe grade for placement of the pipe bursting equipment. e. Excavate an Insertion Pit at the opposite end of the section down to pipe grade for entry of the product pipe. f. Excavate Service Connection Pits. g. Isolate the section to be rehabilitated from the rest of the system so as to maintain pressure integrity of the system as well as preventing any backflow of chlorinated solution or non-potable water into the system. h. Excavate and remove hydrant tees and valve tees from the host pipe. i. Rod string to be assembled as it is thrust through the host pipe from Burst Pit to Insertion Pit. j. Burst tooling and product pipe attached to rod end at Entry Pit. k. Rod string pulled back and disassembled simultaneously while tooling and product pipe travels from Insertion Pit to Burst Pit. l. Service Connections shall be made to the newly installed main. m. Super-Chlorinate main for 15 minutes to 300 ppm. A de-chlorination unit will be used to neutralize the residual chlorine when flushing. Flush the newly installed main with potable water. n. Inspect for leaks at new connections. o. Final connection of the replaced section of pipe into the system. It should be noted that item “d” through “o” are to be accomplished within a single 10 hour day to eliminate the need for any temporary services. The length of pipe to be burst per run should be chosen to conform to this time frame. Items “d” though “f” (excavation items) may be performed one day prior to bursting operations to expedite process. 2.0 Prior to pipe bursting 2.1 Contractor Pre-Qualifications In order to assure quality execution of the method, the contractor shall submit the following to the Authority: a. 1. Experience – the contractor shall provide documented evidence of: Being actively engaged in the installation of pipe using the static pipe bursting method for a minimum of seven (7) years. 2. Performing 100,000 feet or more of water main replacement using the process of pre-chlorinated pipe bursting in the United States of America over the past 24 month period. 3. The work experience must have been performed under the company name. 4. Experience must be with the use of a static pipe bursting system with evidence of 2”, 4”, 6”, 8”, 10” and 12” projects. 5. Submitting the project reference sheet by listing five (5) similar projects successfully completed within the last two years. To be counted, each project reference must encompass: replacing potable water main, using the static pipe bursting method, using the pre-chlorination method and all projects must be from the state of Florida. b. 1. Certification Certificate of training endorsed by the manufacturer of the pipe bursting equipment. 2. Certificate of training endorsed by the manufacturer of thermal fusion equipment in butt fusing of HDPE pipe, in lieu of certificate, evidence of training may be substituted. 3. Certificate of training endorsed by the supplier or manufacturer of HDPE electro-fusion fusion couplers to be used in the method. In lieu of certificate, evidence of training may be substituted. c. Hygiene a competency statement by contractor that all employees are medically cleared to work on restricted operations and have been trained in hygienic procedures. d. Personnel overseeing Pre-chlorination process shall be trained and qualified in process. 2.2 Pipe Specifications a. High Density Polyethylene Pipe shall be AWWA C906 (HDPE) and per City Specifications. b. Pipe must conform to ASTM F714 and NSF 61. c. HDPE resin shall be PE4710 characterized by ASTM D3350. d. All pipe shall be made of virgin material, no rework except that obtained from manufacturers own production. e. Pipe shall be a minimum of SDR 11 wall thickness or as directed by the Authority. f. Cuts or gouges, per ASTM F585 are acceptable up to 10% of wall thickness. Beyond 10% of wall, damage must be removed by cutting the damaged section from the pipe string and butt fusing the ends. g. Stripe along the length of the pipe shall be blue in color to identify the pipe as potable water. 2.3 Other Product Specifications a. Fittings for pressure systems shall be ductile iron and comply with AWWA C110. The minimum pressure rating shall be 150 PSI and meet all city standard specifications. b. Stiffener inserts per ASTM 240 shall be used for all fittings and connections to HDPE pipe. Stiffeners shall be 304 stainless steel and be of wedge type design. c. Service Connection Fittings shall be HDPE electro-fusion type and/or mechanical saddles with a minimum working pressure of 150 PSI and per City specification. d. Pipe Connection Fittings shall meet AWWA C906 and meet or exceed the pressure requirements of the HDPE Pipe 2.4 Product Compliance a. Certificate of compliance shall be supplied to the City that the Product Pipe is per specification 2.2 and as specified in the General Requirements Section. b. All materials (in excess of those specified above in 2.4a.) used with the coupling or connecting HDPE water main must be submitted and approved by the City. 2.5 Product Handling a. Pipe transport and handling shall be per manufacturer’s recommendation. b. Product other than pipe must be stored and handled per manufacturer’s recommendations. 2.6 Documentation and Planning a. Contractor shall submit a plan to the City on a marked up copy of the Project Drawings showing the Contractor’s construction phasing and plans at the Pre- Construction Meeting. Plan details should include: 1. Pit locations for pipe insertion and bust machine location. 2. Pit locations for service re-connects. 3. Schedule of when various sections are to be rehabilitated. 4. Distances of each pull. 5. Isolating points used to seal the system during the pipe burst. 6. Chlorination/De-chlorination logs for each pipe section. b. The Project Construction drawings provided by the Owner shall be marked by the contractor to show actual locations of services, fittings, fire hydrants and other reconnects. These markups shall be done the day of the actual placement. A set of marked up plans shall be returned to the Owner within 15 days of substantial completion of job. c. Chlorination Submission Documents, pipes Pre-Chlorinated with intent to install under this specification must have a log sheet placed in a sealed waterproof envelope attached to the pipe at the start of the Chlorination process. This sheet makes up the Chlorination Submission Documents and shall be delivered to the Authority at the same time as the marked up construction drawing. Information on the log sheet shall at a minimum include: 1. Date of Swabbing 2. Date of Chlorinating and amount of chlorine used 3. Date of samplings 4. Results of Sample tests 5. Date of pipe installation 6. Date of Pressure Test 7. Makeup water details (if any) 8. End test pressure 9. Final pressure test results 10. Location of installation 2.7 Notification of Regulatory Authority Prior to commencement of construction, the Owner and the Contractor shall notify the local regulatory agency (DEP) for their project review and oversight. Specifications for the construction processes and/or plans shall be provided to the agency as they require. 2.8 Interruption of Service to End Users a. Interruption of service to end users shall be minimized through the efforts of the contractor and use of the method outlined within. Outages shall be limited to 8:00 AM to 6:00 PM Monday through Friday. No interruption shall be permitted between 6:00 PM and 8:00 AM or on Saturday, Sunday or legal holidays without the approval of the owner. b. Only one (1) line segment may be shut down for rehabilitation at any one moment. c. End users shall be notified in writing (door hanger, flier, etc.) by the contractor in a manner approved by the Authority. General notice shall be provided (7) days in advance if possible. Detailed Notice shall be provided at minimum permissible advance of 48 hours prior to service interruption. 2.9 Joining of Pipe a. Fusing per Butt fusion methods in strict conformance to the pipe and/or fusing equipment manufacturers recommendations shall be used to join sections of High Density Polyethylene Pipe. b. Fusing of ‘sticks’ of pipe shall be performed in the general vicinity of the pipe insertion pit or lay down yard (staging area). c. Pipe supplied by the pipe manufacturer in a coil may be fused remote from the pipe insertion pit. d. Solvent cement joints performed by anyone other than the manufacturer are unacceptable for any HDPE pipe or fitting. 2.10 Pre-Chlorination of Product Pipe Chlorination of pipes prior to bursting shall be carried out per ANSI/AWWA C651-14 Standard for Disinfecting Water Mains and in cooperation with the City’s Water Maintenance Department. Any information here shall facilitate that method when performed on pipes not yet placed on grade. In general, the method includes the following: a. Disinfect all equipment, tools, end caps, pipe fittings or product that may contact pipe. b. Disinfection shall be carried out by immersing or rinsing items in a hypochlorus solution containing 1 to 5 percent chlorine measured by weight. See details of Chlorination solution in section 2.11. c. Product pipe shall be fused into a string of sufficient length to complete the designated section or be coiled in a manner suitable for delivery on a pipe reel. Maximum allowable length is 800 feet. d. The surface upon which the product pipe rests during Chlorination shall be relatively impervious and free from visible contamination. Coiled pipe must be laid horizontally to allow all air to be expelled. e. Swabbing, Chlorination and testing of the inside diameter of the pipe shall be accomplished by: 1. Swab being inserted at the lowest end of the pipe. 2. Calcium Hypochlorite tablets or granules as described in section 2.11. shall be placed behind the swab. 3. Pressure tight end cap shall be mounted to the low end of the pipe either by fusing or mechanically assembled to the pipe. 4. Potable water shall be introduced through this end cap at a controlled rate such that the swab is propelled at a velocity less than or equal to one foot per second. All air is to be dispelled from the pipe. 5. Upon discharge of the swab from the elevated end of the pipe, the elevated end shall be capped with a pressure tight seal. This seal having a tapped access hole of size at least 1.25” NPT or incorporating the ability to leak (purge) air or water at will by adjustment of clamping bolts. Additional potable water should be added after capping to ensure that no air remains between the caps. 6. Pressure testing of the pipe section should be performed per details in section 2.12 upon replacement of the second end cap. 7. Chlorinated solution should be maintained in the pipe for a minimum of 24 hours prior to flushing when water temperature is above 41 ºF (5ºC), 48 hours when water temperature is 41ºF (5ºC) or less. Time for retention of the chlorinated solution shall not be significantly over designated holding time so as to prevent damage to the pipe or end caps. 8. After designated holding time, the pipe shall be drained, flushed and filled with potable water so as to expel the highly chlorinated solution. The spent Chlorinated solution shall not be allowed to enter any water shed, a sanitary sewer or any other area where environmental damage may occur without neutralizing it in an industry acceptable manner. Flushing water shall be from a source known to be of drinking water standard. 9. Test samples shall be taken from each end of the pipe on consecutive days, 24 hours apart. Samples shall be tested by a state certified lab within 30 hours of being taken. 10. Failure of any sample to pass a bacteriological test should result in the related section of pipe being re-flushed and retested. Should any sample again fail, the section must be chlorinated before retest. 11. Time before re-connection of a passing pipe section shall be limited to 14 days from the last sampling. After this time the pipe must be retested to be acceptable for use. 12. Drain the section of pipe prior to pipe bursting. The pipe shall be drained on the day of the pipe bursting, and sealed after draining and for the pipe bursting process. 13. Swabs should be designated by the manufacturer as suitable for potable water system use. Swabs are to be manufactured by Knapp Industries or be of equivalent design. 2.11 Chlorination Solutions a. Acceptable forms of chlorine include Calcium Hypochlorite conforming to ANSI/AWWA B300, preferably in 5 gram tablets, alternately in granular form. Material must be stored per manufacturer’s recommendations. b. Unacceptable forms of chlorine include Calcium Hypochlorite intended for swimming pool use. c. Calcium Hypochlorite tablets shall be placed behind the swab in quantity based on pipe size and length per ANSI/AWWA C651-05 AWWA Standard for Disinfecting Water Mains. d. Calcium Hypochlorite in granular form shall be placed behind the swab in quantity based on pipe size and length per ANSI/AWWA C651-05 AWWA Standard for Disinfecting Water Mains. e. Solutions acceptable for pipe chlorination shall be acceptable for disinfection of equipment, tools, and caps, pipe fitting or product that may contact pipe. f. Dilute Chlorinated solutions over 7 days old shall be disposed of properly and not used as a disinfection agent. 2.12 Hydrostatic Pressure Testing a. Maximum allowable test pressure as referenced by PPI TR-31 shall be 1.5 times the pipe rated operating pressure (min. test pressure 125 psi) at the lowest point in the section under test or that of the lowest rated pressure component such as flanges, valves, fittings, etc. b. Air trapped in the product pipe must be purged before test. c. At the discretion of the Authority, the test method used may be either a Monitored Make-up Water Test or a Non-monitored Make-up Water Test. Either test shall be performed above ground without fittings prior to pipe bursting. If damage to the product pipe occurs during bursting that requires a fused joint repair, the Authority may require re-test, with or without fittings after bursting. d. Monitored Make-up Water Test shall be comprised of two stages. 1. Initial expansion and stabilization stage. The initial test pressure is applied and the system is allowed to stand without make-up water during a 2 to 3 hour period. During this time the pipe is allowed to expand and stabilize. 2. Test stage, after the stabilization is complete, the system is pumped back to test pressure and allowed to sit for 2 additional hours. Water is then added until the test pressure is attained. Water added shall not exceed that of Table 6.1. e. Non-monitored Make-up Water Test shall be comprised of two stages. 1. Initial expansion and stabilization state. The initial test pressure is applied and the system is allowed to stand without make-up water during a 2 to 3 hour period. During this time the pipe is allowed to expand and stabilize. 2. Test stage. After the stabilization is complete, the system is pumped back to test pressure and then reduced by 10 PSI. The pressure shall remain steady, not falling more than 5% from reduced pressure during a one hour test period. 3. Total time allotted for test shall not exceed 8 hours. If successful test can not be completed in this period, then the test section must be depressurized and allowed to relax for a minimum of 8 hours before retest. f. Re-test after repair. Should the Authority require test after repair, refer to Equation 6.2 for Leakage Allowance due to fittings for the Monitored Make-up Water Test. g. Manifest shall be filled out with all pressure test results. 3.0 Pipe Bursting Operation The pipe bursting operation described within provides guidance on the basic process. It is to be understood that the need to make exceptions or additions to this process are common. These changes are made to accommodate non standard conditions. The contractor experience requirements make it reasonable to put the responsibility of devising these exceptions upon the contractor. 3.1 Pit Location and Excavation a. Burst pit and insertion pit locations shall be placed such that excavations are minimized. This may be accomplished by placing either or both of these pits at the point of a service connection. b. Burst length shall be 400 feet (+/-) 50 feet in length for first 2 bursts. After soil pipe friction is evaluated longer burst runs may be performed. c. All pits shall be shored to ensure worker safety per OSHA or other local regulations. d. All pits shall be roped off and or covered when not active per OSHA or local regulations to ensure public safety. e. Traffic control shall be accommodated for by Contractor as per the Contract specifications. Safe traffic passage around pit excavations that are located in or adjacent to streets or highways shall meet requirements of City Right-of-way Department. Parking of related employee vehicles, trucks and auxiliary and equipment shall be such that congestion and traffic delays are minimized. f. Utilities intersecting the hose pipe shall be exposed using an excavation technique appropriate for the utility. This Utility Crossing Pit shall exist prior to commencement of bursting. Man entry shoring is not required however appropriate safety precautions should be made. 3.2 Bursting Machine Location and Shoring Bursting machines of the static pull style require preparation and planning for the bursting pit that they are to operate from. a. Burst pit shall be shored in accordance to 3.1 ( c ). b. Forward face of the Burst Pit or the surface that the machine bears against while pulling back, shall be shored in workman like manner. This shoring shall maintain perpendicular burst machine alignment to the pipe during pullback. Any loss of perpendicular alignment during pull shall result in stopping of the bursting process and improvement of the forward face shoring. c. Rearward shoring shall be provided to react rod thrust forces during payout. While these forces are substantially lower than pullback forces, shoring must be used to stabilize the bursting machine so as to maintain perpendicular alignment of the machine during payout. The weight of the machine can not be depended on to react thrust forces. Hose pipe at rear face of pit may only be utilized for rearward shoring if scheduled for replacement. d. Pipe face for Cast Iron, Ductile Iron or PVC shall be cut off using a saw or similar device to produce a square face for the bursting machine forward face to bear against. Final separation of cast iron pipe with a wedge may provide a clean face. Host Pipe shall be removed in sufficient length to accommodate burst machine. e. Burst machine must be positioned so as to have rod centerline at approximate centerline of host pipe. f. Rod Box delivery and removal between temporary rod storage location and Burst Pit must be accommodated for with appropriate lifting equipment and techniques. Additionally, movement and or placement of lifting machine must be included in Traffic Control plans. 3.3 Rod Payout Operation a. Rod payout is the process of assembling a string of rods and pushing them in a step wise manner from Burst Pit, through the interior of the hose pipe to Insertion Pit. b. Lifting of rod boxes into or out of the Burst Pit shall be performed per OSHA or other applicable requirements with respect to equipment and method. c. Threads shall be cleaned of foreign matter before assembly. d. Counting of Rods during payout, or quantity of rods per box shall be monitored such that the operator is aware of the distance between the burst machine and the lead end of the rod string. e. Thrust force should be monitored by the operator. Should an unexpected sudden and significant increase in thrust force be experienced, the process shall be halted. The operator or contractor shall review the results of 3.3 (e.1) with the Authority to remedy per 3.3 (e.2) in an attempt to determine if offsets, valves or other features or obstruction exist that may cause the rod string to leave the pipe. 1. Front end of the rod string should be located by distance from the Burst Pit. Location should be painted and compared to as built plans. 2. Appropriate action should be taken to remedy the cause. This action may include an additional pit at the obstruction to determine the cause, and remove or accommodate for the obstruction. The decision may be to continue thrusting if the obstruction is believed to be encrustation. f. Host pipe in the Insertion Pit shall be cut or broken prior to arrival of the rod string. Sufficient length shall be removed so as to allow the Burst Tooling to enter the host pipe and bend the product within the allowable radius specified by the pipe manufacturer. The second end of the host pipe in the Insertion Pit shall be positioned or worked so as not to damage the product pipe as it travels through the Insertion Pit. g. Workmen shall not enter the Insertion Pit when the rod string is nearing the Pit. A workman shall be in visual or radio contact with the burst machine operator so as to have the payout halted in a position that allows attachment of the Burst tooling. Burst tooling style shall be chosen based on anticipated properties of host pipe and host pipe repairs. 1. Cast Iron or Asbestos Concrete host pipe anticipated to be free of either Ductile Iron repair sections or Dressor Style Couplings may use a simple conical burst head with a single or double longitudinal blade. 2. Ductile Iron, PVC or hose pipe with Ductile Iron repair sections or Dressor Style Couplings require use of a rolling blade cutter (slitter) ahead of the conical expander. 3.4 Tooling and Attachment a. The Product Pipe shall be moved into position for attachment to the rod string. Appropriate traffic or pedestrian control will be exercised along the path of the Product Pipe. b. The lead and second rod shall be painted orange or yellow so as to give notice to the burst machine operator position of the Burst Tooling. c. Attachment of the Burst Tooling to the rod shall be through the use of removable pin joint allowing the tooling to pivot at least 46 degrees to the rod axis. d. Burst head diameter must be a minimum of 15% over size to the outside diameter of the Product Pipe. Actual size is left to the discretion of the contractor. A greater outside diameter allows for reduced pipe friction and increases bursting forces pushed and increases solid pipe placement. e. Attachment of the Product pipe to the Burst Tooling shall be with a swivel that permits rotation to relieve torsional (twist) stress on the Product pipe. f. Burst Head shall slide on the rod string such that the rear of the burst head overlaps the forward end of the Product Pipe to eliminate the chance of damage to the Product Pipe. 3.5 Pullback Operation a. Prior to commencement of pullback, there will be visual or radio contact between observers stationed adjacent to the Insertion Pit, the Burst Machine operator and a Product Pipe Observer stationed strategically along the length of the product pipe to watch for product pipe entanglement with above ground obstructions. b. The Burst Machine operator will begin the pullback with the OK of the Insertion Pit Observer. Progress will be made at a slow rate until the Observer sees the Burst Tooling has completely entered the Host Pipe. c. Pipe progress will be monitored for the first 20 feet of pullback by the Insertion Pit Observer and the Product Pipe Observer. d. As the Burst Tooling nears any Utility Crossing Pit, an observer in radio or visual contact with the Burst Machine Operator will monitor and control movement of the Burst Tooling past the utility. e. Should the forward shoring upon which the bursting machine bears yield sufficiently to bring the Bursting Machine out of square to the host pipe, the shoring will be reworked according to 3.2 (b). 3.6 Tooling Removal a. Burst Machine Operator shall note rod count and anticipate entry of painted rods into the Burst Pit. As the Pin Joint Connection nears the Burst Machine forward face, the burst is to be halted. Load on the forward face is relieved by reversing the rod direction slightly. b. The Burst Machine Shore Plate is to be removed, allowing the tooling to enter a cage or the hull of the Burst Machine. The tooling string will be disassembled and removed, in sections if necessary until the Product Pipe face has been pulled beyond the face of the Burst Pit. The distance past the face of the Burst Pit shall be at the discretion of the contractor anticipating the length required for connection/fusing. 4.0 After Pipe Bursting Upon completion of the pipe bursting, certain tasks must be followed through in order to complete the overall process. 4.1 Pit Condition Prior to Taps or Joining System a. Maintaining sanitary conditions within the product pipe after pipe bursting must take high priority. Should any foreign matter, including ground water be allowed to enter the pipe interior, the condition of the pipe is no longer suitable for connection to the system. For this reason connections may not be made in standing water. Such water must be pumped or bailed prior to making the connection or unsealing the pipe. Areas under connections should be excavated below the pipe invert. b. Before joining a surface and before any special surface preparation to accommodate that joining, external surfaces should be clean and dry. Dust may be removed by wiping with clean, lint free cloth. Heavier deposits must be washed from the surface with soap and water and dried with a clean, lint free cloth. c. Incidental exposure of the interior of the pipe to any foreign matter shall require that one of the two following remedies be carried out: 1. Complete chlorination per AWWA specifications for buried pipe. 2. Localized contamination at the end of the pipe may be removed and the contaminated interior surface of the pipe wiped with a solution of 1 to 5% hypochlorite disinfecting solution. 4.2 Service Taps and Service Lines a. Service taps shall be of a type approved by the Authority and must meet AWWA C906. Construction of taps shall be per the manufacturer’s recommendation. Acceptable choices include: 1. Electro-fusion type and/or mechanical saddles with a minimum working pressure of 100psi 2. Socket Fusion b. Replacement or rehabilitation of service lines, if required, shall be according to contract. Note: HDPE pipe is the preferred material for service line replacements to curb stops. 4.3 Post Chlorination The section of main will be super-chlorinated to 300 ppm by inserting a swab at one end. The swab shall travel the entire length of the pipe section. 4.4 Service Reinstatement Prior to connection of the newly installed pipe, the section of pipe shall be fully flushed with the use of a de-chlorination unit and ascorbic acid to neutralize the residual chlorine. Following flushing, the newly installed section may be connected to the main at both ends and service reinstated. 4.5 Backfill and Surface Reinstatement a. Backfill used to restore pits shall be per applicable sewer and water construction standards applicable in the municipality. b. Lawn restoration shall be per applicable sewer and water construction standards applicable in the municipality. c. Asphalt, concrete or other roadway surface restoration shall be per applicable sewer and water construction standards applicable in the municipality. 4.6 Documentation Finalization Within (15) days of completion of the job, all records including manifests, marked up construction plans or documents pertinent to describing the system as installed shall be provided to the Authority. 5.0 Definitions A Authority: City and its Utility Engineering representatives AWWA: American Water Works Association, see www.awwa.org ASTM: American Society for Testing and Materials, see www.astm.org B Burst Head: Conical shaped portion of burst tooling used to expand fractured pipe and surrounding soil to accommodate product pipe. Burst Pit: Excavation where Static Pull Pipe Bursting Machine is located. The product pipe is pulled toward this pit. Burst Tooling: Tooling designed to crack the host pipe, expand the remains of the host pipe and surrounding soil so as to allow passage of the product pipe. C Chlorination Submission Documents: Written log attached to section of pipe detailing processes related to Pre-Chlorination and Hydrostatic Testing. D Dressor Coupling: Commonly used repair coupling, see www.dressercouplings.com Ductile Iron Pipe: Centrifugally cast pipe with superior tensile and yield strength, high ductility (malleability) and impact resistant properties. E Electrofusion: Joint or saddle that connects two sections of HDPE pipe. These joints contain internal heating elements to facilitate a heat fused joint. H HDPE: High Density Poly-Ethylene, plastic material from which product pipe is manufactured. Host Pipe: Existing pipe buried in the ground that will be rehabilitated by bursting (cracking) and pulling in a new replacement pipe (product pipe). I Insertion Pit: Excavation where product pipe enters the host pipe and bursting begins. Product pipe is pulled through the insertion pit towards the burst pit. Nominal depth of insertion it is 2.5 to 3.0 times depth of host pipe. M Manifest: Written log attached to section of pipe detailing processes related to Pre- Chlorination and Hydrostatic Testing. P Product Pipe: Newly installed pressure pipe made from HDPE PPI: Plastic Pipe Institute, see www.placsticpipe.org R Rod String: Assembled string of rods that extend from Burst pit to insertion pit and serve to transmit tensile pullback forces to burst tooling. U Utility Crossing Pit: An excavation created at any point where another buried utility crosses the burst path. 6.0 Tables and Equations 6.1 Makeup Water Allowance Table Nominal Pipe Size In Inches 2 4 6 8 10 12 14 16 18 20 22 24 30 Makeup Water Allowance (Gallon/100 ft) .1 .2 .6 1.0 1.3 2.3 2.8 3.3 4.3 5.5 7.0 8.9 12 6.2 Allowance for Leakage Due to Fittings Equation L = [ND(P^.50)]/[7,400] Where: L = Maximum allowable leakage, Gallons/Hour N = Number of joints in the tested pipe (connections for pipes or fitting, not fuse joints) D = Nominal inside diameter of pipe, Inches P = Test Pressure, PSI 1 Sewer Slip-Lining Exhibit D SEWER SLIP-LINING PART 1 – GENERAL It is the intent of this portion of the Specification to provide for rehabilitating sewer lines via the installation of a fiberglass, HDPE or PVC slip-lining pipe. 1.01 WORK INCLUDED A. Scope of Work Shall be per the design submittal and the Contract Documents. B. Work may include installation of equipment and incidentals required for sanitary sewer system improvements, including sewer mains, laterals, manholes, flushing inlets, grease traps and interceptors, and pumping facilities in accordance with the requirements of the Contract Documents. C. Any and all work to be performed on the Collection System shall be inspected and approved by City Staff. D. The Contractor shall comply with the City’s NPDES Discharge permit, as updated, for discharges to the storm drain system, including adherence to all applicable Best Management Practices to prevent pollutants, including sediment, from entering the storm drains. 1.02 RELATED REQUIREMENTS 1.03 REFERENCE STANDARDS A. ASTM C 900 “All Standard Applicable for SDR35, SDR26, SDR21 AND ASTM C 900 Pipe and Fittings” B. ASTM D 3034 "All Standards Applicable for SDR35, SDR26, SDR21 Pipe and Fittings" C. ASTM D 3350 "Standard Specification for Polyethylene Plastic Pipe and Fitting". D. ASTM F585 Standard Practice for Insertion of Flexible Polyethylene Pipe into Existing Sewers Sewer Slip-Lining 2 E. ASTM F 679 "All Standards Applicable for SDR35, SDR26, SDR21 Pipe and Fittings" 1.04 QUALITY ASSURANCE A. All materials and equipment furnished under this Section shall be: 1. From a manufacturer who has been regularly engaged in the design and manufacture of the materials and equipment for at least five (5) years; and 2. Approved by the Engineer before installation. The Engineer shall verify that the quality is equal to the materials and equipment made by those manufacturers specifically named herein, if an alternate product manufacturer is proposed. 1.05 SUBMITTALS A. Shop Drawings: Submit data to show that the product conforms to the specification requirements. B. Materials List: Submit a list of all materials proposed to be used on the project, showing manufacturer's name, product trade name, type, grade, and weight. Materials list shall be submitted and approved before any installation occurs. C. Manufacturer's Warranty: Submit manufacturer's warranty on the product and a certificate showing compliance with applicable ASTM Standards. PART 2- PRODUCTS 2.01 MATERIALS A. Fiberglass pipe shall be centrifugally cast with glass fiber reinforcement in a cured thermosetting resin manufactured in accordance with ASTM D3262, cell classification Type 1, Liner 2, Grade 3. Fiberglass liner shall be shown by tests to be resistant to long-term corrosion. Testing shall be performed in accordance with ASTM D3681 using 1.0N sulfuric acid for sanitary sewage, and ASTM C581 for industrial sewage. B. PVC pipe shall have a minimum cell classification of 12364 B or C as defined in ASTM D1784. Pipe shall be closed profile. The joint shall be designed so that neither the outside diameter of the pipe is increased, nor the internal diameter of the pipe is decreased at the joint. The joint shall meet the requirements of ASTM D3212. PVC liner pipe shall have a minimum pipe stiffness of 46 psi when tested in accordance with ASTM D2412. 3 Sewer Slip-Lining C. Polyethylene pipe and fittings shall be manufactured from high-density compounds in accordance with ASTM D3350. All HDPE pipe shall be closed profile and have a minimum SDR rating of 35 and a minimum pipe stiffness of 46 psi. D. All pipes shall be provided with joints designed so that neither the outside diameter of the pipe is increased nor the internal diameter of the pipe is decreased at the joint. E. Cellular concrete grout for annular space provided under this Specification shall have the following characteristics: 1. 250 psi, 28-day compressive strength; 100 psi, 24-hour compressive strength, minimum. 2. Foam concentrate: ASTM C869. 3. Cement: ASTM C150. 4. Fly ash: ASTM C618, Class F, except loss of ignition shall not exceed 5%. 5. Water: Potable. 6. Admixtures: Only as approved by foam concentrate manufacturer and the Engineer. F. All connectors provided for reinstatement of laterals shall be as follows: 1. All connectors shall be composed of synthetic rubber based compounds formulated to resist acids, alkalis, solvents, and greases encountered in sanitary and storm sewer and shall contain no reclaimed rubber. Contractor shall submit evidence of satisfactory testing in accordance with ASTM D543 with no weight loss in 1.0N sulfuric acid, 1.0N hydrochloric acid or 1.0N nitric acid. Materials shall show no etching, blistering, distortion or other evidence of chemical attack. Ultimate tensile strength shall exceed 750 psi at 80 degrees F and elongation shall exceed 150%. Water absorption shall not exceed 4% when tested in accordance with ASTM D570 and hardness shall not exceed 55 in a 5 second reading interval when tested in accordance with ASTM D2240, Type A Hardness. 2. All compression bands shall be Series 316 Stainless Steel. All nuts and bolts shall be Series 305 Stainless Steel. 3. The completed joint shall comply with ASTM C425 for resilient sewer pipe joints. Sewer Slip-Lining 4 2.02 DESIGN REQUIREMENTS A. Conveyance Capacity 1. Slip-lining pipe provided under this Specification shall provide the maximum conveyance capacity possible and in no case shall provide less capacity than currently exists. B. Design Criteria Slip liner structural properties shall be calculated and provided to the City prior to construction. In addition to the requirements for submittals set forth in the construction contracts and the requirements for submittals contained in companion sections of these specifications, Contractor shall submit the following: 1. Manufacturer’s literature for materials used in liner, gaskets and fittings. 2. Proposed grout mixture and pressures. 3. Test results and certification of compliance for materials. 4. Proposed plan for bypassing sewage during liner installation, if applicable. 5. Manufacturer’s design analysis. 6. Proposed method of reconnecting service laterals, if applicable. 7. Details identifying proposed installation method, equipment, and location of access shaft, pit or approach tunnel. PART 3- EXECUTION 3.01 INSTALLATION A. Cleaning Prior to the installation of the slip-liner pipe, Contractor shall thoroughly clean the sewer designated to receive the liner. Cleaning shall constitute removal of all debris, solids, roots, deposits, and other matter, which would preclude the installation of the slip-liner into the sewer line. 5 Sewer Slip-Lining B. Inspection of Pipelines Prior to the installation of slip-liner, Contractor shall inspect the sewer designated to receive the liner by Closed Circuit Television Inspection (CCTV).to identify all structural defects and location of all sewer lateral and other connections. C. Sewage Flow Control 1. Contractor shall provide for maintenance of flow in the affected portions of the sewer system during installation of the slip-liner. 2. Unless otherwise specifically required, Contractor shall locate excavation(s) for insertion of slip liner to cause the least disruption to existing utilities, traffic and area business. The existing sewer line shall be exposed for the length necessary to accommodate the maximum length of liner pipe and for equipment. If Contractor locates insertion pit at an existing precast concrete manhole location, Contractor shall remove manhole frame, cover, cone, riser and manhole sections as necessary and store for reinstallation upon completion. 3. Sections of liner shall be field connected above the insertion pit using low profile bell and spigot joints, butt-fused joints or jacking pipe sleeve joints. Bell and spigot and jacking pipe sleeve joints shall be equipped with an elastomeric gasket meeting the requirements of ASTM F477 to provide a watertight seal at each joint. Maximum allowable deflection shall be two degrees. Contractor shall take precautions to prevent ragged edges of broken sewer pipe from scoring slip liner as it is being pushed/ pulled into sewer. 4. Contractor shall seal the annular space between the slip liner and the existing sewer pipe with cellular concrete as specified. Contractor shall take appropriate precautions to avoid over pressurization, buckling and floating of the slip liner pipe during the grouting process. Contractor shall comply with pipe manufacturer’s recommendations for grouting procedures and with the grout manufacturer’s procedures for placement of grout, grout pressures and grout quantity. Multiple grout lift installations may be required to avoid buckling of the liner pipe. Contractor shall also take precautions to avoid movement of the liner during the grouting operation. No grout shall be placed until service connections have been restored. Grout placement method and pressure shall be in accordance with manufacturer’s recommendations and shall be submitted to the Engineer prior to the placement of grout. Sewer Slip-Lining 6 D. Service Connections 1. Contractor shall reconnect all service connections to the sewer unless the Engineer deems connection to be inactive or abandoned. Contractor shall machine core through liner at each connection point, and comply with the following connection procedures: i. Contractor shall excavate and install a tee fitting with saddle configured to the outside diameter of the slip liner and of tee length necessary to connect existing service or lateral. Contractor shall bond saddle to outside of liner pipe per manufacturer’s recommendations. A minimum of 90% capacity restoration is required. ii. To join pipes of dissimilar material, Contractor shall joint plain ends and connect the existing pipes and services using flexible pipe connectors equipped with stainless steel bands and fastening devices as specified. E. Manholes 1. Contractor shall cut the upper half of liner out at manholes, and as required to accommodate lateral and service connections at manholes. Contractor shall reconstruct manhole benches to match new invert elevations 2. Where existing manhole locations have been used as access pit sites, Contractor shall reconstruct precast manholes using salvaged materials. If existing manhole materials are not suitable for salvage, Contractor shall reconstruct manhole utilizing cast-in-place or new precast concrete manhole elements. All construction shall comply with the companion sections of these specifications 3.02 TESTING AND ACCEPTANCE A. Contractor shall employ an independent testing agency to conduct and report compressive strength testing of the grout utilized in the construction. Contractor shall prepare and submit for testing four cellular concrete cylinders from each day’s grouting activities. Testing shall occur at one (1) and twenty-eight (28) days. All test results shall be submitted to the City. B. After all work is completed, Contractor shall provide the City with a DVD showing both the pre- and post-installation conditions, including the restored connections. All defects discovered during the post-installation television inspection shall be corrected by the Contractor at its expense before the work under the Contract will be considered for Substantial Completion. After the defects, if any, are corrected, the affected sewer segment(s) shall be video inspected again. The post-installation television inspection shall be 7 Sewer Slip-Lining submitted in sufficient time to allow the City to review the video prior to the Substantial Completion milestone. PART 4- MEASUREMENT AND PAYMENT A. Payment shall include all bypass pumping, cleaning, pre- and post-construction televising, labor, equipment, material, supervision, sheeting, shoring, bracing, installation, manhole reconstruction at access pit locations, safety, dust/erosion control, testing, site restoration and all other work specified or not which is reasonably required to provide a completed installation. Any item not specified shall be considered incidental to the work. Contractor shall include all incidental cost in the unit price for the slip liner. B. Contractor shall receive payment for building sewer lateral reinstatement on a unit price basis per lateral connection diameter reinstated in accordance with the unit prices contained in the Contract Documents. C. Contractor shall receive payment for Mobilization/Demobilization and Traffic Control on a lump sum basis in accordance with the prices contained in the Contract Documents. - END OF SECTION - 53 - 1 Division 53: Slip-Lining of Existing Sewer Line 53.01 GENERAL: This section includes all labor, materials, transportation, equipment necessary to rehabilitate by means of Instituform deteriorated sections of Sanitary Sewer within project limits, as relatively free of infiltration or inflow. It is the intent of this section of this specification to provide for rehabilitating sanitary sewer lines by the "Instituform" process. When complete the liner pipe should extend from one manhole to the next manhole in a continuous watertight length. 53.02 REFERENCE SPECIFICATION: This specification references American Society For Testing Materials (ASTM) standard specifications which are made a part hereof by such reference and shall be the latest edition and revision thereof. 53.03 MATERIALS FOR SEWER LINER PIPE AND FITTINGS: The following materials are approved for installation in sanitary sewer lines: The sewer liner pipe and fittings shall be manufactured from a polyethylene compound which conforms to ASTM D- 1248 and meets the requirements for Type II or III, Class B or C, Grades P23, P33, or P34, Category 5. A. Pipe made from this compound must have a long-term hydrostatic strength rating of 1250 psi or more. B. When the environmental stress crack resistance (ESCR) of the compound is measured in accordance with ASTM D-1693, Condition C, the compound shall withstand not less than 192 hours in 100% solution Igepal CO-630 at 100 degrees F. before reaching a 20% failure point (F20). 53.04 LINER MATERIAL TESTS: Tests for compliance with this specification shall be made according to the applicable ASTM Specification. A certificate of compliance with this specification upon request shall be provided by the manufacturer for all material furnished under this specification. In addition, the Owner and/or Engineer may, at his own expense, witness inspection and test of the materials. 53.05 LINER PIPE DIMENSIONS: The outside diameter and minimum wall thickness shall be as shown on the plans when measured in accordance with ASTM D-2122. Where existing conditions prevent the use of the size stated on the plans, appropriate corrective actions shall be taken as detailed later in these specifications to permit installation of the size noted in the Plans. The following Table I gives the Standard Dimension Ratios for line pipe when measured in accordance with ASTM D-2122 TABLE I. I.D. of Original Sewer O.D. of the Liner Pipe Minimum Wall Thickness (Inches) (Inches) (Inches) SDR 26 SDR 21 SDR 17 4 3.500 .167 6 4.500 .215 6 5.375 .207 .257 .317 8 6.625 .316 .390 8 7.125 .274 .340 .420 10 8.625 .332 .411 .508 12 10.75 .414 .512 .633 15 12.75 .491 .607 .750 15 13.38 .515 .638 .788 18 16.00 .616 .762 .942 21 18.00 .693 .858 1.058 21 18.70 .720 .891 1.100 53 - 2 24 22.00 .848 1.050 1.248 27 24.80 .954 1.181 1.406 30 28.00 1.075 36 31.50 42 35.43 42 39.37 8 38.37 54 47.24 The Standard Dimension Ratios (SDR's) are 32.5, 26, 21 and 17. These are referred to as SDR 32.5, SDR 26, SDR 21 and SDR 17. Standard Dimension Ratio is calculated by dividing the specified outside diameter by the minimum wall thickness. The wall thickness tolerance shall be within plus 12%. 53.06 REJECTION: Any materials may be rejected for failure to meet any of the requirements of this specification. 53.07 INSTALLATION PROCEDURES: The following installation procedures shall be adhered to unless otherwise approved by the Engineer. A. Cleaning of Sewer Line: Prior to any slip-lining of a line so designated, it shall be the responsibility of the Contractor to clean the debris out of the sewer line in accordance with Section III "Sewer Line Cleaning" NASSCO Specifications for Sewer Collection System Rehabilitation. This work shall be considered incidental and shall be paid for as part of "Slip-Lining of Sewers: for the appropriate manhole section. B. Television Inspection: The Contractor shall inspect by closed circuit T.V. the section to be slip-lined and shall record the locations of all obstructions and service taps. This work shall be considered incidental and shall be paid for as part of "Slip-Lining of Sewers" for the appropriate manhole section. C. Bypassing Sewage: The Contractor shall bypass the sewage around the sections of line that are to be slip- lined if the annular space and pulling head openings are incapable of handling the flow. The bypass shall be made by plugging an existing upstream manhole if necessary and pumping the sewage into a downstream manhole or adjacent system. The pump and bypass lines shall be of adequate capacity and size to handle the flow. All bypassing systems shall be approved by the Engineer. Approval of the bypassing system by the Engineer shall in no way be construed as relieving the Contractor of any responsibility under this Contract as related to protection of the interest of the Owner and the general public. At the end of each working day, temporary tie-in shall be made between the relined section and the existing system and the bypass plug removed. Under no circumstances will the dumping of raw sewage on private property or in city streets be allowed. This work shall be considered incidental to the Contract and be paid for under "Slip-lining of Sewer" for the appropriate manhole section. D. Line Obstructions: It shall be the responsibility of the Contractor to clear the line of obstructions, solids, dropped joints, or collapsed pipe that will prevent the insertion of the liner. If inspection reveals an obstruction which would prevent the installation of the specified size liner, such as a badly dropped or misaligned joint, protruding services, that are not at the point of the entry shaft, then the Contractor shall make a point repair excavation to uncover and remove or repair the obstruction. Such excavation shall be approved in writing by the Engineer prior to the commencement of the work and shall be considered as a pay item under Point Repairs if the misaligned or protrusion is equal to or more than fifteen (15) percent of the internal diameter of the sewer pipe being lined. If the obstruction or protrusion is less than fifteen (15) 53 - 3 percent of the internal diameter of the sewer to be lined, or could have been removed by bucket machines or swabbing using conventional cleaning methods, no pay item will be granted. E. Excavation: Where excavations for insertion of the polyethylene line are made in a line section between two manholes, the Contractor will establish the excavation points on the basis of location of the lines to be slip-lined, pulling distances and traffic conditions. When possible, intermediate access excavations can coincide with building service connection excavations or critical obstructions in the sewer. The locations of the excavation points should be such as to minimize traffic disruption. The number of excavations can be reduced by planning to insert the pipe in both directions from a single opening. Normally, a pipe length of 2-3 manhole sections can be lined from a single excavation. The insertion pit(s) should be long enough to avoid imposing a bending radius of less than 35 times the outside diameter of the pipe liner during insertion. The insertion pit(s) should be sufficient to allow the entry of the workmen. Sheathing and bracing requirements will depend on depth and ground conditions and the Contractor shall determine the necessity for such sheathing and bracing. The top of the existing sewerline shall be exposed to the springline and the crown of the pipe shall be removed as necessary for insertion of the liner. Care should be taken not to disturb the bottom portion of the existing sewer line as this will afford a stable base for the liner pipe. All locations for insertion pits shall be approved by the Engineer prior to any work being done. F. Pipe Joining: Sections of the polyethylene pipe shall be assembled and joined together prior to insertion of the pipe. Assembly shall be accomplished above ground, either at the job site or a remote location. Joining shall be accomplished by the Thermal Butt Fusion method, in strict accordance with the manufacturer's recommendations and in accordance with applicable specifications of ASTM D-2657. All fusion joining shall be performed with equipment designed for butt fusion of thermoplastic pipe and by trained personnel. Tensile strength at yield of the butt-fusion joints shall not be less than the pipe. Joining of the liner, in cases where the insertion pit is not a manhole, may be accomplished by use of a stainless steel full encir- clement clamp or the installation of a new manhole. Table II details the recommended minimum length of such clamps to afford adequate pull-out protection. Exposed steel liner clamps shall be encased with a minimum of six (6) inches of concrete. TABLE II O.D. of the Liner Pipe (Inches) Minimum Length of Clamp (Inches) 3.500 7.50 4.500 10 5.375 10 6.625 15 7.125 15 8.625 15 10.750 20 12.750 20 13.375 20 16.000 30 18.000 30 22.050 30 24.800 30 27.950 30 31.500 48 35.430 48 39.370 60 47.240 60 G. Insertion of the Liner: The polyethylene liner shall be inserted into the existing sewer line with a power 53 - 4 winch and steel cable connected to the end of the liner by use of an appropriate pulling head. A second pulling head may be attached to the other end of the liner for attachment of a tag line to pull the liner back out of the sewer line, if necessary. Length of the liner pipe to be inserted at any one time shall be governed by the winch drum capacity and winching power available and consideration of the size and condition of the sewer. During insertion, precautions should be taken to protect the liner pipe from scoring the outside of the liner as it is being pulled into the sewer. Once the insertion is initiated, it is desirable to continue the pull to completion without interruption. The manufacturer's recommendations should be followed regarding relaxation of the liner prior to connecting services and sealing the annular space between the liner and the existing sewer pipe at the manhole. H. Manhole Replacement: In those places where the entrance shaft is excavated at an existing manhole, the manhole shall be replaced with a new manhole in accordance with the engineering drawings. I. Sealing Polyethylene Pipe in Manhole: The annular space between the polyethylene liner and the existing sewer line shall be sealed where the sewer line enters or exists each manhole. This annular space shall be sealed for a distance of 12 to 18 inches inside the old sewer line. The method of sealing shall be approved by the Engineer, but activated oakum and grout are acceptable. Form sealant should not protrude into the manhole and should be finished over with a quick-set, non-shrink type of cement grout. Finishing inside the manhole shall be accomplished using a quick-set cement type grout to raise the invert to the grade of the line pipe. Note: Only the upstream seal should be made prior to connecting services. 53.09 SERVICE CONNECTIONS: After the liner has been secured in the upstream manhole, all existing active services shall be reconnected. All existing inactive services serving vacant or undeveloped properties shall be reconnected. A portion of the existing sewer, at the liner pipe around each service connection shall be removed to expose the liner pipe to provide adequate working space for making the new service connection. Service laterals shall be connected to the liner pipe using either polyethylene heat fusion saddles or strap-on saddles as conditions require or as specified. Strap-on saddles shall be secured to the liner pipe using stainless steel bands. A neoprene gasket shall be inserted between the liner and the strap-on saddle. Connections of the saddle fittings to the existing lateral shall be made using elastomeric boots, full encirclement clamps or by other methods specified by the Engineer. Prior to backfilling, the annular space between the existing sewer and the new liner shall be sealed to preclude migration of the backfill material into this annular space. This annular space may be sealed with cement, expandable foam or the upper half of the sewer pipe may be replaced and grouted. The exposed connection shall be completely replaced and grouted. The exposed connection shall be completely encased in 6 inches (min.) of concrete. The cost of testing for and reconnecting service connections shall be considered incidental to the cost for "Slip Lining of Sewers" for the appropriate manhole section. 53.10 BACKFILL: At all points where the polyethylene pipe has been exposed, such as at the insertion shafts, at service connection fittings, or other points where the old pipe must be removed, the polyethylene pipe and fittings shall be encased in 6 inches (min.) concrete or other high density material as specified by the Engineer to prevent deflection due to earth loading or subsidence. 53 - 5 At this point, in preparation for the placing of the encasement material, debris and soil shall be removed along each side of the existing pipe down to the spring line to exposed undisturbed soil. After the encasement material is in place and accepted by the Engineer, it shall be allowed to set up for a minimum of 16 hours prior to backfilling; backfill is placed an compacted to required finished grade in accordance with these specifications. Particular care shall be taken to ensure compaction of earth beneath the lateral pipe in order to reduce subsidence and resultant bending at the lateral connection at the sewer main, care shall be taken to prevent damage or collapse of the liner. 53.11 TESTING A. Air Test: After installation of the liner and before any taps are made, the Contractor shall run a test on the sewer line to determine if it is watertight. The Contractor shall furnish all necessary equipment to conduct the test. Acceptable method is a low pressure air test. Air test procedure shall be as follows: 1. Pressurize the test section to 4.0 psi and hold above 3.5 psi for not less than 2 minutes. Add air if necessary to keep the pressure above 3.5 psi. At the end of this 2 minute saturation period, note the pressure (must be 3.5 psi minimum) and begin the timed period. If the pressure drops 0.5 psi in less than the time given in Table 3, the section of pipe shall not have passed the test. Sewer Size (Inches) Minimum Test Time (Minutes) 4 2 6 3 8 4 10 5 12 6 15 7 ½ 18 9 21 10 ½ 24 12 27 13 ½ 30 15 36 18 42 21 48 24 54 27 2. When the prevailing ground water is above the sewer being tested, air pressure shall be increased 0.43 psi for each foot the water table is above the flow line of the sewer. 3. If the time for the pressure to drop 0.5 psi is 125 percent or less of the time given in the table, the line shall immediately be repressurized to 3.5 psi and the test repeated. 4. If building sewers have been preconnected they shall be considered part of the lateral to which they are connected and no adjustment of test time shall be allowed to compensate for the smaller diameter of the house sewers. 53 - 6 5. The pressure gauge used shall be supplied by the Contractor, shall have a minimum divisions of 0.10 psi, and shall have an accuracy of 0.004 psi. B. Manholes shall be tested in accordance with requirements in Division 34. 53.12 CLEAN-UP: After the installation work has been completed and all testing acceptable, the Contractor shall clean up the entire project area and return the ground cover to grade. All excess material and debris not incorporated in the permanent installation shall be disposed of by the Contractor. Sidewalks, driveways, street surfaces, and other surface restoration not part an eligible Point Repair shall be considered incidental to "Slip-Lining of Sewers" of the appropriate manhole section. 53.13 METHOD OF MEASUREMENT AND BASIS OF PAYMENT: It is the intent of these Specifications that Slip- lining, excluding eligible Point Repairs to be a complete process. The total footage to be bid for rehabilitation by Base Bid, Alternate I and Alternate II are different. Certain areas cannot be lined because of cave-in already occurred. Cost comparison will be made between Base Bid, Alternate I and Alternate II in all areas where all of these rehabilitation techniques can be used. A. The length of sewer pipe satisfactorily slip-lined will be measured in place by the engineer. The pipe shall not be measured through manholes. B. Payment will be made for the quantities so measured at the unit prices specified in the Bid Proposal. E-15-22 PROPOSAL BOND STATE OF FLORIDA ) ss ) KNOW ALL MEN BY THESE PRESENTS, that we , as principal, and hereinafter called Surety, are held and firmly bound unto The City of Pompano Beach, Pompano Beach, Florida, a political subdivision of the State of Florida, and represented by its City Commission hereinafter called OWNER, in the sum of Dollars ($ ) lawful money of the United States of America, for the payment of which well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors and assigned, jointly and severally, by these presents. WHEREAS, the Principal contemplates submitting or has submitted a Proposal to the OWNER for the furnishing of all labor, materials, equipment, machinery, tools, apparatus, means of transportation for, and the performance of the work covered in the Proposal and the detailed Drawings and Specifications, entitled: (RFP Name) WHEREAS, it was a condition precedent to the submission of said proposal that a cashier’s check or proposal bond in the amount of 5 percent of the base proposal be submitted with said proposal as a guarantee that the Proposer would, if awarded the Contract, enter into a written Contract with the OWNER for the performance of said Contract, within 10 consecutive calendar days after written notice having been given of the award of the Contract. NOW, THEREFORE, the conditions of this obligation are such that is the Principal within 10 consecutive calendar days after written notice of such award being given to Principal, enters into the contract to such award and gives a Performance and Payment Bond, each in an amount equal to 100 percent of the base proposal, satisfactory to the OWNER, then this obligation shall be void; in the event of the failure of Principal to enter into such contract and bond, the sum herein stated shall be due and payable to the OWNER and the Surety herein agrees to pay the sum immediately upon demand of the OWNER in good and lawful money of the United States of America, as liquidated damages for failure thereof of said Principal; otherwise, it shall remain in full force and effect. E-15-22 IN WITNESS WHEREOF, the said , as Principal herein, has caused these presents to be signed in the name by its and attested by its under its corporate seal, and the said as Surety herein, has caused these presents to be signed in its name by its under its corporate seal, this (year) Signed, sealed and delivered in the presence of: day of Principal - A.D. By: As to Principal Surety By: Attorney-in-Fact (Power-of-Attorney to be attached) By: Resident Agent END OF SECTION Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#23-1097 Agenda Date: 9/21/2023 Status: Consent AgendaVersion: 1 File Type: Action ItemIn Control: Public Utilities Agenda Number: 6.10 SUBJECT/RECOMMENDATION: Authorize the continuing use of construction contracts originally approved on September 15, 2022 to the following contractors: Engineered Spray Solutions, of Lakeland, FL; Inliner Solutions, of Sanford, FL; Rowland, Inc. of Pinellas Park, FL; and USSI, LLC of Venice, FL, for the 2023 Sewer Point Repairs and Improvements in the amount of $31,750,000.00 for an additional one-year term on a unit price basis pursuant to Invitation to Bid (ITB) 22-0006-UT and authorize the appropriate officials to execute same. (consent) SUMMARY: The City initiated a comprehensive maintenance program to clean, inspect, rehabilitate, and repair existing sanitary sewer pipelines and manholes throughout its wastewater collection system (WWCS). The goal is to maintain the integrity of the sanitary sewer system and minimize inflow & infiltration of groundwater and stormwater. There are six groups of different types of work included in this program: Groups A though Group F. Per Invitation to Bid 22-0006-UT, bids were reviewed by City staff based on unit prices and are awarded to the lowest responsible bids received in accordance with plans and specifications . The initial term of this contract was approved by Council on September 15, 2022 (Agenda ID #22-0732). This authorization is for the second renewal option available under this ITB. Inliner Solutions, LLC will be continuing the contract to perform Group A - Sanitary Sewer Trenchless Reconstruction. This work includes cured in place pipe lining of selected sanitary sewer pipelines to rebuild the pipe’s structural integrity, not to exceed $5,000,000.00 per one-year term. Inliner Solutions, LLC will also be continuing the contract to perform Group B - Cleaning and Video inspection services. This work includes gravity main cleaning and inspection services, not to exceed $2,000,000.00 per one-year term. Rowland, Inc. will be continuing the contract to perform Group C - Emergency/Non-Emergency Repairs and Improvements of Gravity Sewers, Force Mains and Manholes, not to exceed $15,000,000.00 per one-year term. Rowland, Inc. will also be continuing the contract to perform Group D - Sanitary Cleanouts and Lateral installations, not to exceed $6,000,000.00 per one-year term. Engineered Spray Solutions will be continuing the contract to perform Group E - Manhole Surfacing Services, not to exceed $3,000,000.00 per one-year term. USSI, LLC will be continuing the contract to perform Group F - Smoke and Dye Testing, not to exceed $750,000.00 per one-year term. Page 1 City of Clearwater Printed on 9/19/2023 File Number: ID#23-1097 The City and its WWCS Program Consultant will direct the above contractors to high priority areas as identified in the Public Utilities Department Capital Improvement Plan, the WWCS Master Plan, and ongoing Inflow & Infiltration investigations. The City of Clearwater’s Public Utilities Department is responsible for owning, operating, and maintaining the wastewater collection system including all gravity sewer, force main pipelines and manholes that convey raw sewage to the lift stations and/or City Water Reclamation Facilities. APPROPRIATION CODE AND AMOUNT: 3217321-546900-96665 $5,000,000 3217321-546900-96665 $ 2,000,000 3277327-546900-96665 $10,000,000 3217321-546900-96664 $3,000,000 3217321-546900-96212 $ 2,000,000 3217321-546900-96665 $ 6,000,000 3217321-546900-96665 $ 3,000,000 3217321-546900-96665 $ 750,000 Page 2 City of Clearwater Printed on 9/19/2023 |1CITY OF CLEARWATER 2023 Sewer Point Repairs and Improvements (City Project #22-0006-UT, Council Item #23-1097) September 2023 |2CITY OF CLEARWATER PUBLIC UTILITIES SYSTEMS Public Utilities Department Operates & Maintains the following systems: •Raw water (44 supply wells) •Water treatment (3 treatment plants) •Water distribution (597 miles of water mains) •Wastewater collection system (WWCS, next slide) •Wastewater treatment (3 water reclamation facilities) •Reclaimed water distribution (142 miles) |3CITY OF CLEARWATER WWCS BACKGROUND Wastewater Collection System Consists of: •8,300 manholes •408 miles of gravity sewer •78 lift stations •38 miles of force main •Sub-divided into 3 service basins: •East Water Reclamation Facility (WRF) •Marshall St. WRF •Northeast WRF |4CITY OF CLEARWATER WWCS MASTER PLAN |5CITY OF CLEARWATER WWCS MASTER PLAN |6CITY OF CLEARWATER WWCS MASTERPLAN |7CITY OF CLEARWATER WWCS Program Consultant (Hazen & Sawyer, Council Approved June 3, 2021, Item #21-9201, $18.7M) Contractor Oversight Other Program Components •Sewer “Point Repairs” Contracts (As-Needed) •Group A – Sanitary Sewer Trenchless Reconstruction •Group B – Sewer Cleaning and Televising Inspections •Group C – Emergency/Non-Emergency Repairs/ Improvements of Sewer, Force Main, and Manholes •Group D – Sanitary Cleanouts and Laterals •Group E – Manhole Surfacing •Group F – Smoke and Dye Testing •WWCS Flow Monitoring •WWCS Program Prioritization and Tracking •Hydraulic Modeling •Designs: •New Pipelines •Capacity Increases •Pipeline Relocations •Coordination with Lift Station, WRF Programs WWCS PROGRAM OVERVIEW $32 M |8CITY OF CLEARWATER GROUP A - SANITARY SEWER TRENCHLESS RECONSTRUCTION 1.https://www.compositesone.com/process/cured-in-place-pipe/ 2.https://ustrenchless.com/services/pipe-lining/ 1 2 |9CITY OF CLEARWATER GROUP A - SANITARY SEWER TRENCHLESS RECONSTRUCTION •Year 1 Budget: $10,000,000 •Utilized: $2,500,000 (est.) •55,300 feet (~10.5 miles) installed •Contractor capacity lower than anticipated •Year 2 Recommendation: $5,000,000 |10CITY OF CLEARWATER GROUP B – SEWER CLEANING & TELEVISING INSPECTIONS Before Cleaning After Cleaning |11CITY OF CLEARWATER GROUP B – SEWER CLEANING & TELEVISING INSPECTIONS •Year 1 Budget: $3,000,000 •Utilized: $1,000,000 (est.) •78,000 feet (~14.8 miles) of sanitary sewer inspected with closed circuit television (CCTV) •Contractor capacity lower than anticipated •Year 2 Recommendation: $2,000,000 |12CITY OF CLEARWATER GROUP C - EMERGENCY/NON-EMERGENCY REPAIRS/IMPROVEMENTS |13CITY OF CLEARWATER GROUP C - EMERGENCY/NON-EMERGENCY REPAIRS/IMPROVEMENTS •Year 1 Budget: $15,000,000 •Utilized: $13,000,000 (est.) •130 point-repair work orders completed or in progress •Multiple crews engaged •Progress aligned with expectations •Year 2 Recommendation: $15,000,000 |14CITY OF CLEARWATER GROUP D - CLEANOUTS & SEWER LATERALS 1.https://www.cityofnoblesville.org/topic/subtopic.p hp?topicid=269&structureid=16 1 Cleanout |15CITY OF CLEARWATER GROUP D - CLEANOUTS & SEWER LATERALS •Year 1 Budget: $1,000,000 •Utilized: $220,000 (est.) •18 laterals lined •Ramping up pending pilot efforts •Potential significant infiltration and inflow (I&I) reduction •Year 2 Recommendation: $6,000,000 |16CITY OF CLEARWATER GROUP E - MANHOLE SURFACING |17CITY OF CLEARWATER GROUP E - MANHOLE SURFACING •Year 1 Budget: $2,000,000 •Utilized: $2,000,000 (est.) •245+ manholes coated •757 total vertical feet of polyurethan coating applied •179 frame/corbel connections resealed •1,000+ ft of injection grouting installed to prevent infiltration and inflow (I&I) •Year 2 Recommendation: $3,000,000 |18CITY OF CLEARWATER GROUP F - SMOKE & DYE TESTING |19CITY OF CLEARWATER GROUP F - SMOKE & DYE TESTING •Year 1 Budget: $1,000,000 •Utilized: $180,000 •375,000 feet (71 miles) of pipe smoke tested •1,140,000 feet (216 miles) to be tested by end of 2023 •Year 2 Recommendation: $750,000 |20CITY OF CLEARWATER SUMMARY WWCS On-Call Contractors •Total for 6 Contracts: $31,750,000* •Providing emergency and proactive preventive maintenance work to be renewed each year for up to 3 more years. •Each year approved by City Council. •Contractor bids for capital projects will still be brought to City Council for approval. *Total annual not to exceed. Unused funds revert to Public Utilities Sanitary Sewer FY24 budget. |21CITY OF CLEARWATER WWCS Program Consultant (Hazen & Sawyer, Council Approved June 3, 2021, Item #21-9201, $18.7M) Contractor Oversight Other Program Components •Sewer “Point Repairs” Contracts (As-Needed) •Group A – Sanitary Sewer Trenchless Reconstruction •Group B – Sewer Cleaning and Televising Inspections •Group C – Emergency/Non-Emergency Repairs/ Improvements of Sewer, Force Main, and Manholes •Group D – Sanitary Cleanouts and Laterals •Group E – Manhole Surfacing •Group F – Smoke and Dye Testing •WWCS Flow Monitoring •WWCS Program Prioritization and Tracking •Hydraulic Modeling •Designs: •New Pipelines •Capacity Increases •Pipeline Relocations •Coordination with Lift Station, WRF Programs SUMMARY $31.75 M |22CITY OF CLEARWATER QUESTIONS? |23CITY OF CLEARWATER 2023 Sewer Point Repairs and Improvements (City Project #22-0006-UT, Council Item #23-1097) September 2023 DBE Y/N DBE Y/N DBE Y/N DBE Y/N DBE Y/N Item No. Description Units Quantity Unit Price Total Price Unit Price Total Price Unit Price Total Price Unit Price Total Price Unit Price Total Price 1 Mobilization/Demobilization including Traffic Control1 LS/WO 20 -$ -$ 3,000.00$ 60,000.00$ -$ -$ -$ -$ 4,000.00$ 80,000.00$ Trenchless Pipe Reconstruction System – CIPP 2a 6” Dia. Sanitary Sewer Mains 6.0 mm LF 500 -$ -$ 41.00$ 20,500.00$ -$ -$ -$ -$ 41.10$ 20,550.00$ 2b 8” Dia. Sanitary Sewer Mains 6.0 mm LF 20,000 -$ -$ 39.00$ 780,000.00$ -$ -$ -$ -$ 35.00$ 700,000.00$ 2c 10” Dia. Sanitary Sewer Mains 7.5 mm LF 5,000 -$ -$ 46.00$ 230,000.00$ -$ -$ -$ -$ 44.70$ 223,500.00$ 2d 12” Dia. Sanitary Sewer Mains 7.5 mm LF 1,000 -$ -$ 53.00$ 53,000.00$ -$ -$ -$ -$ 50.80$ 50,800.00$ 2e 15” Dia. Sanitary Sewer Mains 9.0 mm LF 100 -$ -$ 65.00$ 6,500.00$ -$ -$ -$ -$ 115.90$ 11,590.00$ 2f 18” Dia. Sanitary Sewer Mains 9.0 mm LF 2,000 -$ -$ 73.00$ 146,000.00$ -$ -$ -$ -$ 87.00$ 174,000.00$ 2g 20” Dia. Sanitary Sewer Mains 12.0 mm LF 100 -$ -$ 85.00$ 8,500.00$ -$ -$ -$ -$ 164.60$ 16,460.00$ 2h 24” Dia. Sanitary Sewer Mains 12.0 mm LF 3,000 -$ -$ 109.00$ 327,000.00$ -$ -$ -$ -$ 128.20$ 384,600.00$ 2i 30” Dia. Sanitary Sewer Mains 16.0 mm LF 150 -$ -$ 175.00$ 26,250.00$ -$ -$ -$ -$ 215.90$ 32,385.00$ 2j 36" Dia. Sanitary Sewer Mains 18.5 mm LF 50 -$ -$ 356.00$ 17,800.00$ -$ -$ -$ -$ 487.60$ 24,380.00$ CIPP Sectional Repair 3 6” Dia. Sanitary Sewer Mains 3a 0’-10’EA 5 -$ -$ 3,850.00$ 19,250.00$ -$ -$ -$ -$ 2,647.40$ 13,237.00$ 3b 10.1’-20’EA 2 -$ -$ 3,957.00$ 7,914.00$ -$ -$ -$ -$ 5,294.70$ 10,589.40$ 3c 20.1’-30’EA 2 -$ -$ 4,044.00$ 8,088.00$ -$ -$ -$ -$ 7,942.10$ 15,884.20$ 4 8” Dia. Sanitary Sewer Mains 4a 0’-10’EA 5 -$ -$ 3,843.00$ 19,215.00$ -$ -$ -$ -$ 1,906.10$ 9,530.50$ 4b 10.1’-20’EA 2 -$ -$ 4,316.00$ 8,632.00$ -$ -$ -$ -$ 2,753.30$ 5,506.60$ 4c 20.1’-30’EA 2 -$ -$ 4,350.00$ 8,700.00$ -$ -$ -$ -$ 4,659.40$ 9,318.80$ 5 10” Dia. Sanitary Sewer Mains 5a 0’-10’EA 5 -$ -$ 4,205.00$ 21,025.00$ -$ -$ -$ -$ 2,223.80$ 11,119.00$ 5b 10.1’-20’EA 2 -$ -$ 4,510.00$ 9,020.00$ -$ -$ -$ -$ 4,447.60$ 8,895.20$ 5c 20.1’-30’EA 2 -$ -$ 4,747.00$ 9,494.00$ -$ -$ -$ -$ 6,671.40$ 13,342.80$ 6 12” Dia. Sanitary Sewer Mains 6a 0’-10’EA 5 -$ -$ 4,216.00$ 21,080.00$ -$ -$ -$ -$ 2,965.10$ 14,825.50$ City Of Clearwater 2023 Sewer Point Repair and Improvements Group A: Sanitary Sewer Trenchless Reconstruction Engineered Spray Solutions, LLC 1306 Banana Rd Lakeland, FL 33810 Inliner Solutions, LLC 2531 Jewett Ln Sanford, FL 32771 Rowland Inc. 6855 102nd Ave N. Pinellas Park, FL 33782 USSI, LLC 752 Commerce Drive Suite 15 Venice, FL 34292 Insituform Technologies, LLC 580 Goddard Avenue Chesterfield, MO 63005 General 1Mobilization shall be per work order as defined by the City. Each work order may include more than one individual project. The unit price for mobilization shall not exceed $4,000 for non emergency mobilization. All bid items, unless otherwise specified, shall be inclusive of furnishing all material and labor for the complete installation of the bid item, inclusive of any necessary removal and disposal. Installation shall be completed in accordance with the specifications. The quantities provided are estimated per year for bidding purposes and may vary based on the actual work throughout the duration of the contract. The City of Clearwater (City) is not obligated to purchase any minimum or maximum amount during the life of the contract. Unit costs for all bid items shall not be changed in the event of overruns or underruns. Page 1 of 22 DBE Y/N DBE Y/N DBE Y/N DBE Y/N DBE Y/N Engineered Spray Solutions, LLC 1306 Banana Rd Lakeland, FL 33810 Inliner Solutions, LLC 2531 Jewett Ln Sanford, FL 32771 Rowland Inc. 6855 102nd Ave N. Pinellas Park, FL 33782 USSI, LLC 752 Commerce Drive Suite 15 Venice, FL 34292 Insituform Technologies, LLC 580 Goddard Avenue Chesterfield, MO 63005 6b 10.1’-20’EA 2 -$ -$ 4,622.00$ 9,244.00$ -$ -$ -$ -$ 5,930.10$ 11,860.20$ 6c 20.1’-30’EA 2 -$ -$ 4,894.00$ 9,788.00$ -$ -$ -$ -$ 8,895.20$ 17,790.40$ 7 15” Dia. Sanitary Sewer Mains 7a 0’-10’EA 5 -$ -$ 4,455.00$ 22,275.00$ -$ -$ -$ -$ 3,176.80$ 15,884.00$ 7b 10.1’-20’EA 2 -$ -$ 4,965.00$ 9,930.00$ -$ -$ -$ -$ 6,353.70$ 12,707.40$ 7c 20.1’-30’EA 2 -$ -$ 5,343.00$ 10,686.00$ -$ -$ -$ -$ 9,530.50$ 19,061.00$ 8 18” Dia. Sanitary Sewer Mains 8a 0’-10’EA 3 -$ -$ 5,259.00$ 15,777.00$ -$ -$ -$ -$ 3,706.30$ 11,118.90$ 8b 10.1’-20’EA 1 -$ -$ 6,004.00$ 6,004.00$ -$ -$ -$ -$ 7,412.60$ 7,412.60$ 8c 20.1’-30’EA 1 -$ -$ 6,452.00$ 6,452.00$ -$ -$ -$ -$ 11,118.90$ 11,118.90$ 9 20” Dia. Sanitary Sewer Mains 9a 0’-10’EA 3 -$ -$ 5,662.00$ 16,986.00$ -$ -$ -$ -$ 4,235.80$ 12,707.40$ 9b 10.1’-20’EA 1 -$ -$ 6,597.00$ 6,597.00$ -$ -$ -$ -$ 8,471.60$ 8,471.60$ 9c 20.1’-30’EA 1 -$ -$ 7,235.00$ 7,235.00$ -$ -$ -$ -$ 12,707.40$ 12,707.40$ 10 24” Dia. Sanitary Sewer Mains 10a 0’-10’EA 3 -$ -$ 5,887.00$ 17,661.00$ -$ -$ -$ -$ 4,447.60$ 13,342.80$ 10b 10.1’-20’EA 1 -$ -$ 6,909.00$ 6,909.00$ -$ -$ -$ -$ 8,895.20$ 8,895.20$ 10c 20.1’-30’EA 1 -$ -$ 7,635.00$ 7,635.00$ -$ -$ -$ -$ 13,342.70$ 13,342.70$ 11 30” Dia. Sanitary Sewer Mains 11a 0’-10’EA 3 -$ -$ 7,967.00$ 23,901.00$ -$ -$ -$ -$ 5,294.70$ 15,884.10$ 11b 10.1’-20’EA 1 -$ -$ 9,410.00$ 9,410.00$ -$ -$ -$ -$ 10,589.50$ 10,589.50$ 11c 20.1’-30’EA 1 -$ -$ 10,556.00$ 10,556.00$ -$ -$ -$ -$ 15,884.20$ 15,884.20$ 12 36” Dia. Sanitary Sewer Mains 12a 0’-10’EA 3 -$ -$ 8,820.00$ 26,460.00$ -$ -$ -$ -$ 6,353.70$ 19,061.10$ 12b 10.1’-20’EA 1 -$ -$ 11,787.00$ 11,787.00$ -$ -$ -$ -$ 12,707.40$ 12,707.40$ 12c 20.1’-30’EA 1 -$ -$ 13,350.00$ 13,350.00$ -$ -$ -$ -$ 19,061.10$ 19,061.10$ Page 2 of 22 DBE Y/N DBE Y/N DBE Y/N DBE Y/N DBE Y/N Engineered Spray Solutions, LLC 1306 Banana Rd Lakeland, FL 33810 Inliner Solutions, LLC 2531 Jewett Ln Sanford, FL 32771 Rowland Inc. 6855 102nd Ave N. Pinellas Park, FL 33782 USSI, LLC 752 Commerce Drive Suite 15 Venice, FL 34292 Insituform Technologies, LLC 580 Goddard Avenue Chesterfield, MO 63005 Ancillary Services 13 Easement Access, additional 13a ≤ 15” Diameter LF 250 -$ -$ 5.00$ 1,250.00$ -$ -$ -$ -$ 5.30$ 1,325.00$ 13b > 15” Diameter LF 500 -$ -$ 5.00$ 2,500.00$ -$ -$ -$ -$ 10.60$ 5,300.00$ 14 Service Leak Sealing with Pressure Grouting EA 50 -$ -$ 430.00$ 21,500.00$ -$ -$ -$ -$ 344.20$ 17,210.00$ 15 Open Cut Service Reconnection EA 250 -$ -$ 89.00$ 22,250.00$ -$ -$ -$ -$ 1,959.10$ 489,775.00$ 16 Heavy Cleaning (6 Passes of the Cleaning Head) 16a 8”-10” Diameter LF 2,500 -$ -$ 5.00$ 12,500.00$ -$ -$ -$ -$ 3.20$ 8,000.00$ 16b 12”-15” Diameter LF 1,500 -$ -$ 6.00$ 9,000.00$ -$ -$ -$ -$ 5.30$ 7,950.00$ 16c 16”-24” Diameter LF 5,000 -$ -$ 9.00$ 45,000.00$ -$ -$ -$ -$ 9.50$ 47,500.00$ 17 Root Removal 17a 8”-10” Diameter LF 100 -$ -$ 3.00$ 300.00$ -$ -$ -$ -$ 3.20$ 320.00$ 17b 12”-15” Diameter LF 50 -$ -$ 4.00$ 200.00$ -$ -$ -$ -$ 5.30$ 265.00$ 17c 16”-24” Diameter LF 25 -$ -$ 7.00$ 175.00$ -$ -$ -$ -$ 8.50$ 212.50$ 18 Tuberculation Cleaning 18a 8”-10” Diameter LF 250 -$ -$ 12.00$ 3,000.00$ -$ -$ -$ -$ 13.80$ 3,450.00$ 18b 12”-15” Diameter LF 250 -$ -$ 12.00$ 3,000.00$ -$ -$ -$ -$ 15.90$ 3,975.00$ 18c 16”-24” Diameter LF 750 -$ -$ 14.00$ 10,500.00$ -$ -$ -$ -$ 21.20$ 15,900.00$ 19 Bypass Pump setup with Piping 19a 8”-12” Diameter EA 75 -$ -$ 4.00$ 300.00$ -$ -$ -$ -$ 317.70$ 23,827.50$ 19b 15”-18” Diameter EA 25 -$ -$ 13.00$ 325.00$ -$ -$ -$ -$ 1,588.40$ 39,710.00$ 19c 24” Diameter EA 10 -$ -$ 65.00$ 650.00$ -$ -$ -$ -$ 3,706.30$ 37,063.00$ 20 Miscellaneous Items -$ -$ -$ 21 Miscellaneous Markup (10% maximum allowed)0.10 -$ 0.075 0.10 -$ 0.10 -$ 0.10 TOTAL SECTION A = -$ 2,189,061.00$ -$ -$ 2,801,904.90$ General Item No. Description Units Quantity Unit Price Total Price Unit Price Total Price Unit Price Total Price Unit Price Total Price Unit Price Total Price 1Mobilization shall be per work order as defined by the City. Each work order may include more than one individual project. The unit price for mobilization shall not exceed $4,000 for non emergency mobilization. B. Sewer Cleaning and Televising Inspection All bid items, unless otherwise specified, shall be inclusive of furnishing all material and labor for the complete installation of the bid item, inclusive of any necessary proper removal and disposal. Contractor shall provide disposal receipts (i.e. dump tickets) as part of the work. The quantities provided are estimated per year for bidding purposes and may vary based on the actual work throughout the duration of the contract. The City of Clearwater (City) is not obligated to purchase any minimum or maximum amount during the life of the contract. Unit costs for all bid items shall not be changed in the event of overruns or underruns. Page 3 of 22 DBE Y/N DBE Y/N DBE Y/N DBE Y/N DBE Y/N Engineered Spray Solutions, LLC 1306 Banana Rd Lakeland, FL 33810 Inliner Solutions, LLC 2531 Jewett Ln Sanford, FL 32771 Rowland Inc. 6855 102nd Ave N. Pinellas Park, FL 33782 USSI, LLC 752 Commerce Drive Suite 15 Venice, FL 34292 Insituform Technologies, LLC 580 Goddard Avenue Chesterfield, MO 63005 1a Mobilization/Demobilization including Traffic 1 LS/WO 10 -$ -$ 4,000.00$ 40,000.00$ -$ -$ -$ -$ 264.70$ 2,647.00$ Sewer Line Cleaning 2a Heavy Cleaning from Right of Way - 8”-10” Diameter LF 150,000 -$ -$ 5.25$ 787,500.00$ -$ -$ -$ -$ 3.60$ 540,000.00$ 2b Heavy Cleaning from Right of Way - 12”-15” Diameter LF 25,000 -$ -$ 7.00$ 175,000.00$ -$ -$ -$ -$ 8.30$ 207,500.00$ 2c Heavy Cleaning from Right of Way - 16”-24” Diameter LF 25,000 -$ -$ 11.00$ 275,000.00$ -$ -$ -$ -$ 14.20$ 355,000.00$ 2d Heavy Cleaning from Right of Way - 30”-36” Diameter LF 50,000 -$ -$ 27.00$ 1,350,000.00$ -$ -$ -$ -$ 29.60$ 1,480,000.00$ 3a Root Removal - 8”-10” Diameter LF 200 -$ -$ 3.00$ 600.00$ -$ -$ -$ -$ 3.60$ 720.00$ 3b Root Removal - 12”-15” Diameter LF 25 -$ -$ 7.00$ 175.00$ -$ -$ -$ -$ 5.90$ 147.50$ 3c Root Removal - 16”-24” Diameter LF 25 -$ -$ 13.00$ 325.00$ -$ -$ -$ -$ 14.20$ 355.00$ 3d Root Removal - 30”-36” Diameter LF 10 -$ -$ 27.00$ 270.00$ -$ -$ -$ -$ 29.60$ 296.00$ 4a Heavy Cleaning from Side and/or Rear Easements - 8”-10” Diameter LF 150,000 -$ -$ 5.00$ 750,000.00$ -$ -$ -$ -$ 4.70$ 705,000.00$ 4b Heavy Cleaning from Side and/or Rear Easements - 12”-15” Diameter LF 25,000 -$ -$ 7.00$ 175,000.00$ -$ -$ -$ -$ 11.80$ 295,000.00$ 4c Heavy Cleaning from Side and/or Rear Easements - 16”-24” Diameter LF 25,000 -$ -$ 11.00$ 275,000.00$ -$ -$ -$ -$ 17.80$ 445,000.00$ 4d Heavy Cleaning from Side and/or Rear Easements - 30”-36” Diameter LF 50,000 -$ -$ 27.00$ 1,350,000.00$ -$ -$ -$ -$ 35.50$ 1,775,000.00$ 5a Tuberculation Cleaning - 8”-10” Diameter LF 200 -$ -$ 6.00$ 1,200.00$ -$ -$ -$ -$ 15.40$ 3,080.00$ 5b Tuberculation Cleaning - 12”-15” Diameter LF 200 -$ -$ 8.00$ 1,600.00$ -$ -$ -$ -$ 17.80$ 3,560.00$ 5c Tuberculation Cleaning - 16”-24” Diameter LF 200 -$ -$ 11.00$ 2,200.00$ -$ -$ -$ -$ 23.70$ 4,740.00$ 5d Tuberculation Cleaning - 30”-36” Diameter LF 200 -$ -$ 22.00$ 4,400.00$ -$ -$ -$ -$ 47.30$ 9,460.00$ 6 Manhole Clean/Jet-vac EA 5,000 -$ -$ 170.00$ 850,000.00$ -$ -$ -$ -$ 59.20$ 296,000.00$ CCTV pipe and manhole inspection with PACP/CUES Granite XP compatibility 7 Mobilization/Demobilization including Traffic 1 LS/WO 5 -$ -$ 4,000.00$ 20,000.00$ -$ -$ -$ -$ 295.90$ 1,479.50$ 8a CCTV pipe inspection - includes light cleaning - 8”-10” Diameter LF 750,000 -$ -$ 2.63$ 1,972,500.00$ -$ -$ -$ -$ 2.70$ 2,025,000.00$ 8b CCTV pipe inspection - includes light cleaning - 12”-15” Diameter LF 50,000 -$ -$ 3.00$ 150,000.00$ -$ -$ -$ -$ 3.60$ 180,000.00$ 8c CCTV pipe inspection - includes light cleaning - 16”-24” Diameter LF 25,000 -$ -$ 4.50$ 112,500.00$ -$ -$ -$ -$ 7.10$ 177,500.00$ 8d CCTV pipe inspection - includes light cleaning - 30”-36” Diameter LF 50,000 -$ -$ 7.00$ 350,000.00$ -$ -$ -$ -$ 10.70$ 535,000.00$ 9 Manhole Inspection EA 100 -$ -$ 130.00$ 13,000.00$ -$ -$ -$ -$ 118.40$ 11,840.00$ 10 Smoke Testing LF 10,000 -$ -$ 1.00$ 10,000.00$ -$ -$ -$ -$ 0.90$ 9,000.00$ 11 Dye Testing LF 5,000 -$ -$ 1.00$ 5,000.00$ -$ -$ -$ -$ 1.20$ 6,000.00$ 12 Miscellaneous Items -$ Page 4 of 22 DBE Y/N DBE Y/N DBE Y/N DBE Y/N DBE Y/N Engineered Spray Solutions, LLC 1306 Banana Rd Lakeland, FL 33810 Inliner Solutions, LLC 2531 Jewett Ln Sanford, FL 32771 Rowland Inc. 6855 102nd Ave N. Pinellas Park, FL 33782 USSI, LLC 752 Commerce Drive Suite 15 Venice, FL 34292 Insituform Technologies, LLC 580 Goddard Avenue Chesterfield, MO 63005 13 Miscellaneous Markup (10% maximum allowed)0.10 -$ 0.075 -$ 0.10 -$ 0.10 -$ 0.10 -$ TOTAL SECTION B = -$ 8,671,270.00$ -$ -$ 9,069,325.00$ General Item No. Description Units Quantity Unit Price Total Price Unit Price Total Price Unit Price Total Price Unit Price Total Price Unit Price Total Price 1 Emergency Mobilization/Demobilization & General Conditions1 (max $5,000) EA 30 -$ -$ -$ -$ 5,000.00$ -$ -$ -$ -$ -$ 2 Non-Emergency Mobilization/Demobilization & General Conditions1 (max $4,000) EA 75 -$ -$ -$ -$ 4,000.00$ 300,000.00$ -$ -$ -$ -$ Bypass pump set up/demob. & maintenance 3a 8”-12” Diameter DAY 30 -$ -$ -$ -$ 3,000.00$ 90,000.00$ -$ -$ -$ -$ 3b 15”-18” Diameter DAY 30 -$ -$ -$ -$ 4,200.00$ 126,000.00$ -$ -$ -$ -$ 3c 24” Diameter WK 8 -$ -$ -$ -$ 30,000.00$ 240,000.00$ -$ -$ -$ -$ 3d 30” Diameter WK 8 -$ -$ -$ -$ 36,000.00$ 288,000.00$ -$ -$ -$ -$ Maintenance of Traffic 2 (If not already included in line items 4b-4f) 4a Flagman2 HR 200 -$ -$ -$ -$ 50.00$ 10,000.00$ -$ -$ -$ -$ 4b Multilane (FDOT Index No. 613)EA/DAY 30 -$ -$ -$ -$ 1,400.00$ 42,000.00$ -$ -$ -$ -$ 4c Multilane (FDOT Index No. 614)EA/DAY 30 -$ -$ -$ -$ 1,400.00$ 42,000.00$ -$ -$ -$ -$ 4d Multilane (FDOT Index No. 615)EA/DAY 20 -$ -$ -$ -$ 1,400.00$ 28,000.00$ -$ -$ -$ -$ 4e Multilane (FDOT Index No. 616)EA/DAY 20 -$ -$ -$ -$ 1,000.00$ 20,000.00$ -$ -$ -$ -$ 4f Multilane (FDOT Index No. 617)EA/DAY 20 -$ -$ -$ -$ 1,000.00$ 20,000.00$ -$ -$ -$ -$ 4g Arrow Board - 5' Minimum Horizontal Size2 EA/DAY 30 -$ -$ -$ -$ 137.00$ 4,110.00$ -$ -$ -$ -$ 4h Variable Message Board2 EA/DAY 30 -$ -$ -$ -$ 182.00$ 5,460.00$ -$ -$ -$ -$ 4i Concrete Barrier (FDOT Index No. 415)2 EA/DAY 60 -$ -$ -$ -$ 500.00$ 30,000.00$ -$ -$ -$ -$ 4j Low Profile Barrier (FDOT Index No. 412)2 EA/DAY 60 -$ -$ -$ -$ 500.00$ 30,000.00$ -$ -$ -$ -$ 4k Sign in Work Zone2 EA/DAY 100 -$ -$ -$ -$ 1.98$ 198.00$ -$ -$ -$ -$ Group C: Wastewater Point Repair All bid items, unless otherwise specified, shall be inclusive of furnishing all material and labor for the complete installation of the bid item, inclusive of any necessary removal. Installation shall be completed in accordance with the specifications. The quantities provided are estimated per year for bidding purposes and may vary based on the actual work throughout the duration of the contract. The City of Clearwater (City) is not obligated to purchase any minimum or maximum amount during the life of the contract. Unit costs for all bid items shall not be changed in the event of overruns or underruns. 1Mobilization shall be per work order as defined by the City. Each work order may include more than one individual project. The unit price for mobilization shall not exceed $4,000 for non emergency mobilization and $5,000 for emergency mobilization. Emergency and non emergency mobilization are further defined in Section IV of the Contract Documents. Page 5 of 22 DBE Y/N DBE Y/N DBE Y/N DBE Y/N DBE Y/N Engineered Spray Solutions, LLC 1306 Banana Rd Lakeland, FL 33810 Inliner Solutions, LLC 2531 Jewett Ln Sanford, FL 32771 Rowland Inc. 6855 102nd Ave N. Pinellas Park, FL 33782 USSI, LLC 752 Commerce Drive Suite 15 Venice, FL 34292 Insituform Technologies, LLC 580 Goddard Avenue Chesterfield, MO 63005 4l FDOT Cone2 EA/DAY 100 -$ -$ -$ -$ 1.60$ 160.00$ -$ -$ -$ -$ 4m FDOT Channelizing Drum2 EA/DAY 100 -$ -$ -$ -$ 1.60$ 160.00$ -$ -$ -$ -$ 4n Barricade, Type III with Warning Light2 EA/DAY 100 -$ -$ -$ -$ 2.28$ 228.00$ -$ -$ -$ -$ 4o Barricade, Type I or II with Warning Light2 EA/DAY 100 -$ -$ -$ -$ 1.60$ 160.00$ -$ -$ -$ -$ Labor hours Labor hours and equipment bid items (5 and 6) shall only be used where not already included in a bid item. 5a Forman regular time HOUR 2,500 -$ -$ -$ -$ 110.00$ 275,000.00$ -$ -$ -$ -$ 5b Forman overtime HOUR 500 -$ -$ -$ -$ 120.00$ 60,000.00$ -$ -$ -$ -$ 5c Operator regular time HOUR 4,000 -$ -$ -$ -$ 90.00$ 360,000.00$ -$ -$ -$ -$ 5d Operator overtime HOUR 500 -$ -$ -$ -$ 100.00$ 50,000.00$ -$ -$ -$ -$ 5e Truck Driver regular time HOUR 1,500 -$ -$ -$ -$ 55.00$ 82,500.00$ -$ -$ -$ -$ 5f Truck Driver overtime HOUR 150 -$ -$ -$ -$ 65.00$ 9,750.00$ -$ -$ -$ -$ 5g Pipe Layer regular time HOUR 4,000 -$ -$ -$ -$ 85.00$ 340,000.00$ -$ -$ -$ -$ 5h Pipe Layer overtime HOUR 400 -$ -$ -$ -$ 95.00$ 38,000.00$ -$ -$ -$ -$ 5i Laborer regular time HOUR 4,000 -$ -$ -$ -$ 80.00$ 320,000.00$ -$ -$ -$ -$ 5j Laborer overtime HOUR 550 -$ -$ -$ -$ 90.00$ 49,500.00$ -$ -$ -$ -$ Equipment 6a Foreman's pickup truck with hand tools HOUR 3,000 -$ -$ -$ -$ 55.00$ 165,000.00$ -$ -$ -$ -$ 6b Job truck with tools HOUR 3,500 -$ -$ -$ -$ 60.00$ 210,000.00$ -$ -$ -$ -$ 6c Tractor & Trailer (Transport)HOUR 200 -$ -$ -$ -$ 50.00$ 10,000.00$ -$ -$ -$ -$ 6d Track Hoe (to 100 HP)HOUR 1,100 -$ -$ -$ -$ 120.00$ 132,000.00$ -$ -$ -$ -$ 6e Track Hoe (101 HP to 170 HP)HOUR 500 -$ -$ -$ -$ 140.00$ 70,000.00$ -$ -$ -$ -$ 6f Track Hoe (171 HP and up)HOUR 750 -$ -$ -$ -$ 160.00$ 120,000.00$ -$ -$ -$ -$ 6g Rubber Tired Backhoe HOUR 25 -$ -$ -$ -$ 40.00$ 1,000.00$ -$ -$ -$ -$ 6h Wheel Loader (to 150 HP)HOUR 2,000 -$ -$ -$ -$ 80.00$ 160,000.00$ -$ -$ -$ -$ 6i Wheel Loader (151 HP and up)HOUR 250 -$ -$ -$ -$ 85.00$ 21,250.00$ -$ -$ -$ -$ 6j Track Type Tractors (to 100 HP)HOUR 150 -$ -$ -$ -$ 30.00$ 4,500.00$ -$ -$ -$ -$ 6k Track Type Tractors (101 HP and up)HOUR 25 -$ -$ -$ -$ 32.00$ 800.00$ -$ -$ -$ -$ 6l Dump Truck (Tandem Axle)HOUR 750 -$ -$ -$ -$ 70.00$ 52,500.00$ -$ -$ -$ -$ 6m Plate Tamp HOUR 250 -$ -$ -$ -$ 15.00$ 3,750.00$ -$ -$ -$ -$ 6n 3” Trash Pump HOUR 250 -$ -$ -$ -$ 15.00$ 3,750.00$ -$ -$ -$ -$ 6o 4” Double Diaphragm Pump HOUR 2,000 -$ -$ -$ -$ 25.00$ 50,000.00$ -$ -$ -$ -$ 6p Air Compressor (125 CFM min.)HOUR 100 -$ -$ -$ -$ 20.00$ 2,000.00$ -$ -$ -$ -$ 6q 4” Jet Pump DAY 25 -$ -$ -$ -$ 20.00$ 500.00$ -$ -$ -$ -$ 6r Emergency Hauling up to 2500 gallons HOUR 25 -$ -$ -$ -$ 500.00$ 12,500.00$ -$ -$ -$ -$ 6s Emergency Hauling over 2500 gallons HOUR 25 -$ -$ -$ -$ 500.00$ 12,500.00$ -$ -$ -$ -$ 7a Adjust storm structures EA 10 -$ -$ -$ -$ 525.00$ 5,250.00$ -$ -$ -$ -$ 7b Underdrains LF 200 -$ -$ -$ -$ 52.50$ 10,500.00$ -$ -$ -$ -$ 7c Build Up type Structures EA 10 -$ -$ -$ -$ 525.00$ 5,250.00$ -$ -$ -$ -$ 7d Precast Type EA 10 -$ -$ -$ -$ 1,050.00$ 10,500.00$ -$ -$ -$ -$ Page 6 of 22 DBE Y/N DBE Y/N DBE Y/N DBE Y/N DBE Y/N Engineered Spray Solutions, LLC 1306 Banana Rd Lakeland, FL 33810 Inliner Solutions, LLC 2531 Jewett Ln Sanford, FL 32771 Rowland Inc. 6855 102nd Ave N. Pinellas Park, FL 33782 USSI, LLC 752 Commerce Drive Suite 15 Venice, FL 34292 Insituform Technologies, LLC 580 Goddard Avenue Chesterfield, MO 63005 7e Gabions and Mattresses CY 10 -$ -$ -$ -$ 210.00$ 2,100.00$ -$ -$ -$ -$ 8a Seeding SF 25,000 -$ -$ -$ -$ 0.10$ 2,500.00$ -$ -$ -$ -$ 8b Sodding SF 75,000 -$ -$ -$ -$ 1.00$ 75,000.00$ -$ -$ -$ -$ 8c Tree protection EA 250 -$ -$ -$ -$ 100.00$ 25,000.00$ -$ -$ -$ -$ 8d Tree Removal (<6" Trunk Diameter)EA 5 -$ -$ -$ -$ 753.92$ 3,769.60$ -$ -$ -$ -$ 8e Tree Removal (6"-12" Trunk Diameter)EA 3 -$ -$ -$ -$ 1,960.19$ 5,880.57$ -$ -$ -$ -$ 8f Tree Removal (13"-18" Trunk Diameter)EA 3 -$ -$ -$ -$ 4,825.09$ 14,475.27$ -$ -$ -$ -$ 8g Tree Removal (>18" Trunk Diameter)EA 3 -$ -$ -$ -$ 6,031.36$ 18,094.08$ -$ -$ -$ -$ 9a Full Width Milling (Up to 2")SY 5,500 -$ -$ -$ -$ 42.00$ 231,000.00$ -$ -$ -$ -$ 9b Full Width Milling (2" to 4")SY 5,500 -$ -$ -$ -$ 42.00$ 231,000.00$ -$ -$ -$ -$ 9c SP 12.5 Asphalt Concrete Resurfacing TN 500 -$ -$ -$ -$ 450.00$ 225,000.00$ -$ -$ -$ -$ 9d SP 9.5 Asphalt Concrete Resurfacing TN 500 -$ -$ -$ -$ 450.00$ 225,000.00$ -$ -$ -$ -$ 9e Pavement Marking - Crosswalks (Lane)LF 500 -$ -$ -$ -$ 24.00$ 12,000.00$ -$ -$ -$ -$ 9f Pavement Marking - Stop Bars (Lane)EA 200 -$ -$ -$ -$ 156.00$ 31,200.00$ -$ -$ -$ -$ 9g Pavement Marking - School Crossing/RR EA 50 -$ -$ -$ -$ 240.00$ 12,000.00$ -$ -$ -$ -$ 9h Pavement Marking - Turn, Straight, Combo Arrows EA 50 -$ -$ -$ -$ 180.00$ 9,000.00$ -$ -$ -$ -$ 9i Pavement Marking - Dashed (White, Yellow or Double Yellow) LF 500 -$ -$ -$ -$ 8.40$ 4,200.00$ -$ -$ -$ -$ 9j Pavement Marking - Solid White LF 250 -$ -$ -$ -$ 8.40$ 2,100.00$ -$ -$ -$ -$ 9k Pavement Marking - Solid Double Yellow LF 250 -$ -$ -$ -$ 8.40$ 2,100.00$ -$ -$ -$ -$ 9l Pavement Marking - Solid Yellow LF 250 -$ -$ -$ -$ 8.40$ 2,100.00$ -$ -$ -$ -$ 9m Temporary Pavement Marking - Turn, Straight, Combo Arrows EA 250 -$ -$ -$ -$ 180.00$ 45,000.00$ -$ -$ -$ -$ 9n Preparation, Installation and Maintenance of Project Signs LS 25 -$ -$ -$ -$ 120.00$ 3,000.00$ -$ -$ -$ -$ 9o Temporary Pavement Marking - Dashed (White, Yellow or Double Yellow) LF 250 -$ -$ -$ -$ 4.80$ 1,200.00$ -$ -$ -$ -$ 9p Temporary Pavement Marking - Solid White LF 250 -$ -$ -$ -$ 4.80$ 1,200.00$ -$ -$ -$ -$ 9q Temporary Pavement Marking - Solid Double Yellow LF 250 -$ -$ -$ -$ 4.80$ 1,200.00$ -$ -$ -$ -$ 9r Temporary Pavement Marking - Solid Yellow LF 250 -$ -$ -$ -$ 4.80$ 1,200.00$ -$ -$ -$ -$ 9s Remove and replace type I Curb (City Index 101 - Sheet 1 of 2) LF 500 -$ -$ -$ -$ 66.00$ 33,000.00$ -$ -$ -$ -$ 9t Remove and replace valley gutter curb (City index 101 - Sheet 202) LF 500 -$ -$ -$ -$ 110.40$ 55,200.00$ -$ -$ -$ -$ 9u Construct 5 foot wide ADA Ramp (City Index 109 - Sheet 2 of 3) EA 500 -$ -$ -$ -$ 300.00$ 150,000.00$ -$ -$ -$ -$ 9v Remove and Replace Concrete Sidewalk,(4"Min thickness) SF 500 -$ -$ -$ -$ 15.00$ 7,500.00$ -$ -$ -$ -$ 9w Remove and Replace Concrete Sidewalk,(6"Min thickness) SF 500 -$ -$ -$ -$ 25.00$ 12,500.00$ -$ -$ -$ -$ Materials Landscaping/Restoration Page 7 of 22 DBE Y/N DBE Y/N DBE Y/N DBE Y/N DBE Y/N Engineered Spray Solutions, LLC 1306 Banana Rd Lakeland, FL 33810 Inliner Solutions, LLC 2531 Jewett Ln Sanford, FL 32771 Rowland Inc. 6855 102nd Ave N. Pinellas Park, FL 33782 USSI, LLC 752 Commerce Drive Suite 15 Venice, FL 34292 Insituform Technologies, LLC 580 Goddard Avenue Chesterfield, MO 63005 9x Remove and Replace Concrete Driveway SY 250 -$ -$ -$ -$ 155.00$ 38,750.00$ -$ -$ -$ -$ 9y 3000 psi Concrete CY 50 -$ -$ -$ -$ 360.00$ 18,000.00$ -$ -$ -$ -$ 9z Off Site Selected Fill CY 1,500 -$ -$ -$ -$ 30.00$ 45,000.00$ -$ -$ -$ -$ 9aa Limerock Base Material TON 1,000 -$ -$ -$ -$ 100.00$ 100,000.00$ -$ -$ -$ -$ 9bb # 57 Washed Stone TON 750 -$ -$ -$ -$ 60.00$ 45,000.00$ -$ -$ -$ -$ 9cc Crushed Concrete Base Material TON 750 -$ -$ -$ -$ 130.00$ 97,500.00$ -$ -$ -$ -$ 9dd Stabilized Subgrade TON 750 -$ -$ -$ -$ 73.62$ 55,215.00$ -$ -$ -$ -$ 9ee Removal of Unsuitable Soil TON 50 -$ -$ -$ -$ 60.00$ 3,000.00$ -$ -$ -$ -$ 9ff Rip Rap TON 25 -$ -$ -$ -$ 240.00$ 6,000.00$ -$ -$ -$ -$ 9gg Flowable Fill CY 25 -$ -$ -$ -$ 240.00$ 6,000.00$ -$ -$ -$ -$ 9hh Brick Pavers SY 100 -$ -$ -$ -$ 90.00$ 9,000.00$ -$ -$ -$ -$ 9ii Brick Paver Level Sand CY 10 -$ -$ -$ -$ 36.00$ 360.00$ -$ -$ -$ -$ Well Point Dewatering 10 Well Point Dewatering LF/DAY 2,000 -$ -$ -$ -$ 28.60$ 57,200.00$ -$ -$ -$ -$ Manholes and Gravity Main Appurtenances 11a Built up Type Manhole-4' diameter (Inclusive of lining, drops, ring, cover, etc.) VF 250 -$ -$ -$ -$ 300.00$ 75,000.00$ -$ -$ -$ -$ 11b Built up Type Manhole-5' diameter (Inclusive of lining, drops, ring, cover, etc.) VF 25 -$ -$ -$ -$ 300.00$ 7,500.00$ -$ -$ -$ -$ 11c Built up Type Manhole-6' diameter (Inclusive of lining, drops, ring, cover, etc.) VF 25 -$ -$ -$ -$ 300.00$ 7,500.00$ -$ -$ -$ -$ 11d Precast Type Manhole-4' diameter (Inclusive of lining, drops, ring, cover, etc.) VF 250 -$ -$ -$ -$ 1,000.00$ 250,000.00$ -$ -$ -$ -$ 11e Precast Type Manhole-5' diameter (Inclusive of lining, drops, ring, cover, etc.) VF 25 -$ -$ -$ -$ 1,300.00$ 32,500.00$ -$ -$ -$ -$ 11f Precast Type Manhole-6' diameter (Inclusive of lining, drops, ring, cover, etc.) VF 25 -$ -$ -$ -$ 1,500.00$ 37,500.00$ -$ -$ -$ -$ 11g Manhole Drop EA 10 -$ -$ -$ -$ 500.00$ 5,000.00$ -$ -$ -$ -$ 11h HDPE Adjustment Ring EA 5 -$ -$ -$ -$ 75.00$ 375.00$ -$ -$ -$ -$ 11i City’s standard manhole ring EA 30 -$ -$ -$ -$ 1,100.00$ 33,000.00$ -$ -$ -$ -$ 11j City’s standard manhole cover EA 30 -$ -$ -$ -$ 550.00$ 16,500.00$ -$ -$ -$ -$ 11k Abatement Inserts (dish/pan)EA 10 -$ -$ -$ -$ 220.00$ 2,200.00$ -$ -$ -$ -$ 11l Furnish and install Cleanout EA 500 -$ -$ -$ -$ 500.00$ 250,000.00$ -$ -$ -$ -$ 11m Furnish and install Two-way Cleanouts EA 10 -$ -$ -$ -$ 500.00$ 5,000.00$ -$ -$ -$ -$ 11n Bench/invert Repair - Replacement EA 70 -$ -$ -$ -$ 750.00$ 52,500.00$ -$ -$ -$ -$ 11o Injection grouting as required to stop infiltration and inflow GAL 1,000 -$ -$ -$ -$ 275.00$ 275,000.00$ -$ -$ -$ -$ 11p Manhole clean/jet-vac EA 40 -$ -$ -$ -$ 150.00$ 6,000.00$ -$ -$ -$ -$ 11q Remove existing liner for 4’ diameter manhole VF 750 -$ -$ -$ -$ 165.00$ 123,750.00$ -$ -$ -$ -$ 11r Remove existing liner for 5’ diameter manhole VF 750 -$ -$ -$ -$ 220.00$ 165,000.00$ -$ -$ -$ -$ 11s Remove existing liner for 6’ diameter manhole VF 750 -$ -$ -$ -$ 260.00$ 195,000.00$ -$ -$ -$ -$ 11t Reset/Adjust Frame and Cover EA 25 -$ -$ -$ -$ 500.00$ 12,500.00$ -$ -$ -$ -$ Page 8 of 22 DBE Y/N DBE Y/N DBE Y/N DBE Y/N DBE Y/N Engineered Spray Solutions, LLC 1306 Banana Rd Lakeland, FL 33810 Inliner Solutions, LLC 2531 Jewett Ln Sanford, FL 32771 Rowland Inc. 6855 102nd Ave N. Pinellas Park, FL 33782 USSI, LLC 752 Commerce Drive Suite 15 Venice, FL 34292 Insituform Technologies, LLC 580 Goddard Avenue Chesterfield, MO 63005 11u Replace Frame and Cover EA 250 -$ -$ -$ -$ 1,500.00$ 375,000.00$ -$ -$ -$ -$ 11v Seal manhole frame to corbel connection EA 250 -$ -$ -$ -$ 225.00$ 56,250.00$ -$ -$ -$ -$ 11w Rear easement access EA 30 -$ -$ -$ -$ 1,500.00$ 45,000.00$ -$ -$ -$ -$ Manhole Surfacing (Epoxy) - Manhole Coating Product: Raven 405 12a Liner system for 4’ diameter manhole-125 MILS VF 1,500 -$ -$ -$ -$ 295.00$ 442,500.00$ -$ -$ -$ -$ 12b Liner System for 4' diameter manhole-250 MILS VF 1,500 -$ -$ -$ -$ 400.00$ 600,000.00$ -$ -$ -$ -$ 12c Liner system for 5’ diameter manhole-125 MILS VF 1,500 -$ -$ -$ -$ 368.75$ 553,125.00$ -$ -$ -$ -$ 12d Liner System for 5' diameter manhole-250 MILS VF 1,500 -$ -$ -$ -$ 500.00$ 750,000.00$ -$ -$ -$ -$ 12e Liner system for 6’ diameter manhole-125 MILS VF 1,500 -$ -$ -$ -$ 375.00$ 562,500.00$ -$ -$ -$ -$ 12f Liner System for 6' diameter manhole-250 MILS VF 1,500 -$ -$ -$ -$ 500.00$ 750,000.00$ -$ -$ -$ -$ Manhole Surfacing (Cementitious) - Manhole Coating Product: Strong Seal MS-2C Coating System 13a Liner system for 4’ diameter manhole - 1/2 inch VF 500 -$ -$ -$ -$ 195.00$ 97,500.00$ -$ -$ -$ -$ 13b Liner system for 5’ diameter manhole-1/2 inch VF 300 -$ -$ -$ -$ 245.00$ 73,500.00$ -$ -$ -$ -$ 13c Liner system for 6’ diameter manhole- 1/2 inch VF 200 -$ -$ -$ -$ 310.00$ 62,000.00$ -$ -$ -$ -$ Manhole Surfacing (Polyurethane) - Manhole Coating Product: Spraywall 14a Liner system for 4’ diameter manhole-125 MILS VF 1,500 -$ -$ -$ -$ 295.00$ 442,500.00$ -$ -$ -$ -$ 14b Liner System for 4' diameter manhole-250 MILS VF 1,500 -$ -$ -$ -$ 400.00$ 600,000.00$ -$ -$ -$ -$ 14c Liner system for 5’diameter manhole-125 MILS VF 1,500 -$ -$ -$ -$ 368.75$ 553,125.00$ -$ -$ -$ -$ 14d Liner System for 5' diameter manhole-250 MILS VF 1,500 -$ -$ -$ -$ 500.00$ 750,000.00$ -$ -$ -$ -$ 14e Liner system for 6’diameter manhole-125 MILS VF 1,500 -$ -$ -$ -$ 375.00$ 562,500.00$ -$ -$ -$ -$ 14f Liner System for 6' diameter manhole-250 MILS VF 1,500 -$ -$ -$ -$ 500.00$ 750,000.00$ -$ -$ -$ -$ Lateral Replacement and Lateral CIPP Furnish and replace existing service lateral from sewer main to new cleanout location (6"-8" Dia.) 15a Up to 5' deep LF 800 -$ -$ -$ -$ 660.00$ 528,000.00$ -$ -$ -$ -$ 15c More than 5' and up to 10' deep LF 500 -$ -$ -$ -$ 770.00$ 385,000.00$ -$ -$ -$ -$ 15c More than 10' and up to 15' deep LF 300 -$ -$ -$ -$ 880.00$ 264,000.00$ -$ -$ -$ -$ 15d More than 15' and up to 20' deep LF 200 -$ -$ -$ -$ 1,650.00$ 330,000.00$ -$ -$ -$ -$ Trenchless (CIPP) reconstruction of sewer lateral, CCTV and cleaning 16a 4” Dia. Sanitary Sewer Lat. 4.0 mm LF 500 -$ -$ -$ -$ 225.00$ 112,500.00$ -$ -$ -$ -$ 16b 6” Dia. Sanitary Sewer Lat. 6.0 mm LF 300 -$ -$ -$ -$ 250.00$ 75,000.00$ -$ -$ -$ -$ 16c 8” Dia. Sanitary Sewer Lat. 6.0 mm LF 50 -$ -$ -$ -$ 275.00$ 13,750.00$ -$ -$ -$ -$ Grout Fill and Abandon Main 17a 2"-6"LF 7,500 -$ -$ -$ -$ 15.00$ 112,500.00$ -$ -$ -$ -$ 17b 8"-12"LF 7,500 -$ -$ -$ -$ 16.00$ 120,000.00$ -$ -$ -$ -$ 17c 16"-24"LF 5,000 -$ -$ -$ -$ 20.00$ 100,000.00$ -$ -$ -$ -$ 17d >30"LF 5,000 -$ -$ -$ -$ 50.00$ 250,000.00$ -$ -$ -$ -$ Remove Abandoned Main (if not already removing for replacing) 18a 2"-6"LF 5,000 -$ -$ -$ -$ 22.10$ 110,500.00$ -$ -$ -$ -$ 18b 8"-12"LF 5,000 -$ -$ -$ -$ 29.46$ 147,300.00$ -$ -$ -$ -$ 18c 16"-24"LF 2,000 -$ -$ -$ -$ 44.20$ 88,400.00$ -$ -$ -$ -$ 18d >30"LF 500 -$ -$ -$ -$ 58.92$ 29,460.00$ -$ -$ -$ -$ Gravity Mains PVC Gravity Mains (Inclusive of all Labor, Material, and Associated Restraints) Page 9 of 22 DBE Y/N DBE Y/N DBE Y/N DBE Y/N DBE Y/N Engineered Spray Solutions, LLC 1306 Banana Rd Lakeland, FL 33810 Inliner Solutions, LLC 2531 Jewett Ln Sanford, FL 32771 Rowland Inc. 6855 102nd Ave N. Pinellas Park, FL 33782 USSI, LLC 752 Commerce Drive Suite 15 Venice, FL 34292 Insituform Technologies, LLC 580 Goddard Avenue Chesterfield, MO 63005 19a 4” diameter (0' to 5')LF 5 -$ -$ -$ -$ 544.50$ 2,722.50$ -$ -$ -$ -$ 19b 4” diameter (5.1' to 10')LF 5 -$ -$ -$ -$ 907.50$ 4,537.50$ -$ -$ -$ -$ 19c 4” diameter (10.1' to 15')LF 5 -$ -$ -$ -$ 1,255.98$ 6,279.90$ -$ -$ -$ -$ 19d 4” diameter (15.1' to 20')LF 5 -$ -$ -$ -$ 2,254.80$ 11,274.00$ -$ -$ -$ -$ 19e 6” diameter (0' to 5')LF 25 -$ -$ -$ -$ 544.50$ 13,612.50$ -$ -$ -$ -$ 19f 6” diameter (5.1' to 10')LF 25 -$ -$ -$ -$ 914.76$ 22,869.00$ -$ -$ -$ -$ 19g 6” diameter (10.1' to 15')LF 5 -$ -$ -$ -$ 1,306.80$ 6,534.00$ -$ -$ -$ -$ 19h 6” diameter (15.1' to 20')LF 5 -$ -$ -$ -$ 3,305.18$ 16,525.90$ -$ -$ -$ -$ 19i 8” diameter (0' to 5')LF 1,000 -$ -$ -$ -$ 551.76$ 551,760.00$ -$ -$ -$ -$ 19j 8” diameter (5.1' to 10')LF 1,000 -$ -$ -$ -$ 965.58$ 965,580.00$ -$ -$ -$ -$ 19k 8” diameter (10.1' to 15')LF 500 -$ -$ -$ -$ 1,314.06$ 657,030.00$ -$ -$ -$ -$ 19l 8” diameter (15.1' to 20')LF 500 -$ -$ -$ -$ 2,261.62$ 1,130,810.00$ -$ -$ -$ -$ 19m 10” diameter (0' to 5')LF 1,000 -$ -$ -$ -$ 559.02$ 559,020.00$ -$ -$ -$ -$ 19n 10” diameter (5.1' to 10')LF 1,000 -$ -$ -$ -$ 972.84$ 972,840.00$ -$ -$ -$ -$ 19o 10” diameter (10.1' to 15')LF 500 -$ -$ -$ -$ 1,277.76$ 638,880.00$ -$ -$ -$ -$ 19p 10” diameter (15.1' to 20')LF 500 -$ -$ -$ -$ 2,268.88$ 1,134,440.00$ -$ -$ -$ -$ 19q 12” diameter (0' to 5')LF 500 -$ -$ -$ -$ 573.54$ 286,770.00$ -$ -$ -$ -$ 19r 12” diameter (5.1' to 10')LF 500 -$ -$ -$ -$ 936.54$ 468,270.00$ -$ -$ -$ -$ 19s 12” diameter (10.1' to 15')LF 250 -$ -$ -$ -$ 1,285.02$ 321,255.00$ -$ -$ -$ -$ 19t 12” diameter (15.1' to 20')LF 100 -$ -$ -$ -$ 2,082.80$ 208,280.00$ -$ -$ -$ -$ 19u 14”/15" diameter (0' to 5')LF 5 -$ -$ -$ -$ 595.32$ 2,976.60$ -$ -$ -$ -$ 19v 14”/15" diameter (5.1' to 10')LF 5 -$ -$ -$ -$ 965.58$ 4,827.90$ -$ -$ -$ -$ 19w 14”/15" diameter (10.1' to 15')LF 5 -$ -$ -$ -$ 1,306.80$ 6,534.00$ -$ -$ -$ -$ 19x 14”/15" diameter (15.1' to 20')LF 5 -$ -$ -$ -$ 2,305.00$ 11,525.00$ -$ -$ -$ -$ 19y 16”/18" diameter (0' to 5')LF 5 -$ -$ -$ -$ 776.82$ 3,884.10$ -$ -$ -$ -$ 19z 16”/18" diameter (5.1' to 10')LF 5 -$ -$ -$ -$ 980.10$ 4,900.50$ -$ -$ -$ -$ 19aa 16”/18" diameter (10.1' to 15')LF 5 -$ -$ -$ -$ 1,328.58$ 6,642.90$ -$ -$ -$ -$ 19bb 16”/18" diameter (15.1' to 20')LF 5 -$ -$ -$ -$ 2,319.70$ 11,598.50$ -$ -$ -$ -$ 19cc 20”/21" diameter (0' to 5')LF 5 -$ -$ -$ -$ 653.40$ 3,267.00$ -$ -$ -$ -$ 19dd 20”/21" diameter (5.1' to 10')LF 5 -$ -$ -$ -$ 1,016.40$ 5,082.00$ -$ -$ -$ -$ 19ee 20”/21" diameter (10.1' to 15')LF 5 -$ -$ -$ -$ 1,364.88$ 6,824.40$ -$ -$ -$ -$ 19ff 20”/21" diameter (15.1' to 20')LF 5 -$ -$ -$ -$ 2,363.26$ 11,816.30$ -$ -$ -$ -$ 19gg 24” diameter (0' to 5')LF 5 -$ -$ -$ -$ 784.08$ 3,920.40$ -$ -$ -$ -$ 19hh 24” diameter (5.1' to 10')LF 5 -$ -$ -$ -$ 1,183.38$ 5,916.90$ -$ -$ -$ -$ 19ii 24” diameter (10.1' to 15')LF 5 -$ -$ -$ -$ 1,575.42$ 7,877.10$ -$ -$ -$ -$ 19jj 24” diameter (15.1' to 20')LF 5 -$ -$ -$ -$ 2,675.44$ 13,377.20$ -$ -$ -$ -$ 19kk 30” diameter (0' to 5')LF 5 -$ -$ -$ -$ 929.28$ 4,646.40$ -$ -$ -$ -$ 19ll 30” diameter (5.1' to 10')LF 5 -$ -$ -$ -$ 1,328.58$ 6,642.90$ -$ -$ -$ -$ 19mm 30” diameter (10.1' to 15')LF 5 -$ -$ -$ -$ 1,720.62$ 8,603.10$ -$ -$ -$ -$ 19nn 30” diameter (15.1' to 20')LF 5 -$ -$ -$ -$ 2,813.88$ 14,069.40$ -$ -$ -$ -$ 19oo 36” diameter (0' to 5')LF 5 -$ -$ -$ -$ 1,081.74$ 5,408.70$ -$ -$ -$ -$ 19pp 36” diameter (5.1' to 10')LF 5 -$ -$ -$ -$ 1,481.04$ 7,405.20$ -$ -$ -$ -$ Page 10 of 22 DBE Y/N DBE Y/N DBE Y/N DBE Y/N DBE Y/N Engineered Spray Solutions, LLC 1306 Banana Rd Lakeland, FL 33810 Inliner Solutions, LLC 2531 Jewett Ln Sanford, FL 32771 Rowland Inc. 6855 102nd Ave N. Pinellas Park, FL 33782 USSI, LLC 752 Commerce Drive Suite 15 Venice, FL 34292 Insituform Technologies, LLC 580 Goddard Avenue Chesterfield, MO 63005 19qq 36” diameter (10.1' to 15')LF 5 -$ -$ -$ -$ 1,873.08$ 9,365.40$ -$ -$ -$ -$ 19rr 36” diameter (15.1' to 20')LF 5 -$ -$ -$ -$ 2,719.00$ 13,595.00$ -$ -$ -$ -$ HDPE (Inclusive of all Labor, Material, and Associated Restraints) 20a 4” diameter (0' to 5')LF 5 -$ -$ -$ -$ 206.25$ 1,031.25$ -$ -$ -$ -$ 20b 4” diameter (5.1' to 10')LF 5 -$ -$ -$ -$ 343.75$ 1,718.75$ -$ -$ -$ -$ 20c 4” diameter (10.1' to 15')LF 5 -$ -$ -$ -$ 475.75$ 2,378.75$ -$ -$ -$ -$ 20d 4” diameter (15.1' to 20')LF 5 -$ -$ -$ -$ 1,061.50$ 5,307.50$ -$ -$ -$ -$ 20e 6” diameter (0' to 5')LF 25 -$ -$ -$ -$ 206.25$ 5,156.25$ -$ -$ -$ -$ 20f 6” diameter (5.1' to 10')LF 25 -$ -$ -$ -$ 346.50$ 8,662.50$ -$ -$ -$ -$ 20g 6” diameter (10.1' to 15')LF 5 -$ -$ -$ -$ 495.00$ 2,475.00$ -$ -$ -$ -$ 20h 6” diameter (15.1' to 20')LF 5 -$ -$ -$ -$ 1,130.75$ 5,653.75$ -$ -$ -$ -$ 20i 8” diameter (0' to 5')LF 50 -$ -$ -$ -$ 209.00$ 10,450.00$ -$ -$ -$ -$ 20j 8” diameter (5.1' to 10')LF 50 -$ -$ -$ -$ 365.75$ 18,287.50$ -$ -$ -$ -$ 20k 8” diameter (10.1' to 15')LF 10 -$ -$ -$ -$ 497.75$ 4,977.50$ -$ -$ -$ -$ 20l 8” diameter (15.1' to 20')LF 10 -$ -$ -$ -$ 1,114.25$ 11,142.50$ -$ -$ -$ -$ 20m 10” diameter (0' to 5')LF 100 -$ -$ -$ -$ 211.75$ 21,175.00$ -$ -$ -$ -$ 20n 10” diameter (5.1' to 10')LF 100 -$ -$ -$ -$ 368.50$ 36,850.00$ -$ -$ -$ -$ 20o 10” diameter (10.1' to 15')LF 5 -$ -$ -$ -$ 484.00$ 2,420.00$ -$ -$ -$ -$ 20p 10” diameter (15.1' to 20')LF 5 -$ -$ -$ -$ 1,117.00$ 5,585.00$ -$ -$ -$ -$ 20q 12” diameter (0' to 5')LF 500 -$ -$ -$ -$ 217.25$ 108,625.00$ -$ -$ -$ -$ 20r 12” diameter (5.1' to 10')LF 500 -$ -$ -$ -$ 354.75$ 177,375.00$ -$ -$ -$ -$ 20s 12” diameter (10.1' to 15')LF 250 -$ -$ -$ -$ 486.75$ 121,687.50$ -$ -$ -$ -$ 20t 12” diameter (15.1' to 20')LF 100 -$ -$ -$ -$ 1,122.00$ 112,200.00$ -$ -$ -$ -$ 20u 14”/15" diameter (0' to 5')LF 5 -$ -$ -$ -$ 225.50$ 1,127.50$ -$ -$ -$ -$ 20v 14”/15" diameter (5.1' to 10')LF 5 -$ -$ -$ -$ 365.75$ 1,828.75$ -$ -$ -$ -$ 20w 14”/15" diameter (10.1' to 15')LF 5 -$ -$ -$ -$ 495.00$ 2,475.00$ -$ -$ -$ -$ 20x 14”/15" diameter (15.1' to 20')LF 5 -$ -$ -$ -$ 1,130.75$ 5,653.75$ -$ -$ -$ -$ 20y 16”/18" diameter (0' to 5')LF 5 -$ -$ -$ -$ 294.25$ 1,471.25$ -$ -$ -$ -$ 20z 16”/18" diameter (5.1' to 10')LF 5 -$ -$ -$ -$ 371.25$ 1,856.25$ -$ -$ -$ -$ 20aa 16”/18" diameter (10.1' to 15')LF 5 -$ -$ -$ -$ 503.25$ 2,516.25$ -$ -$ -$ -$ 20bb 16”/18" diameter (15.1' to 20')LF 5 -$ -$ -$ -$ 1,136.25$ 5,681.25$ -$ -$ -$ -$ 20cc 20”/21" diameter (0' to 5')LF 5 -$ -$ -$ -$ 247.50$ 1,237.50$ -$ -$ -$ -$ 20dd 20”/21" diameter (5.1' to 10')LF 5 -$ -$ -$ -$ 385.00$ 1,925.00$ -$ -$ -$ -$ 20ee 20”/21" diameter (10.1' to 15')LF 5 -$ -$ -$ -$ 517.00$ 2,585.00$ -$ -$ -$ -$ 20ff 20”/21" diameter (15.1' to 20')LF 5 -$ -$ -$ -$ 1,152.75$ 5,763.75$ -$ -$ -$ -$ 20gg 24” diameter (0' to 5')LF 5 -$ -$ -$ -$ 297.00$ 1,485.00$ -$ -$ -$ -$ 20hh 24” diameter (5.1' to 10')LF 5 -$ -$ -$ -$ 448.25$ 2,241.25$ -$ -$ -$ -$ 20ii 24” diameter (10.1' to 15')LF 5 -$ -$ -$ -$ 596.75$ 2,983.75$ -$ -$ -$ -$ 20jj 24” diameter (15.1' to 20')LF 5 -$ -$ -$ -$ 1,271.00$ 6,355.00$ -$ -$ -$ -$ 20kk 30” diameter (0' to 5')LF 5 -$ -$ -$ -$ 352.00$ 1,760.00$ -$ -$ -$ -$ 20ll 30” diameter (5.1' to 10')LF 5 -$ -$ -$ -$ 503.25$ 2,516.25$ -$ -$ -$ -$ 20mm 30” diameter (10.1' to 15')LF 5 -$ -$ -$ -$ 651.75$ 3,258.75$ -$ -$ -$ -$ Page 11 of 22 DBE Y/N DBE Y/N DBE Y/N DBE Y/N DBE Y/N Engineered Spray Solutions, LLC 1306 Banana Rd Lakeland, FL 33810 Inliner Solutions, LLC 2531 Jewett Ln Sanford, FL 32771 Rowland Inc. 6855 102nd Ave N. Pinellas Park, FL 33782 USSI, LLC 752 Commerce Drive Suite 15 Venice, FL 34292 Insituform Technologies, LLC 580 Goddard Avenue Chesterfield, MO 63005 20nn 30” diameter (15.1' to 20')LF 5 -$ -$ -$ -$ 1,323.25$ 6,616.25$ -$ -$ -$ -$ 20oo 36” diameter (0' to 5')LF 5 -$ -$ -$ -$ 409.75$ 2,048.75$ -$ -$ -$ -$ 20pp 36” diameter (5.1' to 10')LF 5 -$ -$ -$ -$ 561.00$ 2,805.00$ -$ -$ -$ -$ 20qq 36” diameter (10.1' to 15')LF 5 -$ -$ -$ -$ 709.50$ 3,547.50$ -$ -$ -$ -$ 20rr 36” diameter (15.1' to 20')LF 5 -$ -$ -$ -$ 1,287.50$ 6,437.50$ -$ -$ -$ -$ Force Main PVC Force Main (Inclusive of all Labor, Material, and Associated Restraints) 21a 4” diameter (0' to 5')LF 25 -$ -$ -$ -$ 499.13$ 12,478.25$ -$ -$ -$ -$ 21b 4” diameter (5.1' to 10')LF 5 -$ -$ -$ -$ 831.88$ 4,159.40$ -$ -$ -$ -$ 21c 4” diameter (10.1' to 15')LF 5 -$ -$ -$ -$ 1,151.32$ 5,756.60$ -$ -$ -$ -$ 21d 4” diameter (15.1' to 20')LF 5 -$ -$ -$ -$ 1,899.83$ 9,499.15$ -$ -$ -$ -$ 21e 6” diameter (0' to 5')LF 25 -$ -$ -$ -$ 499.13$ 12,478.25$ -$ -$ -$ -$ 21f 6” diameter (5.1' to 10')LF 25 -$ -$ -$ -$ 838.53$ 20,963.25$ -$ -$ -$ -$ 21g 6” diameter (10.1' to 15')LF 5 -$ -$ -$ -$ 1,197.90$ 5,989.50$ -$ -$ -$ -$ 21h 6” diameter (15.1' to 20')LF 5 -$ -$ -$ -$ 1,946.42$ 9,732.10$ -$ -$ -$ -$ 21i 8” diameter (0' to 5')LF 50 -$ -$ -$ -$ 505.78$ 25,289.00$ -$ -$ -$ -$ 21j 8” diameter (5.1' to 10')LF 50 -$ -$ -$ -$ 885.12$ 44,256.00$ -$ -$ -$ -$ 21k 8” diameter (10.1' to 15')LF 10 -$ -$ -$ -$ 1,204.56$ 12,045.60$ -$ -$ -$ -$ 21l 8” diameter (15.1' to 20')LF 10 -$ -$ -$ -$ 1,906.49$ 19,064.90$ -$ -$ -$ -$ 21m 10” diameter (0' to 5')LF 100 -$ -$ -$ -$ 512.44$ 51,244.00$ -$ -$ -$ -$ 21n 10” diameter (5.1' to 10')LF 100 -$ -$ -$ -$ 891.77$ 89,177.00$ -$ -$ -$ -$ 21o 10” diameter (10.1' to 15')LF 5 -$ -$ -$ -$ 1,171.28$ 5,856.40$ -$ -$ -$ -$ 21p 10” diameter (15.1' to 20')LF 5 -$ -$ -$ -$ 1,913.14$ 9,565.70$ -$ -$ -$ -$ 21q 12” diameter (0' to 5')LF 500 -$ -$ -$ -$ 525.75$ 262,875.00$ -$ -$ -$ -$ 21r 12” diameter (5.1' to 10')LF 500 -$ -$ -$ -$ 858.50$ 429,250.00$ -$ -$ -$ -$ 21s 12” diameter (10.1' to 15')LF 250 -$ -$ -$ -$ 1,177.94$ 294,485.00$ -$ -$ -$ -$ 21t 12” diameter (15.1' to 20')LF 100 -$ -$ -$ -$ 1,826.45$ 182,645.00$ -$ -$ -$ -$ 21u 14”/15" diameter (0' to 5')LF 5 -$ -$ -$ -$ 545.71$ 2,728.55$ -$ -$ -$ -$ 21v 14”/15" diameter (5.1' to 10')LF 5 -$ -$ -$ -$ 885.12$ 4,425.60$ -$ -$ -$ -$ 21w 14”/15" diameter (10.1' to 15')LF 5 -$ -$ -$ -$ 1,197.90$ 5,989.50$ -$ -$ -$ -$ 21x 14”/15" diameter (15.1' to 20')LF 5 -$ -$ -$ -$ 1,946.42$ 9,732.10$ -$ -$ -$ -$ 21y 16”/18" diameter (0' to 5')LF 5 -$ -$ -$ -$ 712.09$ 3,560.45$ -$ -$ -$ -$ 21z 16”/18" diameter (5.1' to 10')LF 5 -$ -$ -$ -$ 898.43$ 4,492.15$ -$ -$ -$ -$ 21aa 16”/18" diameter (10.1' to 15')LF 5 -$ -$ -$ -$ 1,217.87$ 6,089.35$ -$ -$ -$ -$ 21bb 16”/18" diameter (15.1' to 20')LF 5 -$ -$ -$ -$ 1,959.73$ 9,798.65$ -$ -$ -$ -$ 21cc 20”/21" diameter (0' to 5')LF 5 -$ -$ -$ -$ 598.95$ 2,994.75$ -$ -$ -$ -$ 21dd 20”/21" diameter (5.1' to 10')LF 5 -$ -$ -$ -$ 931.70$ 4,658.50$ -$ -$ -$ -$ 21ee 20”/21" diameter (10.1' to 15')LF 5 -$ -$ -$ -$ 1,251.14$ 6,255.70$ -$ -$ -$ -$ 21ff 20”/21" diameter (15.1' to 20')LF 5 -$ -$ -$ -$ 1,999.66$ 9,998.30$ -$ -$ -$ -$ 21gg 24” diameter (0' to 5')LF 5 -$ -$ -$ -$ 718.74$ 3,593.70$ -$ -$ -$ -$ 21hh 24” diameter (5.1' to 10')LF 5 -$ -$ -$ -$ 1,084.77$ 5,423.85$ -$ -$ -$ -$ 21ii 24” diameter (10.1' to 15')LF 5 -$ -$ -$ -$ 1,444.14$ 7,220.70$ -$ -$ -$ -$ Page 12 of 22 DBE Y/N DBE Y/N DBE Y/N DBE Y/N DBE Y/N Engineered Spray Solutions, LLC 1306 Banana Rd Lakeland, FL 33810 Inliner Solutions, LLC 2531 Jewett Ln Sanford, FL 32771 Rowland Inc. 6855 102nd Ave N. Pinellas Park, FL 33782 USSI, LLC 752 Commerce Drive Suite 15 Venice, FL 34292 Insituform Technologies, LLC 580 Goddard Avenue Chesterfield, MO 63005 21jj 24” diameter (15.1' to 20')LF 5 -$ -$ -$ -$ 2,285.82$ 11,429.10$ -$ -$ -$ -$ 21kk 30” diameter (0' to 5')LF 5 -$ -$ -$ -$ 851.84$ 4,259.20$ -$ -$ -$ -$ 21ll 30” diameter (5.1' to 10')LF 5 -$ -$ -$ -$ 1,217.87$ 6,089.35$ -$ -$ -$ -$ 21mm 30” diameter (10.1' to 15')LF 5 -$ -$ -$ -$ 1,577.24$ 7,886.20$ -$ -$ -$ -$ 21nn 30” diameter (15.1' to 20')LF 5 -$ -$ -$ -$ 2,412.27$ 12,061.35$ -$ -$ -$ -$ 21oo 36” diameter (0' to 5')LF 5 -$ -$ -$ -$ 991.60$ 4,958.00$ -$ -$ -$ -$ 21pp 36” diameter (5.1' to 10')LF 5 -$ -$ -$ -$ 1,357.62$ 6,788.10$ -$ -$ -$ -$ 21qq 36” diameter (10.1' to 15')LF 5 -$ -$ -$ -$ 1,716.99$ 8,584.95$ -$ -$ -$ -$ 21rr 36” diameter (15.1' to 20')LF 5 -$ -$ -$ -$ 2,325.75$ 11,628.75$ -$ -$ -$ -$ DUCTILE IRON (Inclusive of all Labor, Material, and Associated Restraints)22a 4” diameter (0' to 5')LF 5 -$ -$ -$ -$ 559.02$ 2,795.10$ -$ -$ -$ -$ 22b 4” diameter (5.1' to 10')LF 5 -$ -$ -$ -$ 891.77$ 4,458.85$ -$ -$ -$ -$ 22c 4” diameter (10.1' to 15')LF 5 -$ -$ -$ -$ 1,157.97$ 5,789.85$ -$ -$ -$ -$ 22d 4” diameter (15.1' to 20')LF 5 -$ -$ -$ -$ 1,859.90$ 9,299.50$ -$ -$ -$ -$ 22e 6” diameter (0' to 5')LF 25 -$ -$ -$ -$ 545.71$ 13,642.75$ -$ -$ -$ -$ 22f 6” diameter (5.1' to 10')LF 25 -$ -$ -$ -$ 878.46$ 21,961.50$ -$ -$ -$ -$ 22g 6” diameter (10.1' to 15')LF 5 -$ -$ -$ -$ 1,191.25$ 5,956.25$ -$ -$ -$ -$ 22h 6” diameter (15.1' to 20')LF 5 -$ -$ -$ -$ 1,919.80$ 9,599.00$ -$ -$ -$ -$ 22i 8” diameter (0' to 5')LF 50 -$ -$ -$ -$ 565.68$ 28,284.00$ -$ -$ -$ -$ 22j 8” diameter (5.1' to 10')LF 50 -$ -$ -$ -$ 898.43$ 44,921.50$ -$ -$ -$ -$ 22k 8” diameter (10.1' to 15')LF 10 -$ -$ -$ -$ 1,177.94$ 11,779.40$ -$ -$ -$ -$ 22l 8” diameter (15.1' to 20')LF 10 -$ -$ -$ -$ 1,966.38$ 19,663.80$ -$ -$ -$ -$ 22m 10” diameter (0' to 5')LF 100 -$ -$ -$ -$ 752.02$ 75,202.00$ -$ -$ -$ -$ 22n 10” diameter (5.1' to 10')LF 100 -$ -$ -$ -$ 785.29$ 78,529.00$ -$ -$ -$ -$ 22o 10” diameter (10.1' to 15')LF 5 -$ -$ -$ -$ 1,237.83$ 6,189.15$ -$ -$ -$ -$ 22p 10” diameter (15.1' to 20')LF 5 -$ -$ -$ -$ 1,986.35$ 9,931.75$ -$ -$ -$ -$ 22q 12” diameter (0' to 5')LF 500 -$ -$ -$ -$ 605.61$ 302,805.00$ -$ -$ -$ -$ 22r 12” diameter (5.1' to 10')LF 500 -$ -$ -$ -$ 938.36$ 469,180.00$ -$ -$ -$ -$ 22s 12” diameter (10.1' to 15')LF 250 -$ -$ -$ -$ 1,104.73$ 276,182.50$ -$ -$ -$ -$ 22t 12” diameter (15.1' to 20')LF 100 -$ -$ -$ -$ 1,796.31$ 179,631.00$ -$ -$ -$ -$ 22u 14”/15" diameter (0' to 5')LF 5 -$ -$ -$ -$ 632.23$ 3,161.15$ -$ -$ -$ -$ 22v 14”/15" diameter (5.1' to 10')LF 5 -$ -$ -$ -$ 964.98$ 4,824.90$ -$ -$ -$ -$ 22w 14”/15" diameter (10.1' to 15')LF 5 -$ -$ -$ -$ 1,277.76$ 6,388.80$ -$ -$ -$ -$ 22x 14”/15" diameter (15.1' to 20')LF 5 -$ -$ -$ -$ 2,032.93$ 10,164.65$ -$ -$ -$ -$ 22y 16”/18" diameter (0' to 5')LF 5 -$ -$ -$ -$ 678.81$ 3,394.05$ -$ -$ -$ -$ 22z 16”/18" diameter (5.1' to 10')LF 5 -$ -$ -$ -$ 798.60$ 3,993.00$ -$ -$ -$ -$ 22aa 16”/18" diameter (10.1' to 15')LF 5 -$ -$ -$ -$ 838.53$ 4,192.65$ -$ -$ -$ -$ 22bb 16”/18" diameter (15.1' to 20')LF 5 -$ -$ -$ -$ 2,072.86$ 10,364.30$ -$ -$ -$ -$ 22cc 20”/21" diameter (0' to 5')LF 5 -$ -$ -$ -$ 692.12$ 3,460.60$ -$ -$ -$ -$ 22dd 20”/21" diameter (5.1' to 10')LF 5 -$ -$ -$ -$ 1,024.87$ 5,124.35$ -$ -$ -$ -$ 22ee 20”/21" diameter (10.1' to 15')LF 5 -$ -$ -$ -$ 1,331.00$ 6,655.00$ -$ -$ -$ -$ 22ff 20”/21" diameter (15.1' to 20')LF 5 -$ -$ -$ -$ 2,092.83$ 10,464.15$ -$ -$ -$ -$ Page 13 of 22 DBE Y/N DBE Y/N DBE Y/N DBE Y/N DBE Y/N Engineered Spray Solutions, LLC 1306 Banana Rd Lakeland, FL 33810 Inliner Solutions, LLC 2531 Jewett Ln Sanford, FL 32771 Rowland Inc. 6855 102nd Ave N. Pinellas Park, FL 33782 USSI, LLC 752 Commerce Drive Suite 15 Venice, FL 34292 Insituform Technologies, LLC 580 Goddard Avenue Chesterfield, MO 63005 22gg 24” diameter (0' to 5')LF 5 -$ -$ -$ -$ 811.91$ 4,059.55$ -$ -$ -$ -$ 22hh 24” diameter (5.1' to 10')LF 5 -$ -$ -$ -$ 1,177.94$ 5,889.70$ -$ -$ -$ -$ 22ii 24” diameter (10.1' to 15')LF 5 -$ -$ -$ -$ 1,537.31$ 7,686.55$ -$ -$ -$ -$ 22jj 24” diameter (15.1' to 20')LF 5 -$ -$ -$ -$ 2,378.99$ 11,894.95$ -$ -$ -$ -$ 22kk 30” diameter (0' to 5')LF 5 -$ -$ -$ -$ 898.43$ 4,492.15$ -$ -$ -$ -$ 22ll 30” diameter (5.1' to 10')LF 5 -$ -$ -$ -$ 1,264.45$ 6,322.25$ -$ -$ -$ -$ 22mm 30” diameter (10.1' to 15')LF 5 -$ -$ -$ -$ 1,623.82$ 8,119.10$ -$ -$ -$ -$ 22nn 30” diameter (15.1' to 20')LF 5 -$ -$ -$ -$ 2,465.51$ 12,327.55$ -$ -$ -$ -$ 22oo 36” diameter (0' to 5')LF 5 -$ -$ -$ -$ 991.60$ 4,958.00$ -$ -$ -$ -$ 22pp 36” diameter (5.1' to 10')LF 5 -$ -$ -$ -$ 1,357.62$ 6,788.10$ -$ -$ -$ -$ 22qq 36” diameter (10.1' to 15')LF 5 -$ -$ -$ -$ 1,716.99$ 8,584.95$ -$ -$ -$ -$ 22rr 36” diameter (15.1' to 20')LF 5 -$ -$ -$ -$ 2,558.68$ 12,793.40$ -$ -$ -$ -$ HDPE (Inclusive of all Labor, Material, and Associated Restraints) 23a 4” diameter (0' to 5')LF 5 -$ -$ -$ -$ 206.25$ 1,031.25$ -$ -$ -$ -$ 23b 4” diameter (5.1' to 10')LF 5 -$ -$ -$ -$ 343.75$ 1,718.75$ -$ -$ -$ -$ 23c 4” diameter (10.1' to 15')LF 5 -$ -$ -$ -$ 475.75$ 2,378.75$ -$ -$ -$ -$ 23d 4” diameter (15.1' to 20')LF 5 -$ -$ -$ -$ 1,111.50$ 5,557.50$ -$ -$ -$ -$ 23e 6” diameter (0' to 5')LF 25 -$ -$ -$ -$ 206.25$ 5,156.25$ -$ -$ -$ -$ 23f 6” diameter (5.1' to 10')LF 25 -$ -$ -$ -$ 346.50$ 8,662.50$ -$ -$ -$ -$ 23g 6” diameter (10.1' to 15')LF 5 -$ -$ -$ -$ 495.00$ 2,475.00$ -$ -$ -$ -$ 23h 6” diameter (15.1' to 20')LF 5 -$ -$ -$ -$ 1,130.75$ 5,653.75$ -$ -$ -$ -$ 23i 8” diameter (0' to 5')LF 50 -$ -$ -$ -$ 209.00$ 10,450.00$ -$ -$ -$ -$ 23j 8” diameter (5.1' to 10')LF 50 -$ -$ -$ -$ 365.75$ 18,287.50$ -$ -$ -$ -$ 23k 8” diameter (10.1' to 15')LF 10 -$ -$ -$ -$ 497.75$ 4,977.50$ -$ -$ -$ -$ 23l 8” diameter (15.1' to 20')LF 10 -$ -$ -$ -$ 1,114.25$ 11,142.50$ -$ -$ -$ -$ 23m 10” diameter (0' to 5')LF 100 -$ -$ -$ -$ 211.75$ 21,175.00$ -$ -$ -$ -$ 23n 10” diameter (5.1' to 10')LF 100 -$ -$ -$ -$ 368.50$ 36,850.00$ -$ -$ -$ -$ 23o 10” diameter (10.1' to 15')LF 5 -$ -$ -$ -$ 484.00$ 2,420.00$ -$ -$ -$ -$ 23p 10” diameter (15.1' to 20')LF 5 -$ -$ -$ -$ 1,117.00$ 5,585.00$ -$ -$ -$ -$ 23q 12” diameter (0' to 5')LF 500 -$ -$ -$ -$ 217.25$ 108,625.00$ -$ -$ -$ -$ 23r 12” diameter (5.1' to 10')LF 500 -$ -$ -$ -$ 354.75$ 177,375.00$ -$ -$ -$ -$ 23s 12” diameter (10.1' to 15')LF 250 -$ -$ -$ -$ 486.75$ 121,687.50$ -$ -$ -$ -$ 23t 12” diameter (15.1' to 20')LF 100 -$ -$ -$ -$ 1,122.00$ 112,200.00$ -$ -$ -$ -$ 23u 14”/15" diameter (0' to 5')LF 5 -$ -$ -$ -$ 225.50$ 1,127.50$ -$ -$ -$ -$ 23v 14”/15" diameter (5.1' to 10')LF 5 -$ -$ -$ -$ 365.75$ 1,828.75$ -$ -$ -$ -$ 23w 14”/15" diameter (10.1' to 15')LF 5 -$ -$ -$ -$ 495.00$ 2,475.00$ -$ -$ -$ -$ 23x 14”/15" diameter (15.1' to 20')LF 5 -$ -$ -$ -$ 1,130.75$ 5,653.75$ -$ -$ -$ -$ 23y 16”/18" diameter (0' to 5')LF 5 -$ -$ -$ -$ 294.25$ 1,471.25$ -$ -$ -$ -$ 23z 16”/18" diameter (5.1' to 10')LF 5 -$ -$ -$ -$ 371.25$ 1,856.25$ -$ -$ -$ -$ 23aa 16”/18" diameter (10.1' to 15')LF 5 -$ -$ -$ -$ 503.25$ 2,516.25$ -$ -$ -$ -$ 23bb 16”/18" diameter (15.1' to 20')LF 5 -$ -$ -$ -$ 1,136.25$ 5,681.25$ -$ -$ -$ -$ 23cc 20”/21" diameter (0' to 5')LF 5 -$ -$ -$ -$ 247.50$ 1,237.50$ -$ -$ -$ -$ Page 14 of 22 DBE Y/N DBE Y/N DBE Y/N DBE Y/N DBE Y/N Engineered Spray Solutions, LLC 1306 Banana Rd Lakeland, FL 33810 Inliner Solutions, LLC 2531 Jewett Ln Sanford, FL 32771 Rowland Inc. 6855 102nd Ave N. Pinellas Park, FL 33782 USSI, LLC 752 Commerce Drive Suite 15 Venice, FL 34292 Insituform Technologies, LLC 580 Goddard Avenue Chesterfield, MO 63005 23dd 20”/21" diameter (5.1' to 10')LF 5 -$ -$ -$ -$ 385.00$ 1,925.00$ -$ -$ -$ -$ 23ee 20”/21" diameter (10.1' to 15')LF 5 -$ -$ -$ -$ 517.00$ 2,585.00$ -$ -$ -$ -$ 23ff 20”/21" diameter (15.1' to 20')LF 5 -$ -$ -$ -$ 1,152.75$ 5,763.75$ -$ -$ -$ -$ 23gg 24” diameter (0' to 5')LF 5 -$ -$ -$ -$ 297.00$ 1,485.00$ -$ -$ -$ -$ 23hh 24” diameter (5.1' to 10')LF 5 -$ -$ -$ -$ 448.25$ 2,241.25$ -$ -$ -$ -$ 23ii 24” diameter (10.1' to 15')LF 5 -$ -$ -$ -$ 596.75$ 2,983.75$ -$ -$ -$ -$ 23jj 24” diameter (15.1' to 20')LF 5 -$ -$ -$ -$ 1,271.00$ 6,355.00$ -$ -$ -$ -$ 23kk 30” diameter (0' to 5')LF 5 -$ -$ -$ -$ 352.00$ 1,760.00$ -$ -$ -$ -$ 23ll 30” diameter (5.1' to 10')LF 5 -$ -$ -$ -$ 503.25$ 2,516.25$ -$ -$ -$ -$ 23mm 30” diameter (10.1' to 15')LF 5 -$ -$ -$ -$ 651.75$ 3,258.75$ -$ -$ -$ -$ 23nn 30” diameter (15.1' to 20')LF 5 -$ -$ -$ -$ 1,323.25$ 6,616.25$ -$ -$ -$ -$ 23oo 36” diameter (0' to 5')LF 5 -$ -$ -$ -$ 409.75$ 2,048.75$ -$ -$ -$ -$ 23pp 36” diameter (5.1' to 10')LF 5 -$ -$ -$ -$ 561.00$ 2,805.00$ -$ -$ -$ -$ 23qq 36” diameter (10.1' to 15')LF 5 -$ -$ -$ -$ 709.50$ 3,547.50$ -$ -$ -$ -$ 23rr 36” diameter (15.1' to 20')LF 5 -$ -$ -$ -$ 1,287.50$ 6,437.50$ -$ -$ -$ -$ Force Main Pipe Bursting (Includes connection to existing upstream and downstream force mains) 24a Furnish and Install 4" HDPE Pipe Bursting, DR 11 LF 1,000 -$ -$ -$ -$ 115.50$ 115,500.00$ -$ -$ -$ -$ 24b Furnish and Install 6" HDPE Pipe Bursting, DR 11 LF 1,000 -$ -$ -$ -$ 137.50$ 137,500.00$ -$ -$ -$ -$ 24c Furnish and Install 8" HDPE Pipe Bursting, DR 11 LF 1,000 -$ -$ -$ -$ 154.00$ 154,000.00$ -$ -$ -$ -$ 24d Furnish and Install 10" HDPE Pipe Bursting, DR 11 LF 500 -$ -$ -$ -$ 181.50$ 90,750.00$ -$ -$ -$ -$ 24e Furnish and Install 12" HDPE Pipe Bursting, DR 11 LF 1,000 -$ -$ -$ -$ 203.50$ 203,500.00$ -$ -$ -$ -$ 24f Furnish and Install 16" HDPE Pipe Bursting, DR 11 LF 1,000 -$ -$ -$ -$ 293.70$ 293,700.00$ -$ -$ -$ -$ 24g Furnish and Install 20" HDPE Pipe Bursting, DR 11 LF 1,000 -$ -$ -$ -$ 319.00$ 319,000.00$ -$ -$ -$ -$ 24h Furnish and Install 24" HDPE Pipe Bursting, DR 11 LF 500 -$ -$ -$ -$ 390.50$ 195,250.00$ -$ -$ -$ -$ 24i Furnish and Install 30" HDPE Pipe Bursting, DR 11 LF 500 -$ -$ -$ -$ 577.50$ 288,750.00$ -$ -$ -$ -$ Gravity Main Pipe Bursting (Includes connection to existing upstream and downstream gravity main or manhole) 25a Furnish and Install 8" HDPE Pipe Bursting, to replace 6" or 8" gravity main LF 2,000 -$ -$ -$ -$ 165.00$ 330,000.00$ -$ -$ -$ -$ 25b Furnish and Install 10" HDPE Sanitary Sewer Mains LF 500 -$ -$ -$ -$ 192.50$ 96,250.00$ -$ -$ -$ -$ 25c Furnish and Install 12" HDPE Sanitary Sewer Mains LF 1,000 -$ -$ -$ -$ 220.00$ 220,000.00$ -$ -$ -$ -$ 25d Furnish and Install 15" HDPE Sanitary Sewer Mains LF 100 -$ -$ -$ -$ 258.50$ 25,850.00$ -$ -$ -$ -$ 25e Furnish and Install 18" HDPE Sanitary Sewer Mains LF 1,000 -$ -$ -$ -$ 286.00$ 286,000.00$ -$ -$ -$ -$ 25f Furnish and Install 20" HDPE Sanitary Sewer Mains LF 100 -$ -$ -$ -$ 357.50$ 35,750.00$ -$ -$ -$ -$ 25g Furnish and Install 24" HDPE Sanitary Sewer Mains LF 1,000 -$ -$ -$ -$ 412.50$ 412,500.00$ -$ -$ -$ -$ 25h Furnish and Install 30" HDPE Sanitary Sewer Mains LF 250 -$ -$ -$ -$ 605.00$ 151,250.00$ -$ -$ -$ -$ 25i Furnish and Install 36" HDPE Sanitary Sewer Mains LF 200 -$ -$ -$ -$ 715.00$ 143,000.00$ -$ -$ -$ -$ Ductile Iron Fittings (Tees, Crosses, 90, 45, 22.5, 11.25, Sleeve, and inclusive all necessary restraints) (Protecto 401 Lined) 26a 4” diameter TON 3.00 -$ -$ -$ -$ 70,369.19$ 211,107.57$ -$ -$ -$ -$ 26b 6" diameter TON 3.00 -$ -$ -$ -$ 66,603.92$ 199,811.76$ -$ -$ -$ -$ 26c 8" diameter TON 3.00 -$ -$ -$ -$ 69,164.10$ 207,492.30$ -$ -$ -$ -$ 26d 10" diameter TON 3.00 -$ -$ -$ -$ 66,709.94$ 200,129.82$ -$ -$ -$ -$ 26e 12" diameter TON 3.00 -$ -$ -$ -$ 61,378.55$ 184,135.65$ -$ -$ -$ -$ Page 15 of 22 DBE Y/N DBE Y/N DBE Y/N DBE Y/N DBE Y/N Engineered Spray Solutions, LLC 1306 Banana Rd Lakeland, FL 33810 Inliner Solutions, LLC 2531 Jewett Ln Sanford, FL 32771 Rowland Inc. 6855 102nd Ave N. Pinellas Park, FL 33782 USSI, LLC 752 Commerce Drive Suite 15 Venice, FL 34292 Insituform Technologies, LLC 580 Goddard Avenue Chesterfield, MO 63005 26f 14" diameter TON 3.00 -$ -$ -$ -$ 57,227.88$ 171,683.64$ -$ -$ -$ -$ 26g 16" diameter TON 3.00 -$ -$ -$ -$ 56,921.49$ 170,764.47$ -$ -$ -$ -$ 26h 18" diameter TON 3.00 -$ -$ -$ -$ 49,693.96$ 149,081.88$ -$ -$ -$ -$ 26i 20" diameter TON 3.00 -$ -$ -$ -$ 51,244.87$ 153,734.61$ -$ -$ -$ -$ 26j 24" diameter TON 3.00 -$ -$ -$ -$ 53,209.95$ 159,629.85$ -$ -$ -$ -$ 26k 30" diameter TON 3.00 -$ -$ -$ -$ 47,866.34$ 143,599.02$ -$ -$ -$ -$ 26l 36" diameter TON 3.00 -$ -$ -$ -$ 51,028.19$ 153,084.57$ -$ -$ -$ -$ Water main replacement (Incidental to Sewer Repair) PVC (Inclusive of all Labor, Material, and Associated Restraints) 27a 4” diameter LF 50 -$ -$ -$ -$ 572.00$ 28,600.00$ -$ -$ -$ -$ 27b 6” diameter LF 50 -$ -$ -$ -$ 577.50$ 28,875.00$ -$ -$ -$ -$ 27c 8” diameter LF 50 -$ -$ -$ -$ 610.50$ 30,525.00$ -$ -$ -$ -$ 27d 10” diameter LF 50 -$ -$ -$ -$ 616.00$ 30,800.00$ -$ -$ -$ -$ 27e 12” diameter LF 50 -$ -$ -$ -$ 594.00$ 29,700.00$ -$ -$ -$ -$ 27f 14” diameter LF 10 -$ -$ -$ -$ 610.50$ 6,105.00$ -$ -$ -$ -$ 27g 18” diameter LF 10 -$ -$ -$ -$ 616.00$ 6,160.00$ -$ -$ -$ -$ 27h 20” diameter LF 10 -$ -$ -$ -$ 643.50$ 6,435.00$ -$ -$ -$ -$ 27i 24” diameter LF 10 -$ -$ -$ -$ 748.00$ 7,480.00$ -$ -$ -$ -$ 27j 30” diameter LF 10 -$ -$ -$ -$ 836.00$ 8,360.00$ -$ -$ -$ -$ 27k 36” diameter LF 10 -$ -$ -$ -$ 935.00$ 9,350.00$ -$ -$ -$ -$ DUCTILE IRON (Inclusive of all Labor, Material, and Associated Restraints) 28a 4” diameter LF 10 -$ -$ -$ -$ 605.00$ 6,050.00$ -$ -$ -$ -$ 28b 6” diameter LF 25 -$ -$ -$ -$ 616.00$ 15,400.00$ -$ -$ -$ -$ 28c 8” diameter LF 50 -$ -$ -$ -$ 621.50$ 31,075.00$ -$ -$ -$ -$ 28d 10” diameter LF 10 -$ -$ -$ -$ 632.50$ 6,325.00$ -$ -$ -$ -$ 28e 12” diameter LF 10 -$ -$ -$ -$ 649.00$ 6,490.00$ -$ -$ -$ -$ 28f 14” diameter LF 5 -$ -$ -$ -$ 665.50$ 3,327.50$ -$ -$ -$ -$ 28g 18” diameter LF 5 -$ -$ -$ -$ 693.00$ 3,465.00$ -$ -$ -$ -$ 28h 20” diameter LF 5 -$ -$ -$ -$ 704.00$ 3,520.00$ -$ -$ -$ -$ 28i 24” diameter LF 5 -$ -$ -$ -$ 814.00$ 4,070.00$ -$ -$ -$ -$ 28j 30” diameter LF 5 -$ -$ -$ -$ 869.00$ 4,345.00$ -$ -$ -$ -$ 28k 36” diameter LF 5 -$ -$ -$ -$ 935.00$ 4,675.00$ -$ -$ -$ -$ HDPE (Inclusive of all Labor, Material, and Associated Restraints) 29a 4” diameter LF 10 -$ -$ -$ -$ 155.00$ 1,550.00$ -$ -$ -$ -$ 29b 6” diameter LF 25 -$ -$ -$ -$ 155.00$ 3,875.00$ -$ -$ -$ -$ 29c 8” diameter LF 50 -$ -$ -$ -$ 157.00$ 7,850.00$ -$ -$ -$ -$ 29d 10” diameter LF 10 -$ -$ -$ -$ 257.00$ 2,570.00$ -$ -$ -$ -$ 29e 12” diameter LF 10 -$ -$ -$ -$ 257.00$ 2,570.00$ -$ -$ -$ -$ 29f 14” diameter LF 5 -$ -$ -$ -$ 257.00$ 1,285.00$ -$ -$ -$ -$ 29g 18” diameter LF 5 -$ -$ -$ -$ 260.00$ 1,300.00$ -$ -$ -$ -$ 29h 20” diameter LF 5 -$ -$ -$ -$ 262.00$ 1,310.00$ -$ -$ -$ -$ 29i 24” diameter LF 5 -$ -$ -$ -$ 267.00$ 1,335.00$ -$ -$ -$ -$ Page 16 of 22 DBE Y/N DBE Y/N DBE Y/N DBE Y/N DBE Y/N Engineered Spray Solutions, LLC 1306 Banana Rd Lakeland, FL 33810 Inliner Solutions, LLC 2531 Jewett Ln Sanford, FL 32771 Rowland Inc. 6855 102nd Ave N. Pinellas Park, FL 33782 USSI, LLC 752 Commerce Drive Suite 15 Venice, FL 34292 Insituform Technologies, LLC 580 Goddard Avenue Chesterfield, MO 63005 29j 30” diameter LF 5 -$ -$ -$ -$ 272.00$ 1,360.00$ -$ -$ -$ -$ 29k 36” diameter LF 5 -$ -$ -$ -$ 284.00$ 1,420.00$ -$ -$ -$ -$ Ductile Iron Fittings (Tees, Crosses, 90, 45, 22.5, 11.25, Sleeve, and inclusive all necessary restraints) (Cement Lined) 30a 4” diameter TON 1.00 -$ -$ -$ -$ 36,846.77$ 36,846.77$ -$ -$ -$ -$ 30b 6" diameter TON 1.00 -$ -$ -$ -$ 34,442.05$ 34,442.05$ -$ -$ -$ -$ 30c 8" diameter TON 1.00 -$ -$ -$ -$ 19,784.00$ 19,784.00$ -$ -$ -$ -$ 30d 10" diameter TON 1.00 -$ -$ -$ -$ 38,069.17$ 38,069.17$ -$ -$ -$ -$ 30e 12" diameter TON 1.00 -$ -$ -$ -$ 34,600.46$ 34,600.46$ -$ -$ -$ -$ 30f 14" diameter TON 1.00 -$ -$ -$ -$ 35,044.48$ 35,044.48$ -$ -$ -$ -$ 30g 16" diameter TON 1.00 -$ -$ -$ -$ 35,213.94$ 35,213.94$ -$ -$ -$ -$ 30h 18" diameter TON 1.00 -$ -$ -$ -$ 33,396.93$ 33,396.93$ -$ -$ -$ -$ 30i 20" diameter TON 1.00 -$ -$ -$ -$ 33,931.25$ 33,931.25$ -$ -$ -$ -$ 30j 24" diameter TON 1.00 -$ -$ -$ -$ 36,534.09$ 36,534.09$ -$ -$ -$ -$ 30k 30" diameter TON 1.00 -$ -$ -$ -$ 34,145.96$ 34,145.96$ -$ -$ -$ -$ 30l 36" diameter TON 1.00 -$ -$ -$ -$ 36,701.11$ 36,701.11$ -$ -$ -$ -$ Reinforced Concrete Pipe (Inclusive of all Labor, Material, and Associated Restraints) 31a 12" ID LF 5 -$ -$ -$ -$ 93.50$ 467.50$ -$ -$ -$ -$ 31b 15" ID LF 5 -$ -$ -$ -$ 93.50$ 467.50$ -$ -$ -$ -$ 31c 18" ID LF 5 -$ -$ -$ -$ 99.00$ 495.00$ -$ -$ -$ -$ 31d 21" ID LF 5 -$ -$ -$ -$ 0.01$ 0.05$ -$ -$ -$ -$ 31e 24" ID LF 5 -$ -$ -$ -$ 236.50$ 1,182.50$ -$ -$ -$ -$ 31f 27" ID LF 5 -$ -$ -$ -$ 0.01$ 0.05$ -$ -$ -$ -$ 31g 30" ID LF 5 -$ -$ -$ -$ 1,650.00$ 8,250.00$ -$ -$ -$ -$ 31h 36" ID LF 5 -$ -$ -$ -$ 1,677.50$ 8,387.50$ -$ -$ -$ -$ Appurtenances Plug Valves with Valve Box (Wastewater Only) 32a 4”EA 200 -$ -$ -$ -$ 1,657.69$ 331,538.00$ -$ -$ -$ -$ 32b 6”EA 250 -$ -$ -$ -$ 2,376.92$ 594,230.00$ -$ -$ -$ -$ 32c 8”EA 500 -$ -$ -$ -$ 3,724.16$ 1,862,080.00$ -$ -$ -$ -$ 32d 10” EA 100 -$ -$ -$ -$ 6,391.95$ 639,195.00$ -$ -$ -$ -$ 32e 12” EA 50 -$ -$ -$ -$ 7,892.95$ 394,647.50$ -$ -$ -$ -$ 32f 14” EA 10 -$ -$ -$ -$ 14,396.03$ 143,960.30$ -$ -$ -$ -$ 32g 18”EA 5 -$ -$ -$ -$ 23,689.09$ 118,445.45$ -$ -$ -$ -$ 32h 20” EA 5 -$ -$ -$ -$ 31,872.22$ 159,361.10$ -$ -$ -$ -$ Gate Valves with Valve Box 33a 4”EA 200 -$ -$ -$ -$ 2,073.39$ 414,678.00$ -$ -$ -$ -$ 33b 6”EA 250 -$ -$ -$ -$ 2,531.31$ 632,827.50$ -$ -$ -$ -$ 33c 8”EA 500 -$ -$ -$ -$ 3,299.50$ 1,649,750.00$ -$ -$ -$ -$ 33d 10” EA 100 -$ -$ -$ -$ 5,836.10$ 583,610.00$ -$ -$ -$ -$ 33e 12” EA 50 -$ -$ -$ -$ 7,120.80$ 356,040.00$ -$ -$ -$ -$ 33f 14” EA 10 -$ -$ -$ -$ 18,030.92$ 180,309.20$ -$ -$ -$ -$ 33g 18”EA 5 -$ -$ -$ -$ 38,357.81$ 191,789.05$ -$ -$ -$ -$ Page 17 of 22 DBE Y/N DBE Y/N DBE Y/N DBE Y/N DBE Y/N Engineered Spray Solutions, LLC 1306 Banana Rd Lakeland, FL 33810 Inliner Solutions, LLC 2531 Jewett Ln Sanford, FL 32771 Rowland Inc. 6855 102nd Ave N. Pinellas Park, FL 33782 USSI, LLC 752 Commerce Drive Suite 15 Venice, FL 34292 Insituform Technologies, LLC 580 Goddard Avenue Chesterfield, MO 63005 33h 20” EA 5 -$ -$ -$ -$ 40,614.36$ 203,071.80$ -$ -$ -$ -$ 33i 24"EA 5 -$ -$ -$ -$ 53,348.43$ 266,742.15$ -$ -$ -$ -$ 33j Valve Box Only EA 50 -$ -$ -$ -$ 425.61$ 21,280.50$ -$ -$ -$ -$ Tapping Sleeves and Tapping Valves 34a 4”EA 25 -$ -$ -$ -$ 6,578.70$ 164,467.50$ -$ -$ -$ -$ 34b 6”EA 50 -$ -$ -$ -$ 7,915.06$ 395,753.00$ -$ -$ -$ -$ 34c 8”EA 50 -$ -$ -$ -$ 10,299.70$ 514,985.00$ -$ -$ -$ -$ 34d 10” EA 10 -$ -$ -$ -$ 17,814.56$ 178,145.60$ -$ -$ -$ -$ 34e 12” EA 25 -$ -$ -$ -$ 22,313.71$ 557,842.75$ -$ -$ -$ -$ 34f 14” EA 5 -$ -$ -$ -$ 49,373.59$ 246,867.95$ -$ -$ -$ -$ 34g 18”EA 5 -$ -$ -$ -$ 81,146.53$ 405,732.65$ -$ -$ -$ -$ 34h 20” EA 5 -$ -$ -$ -$ 94,362.42$ 471,812.10$ -$ -$ -$ -$ Linestops 35a 4”EA 10 -$ -$ -$ -$ 6,726.94$ 67,269.40$ -$ -$ -$ -$ 35b 6”EA 10 -$ -$ -$ -$ 7,143.33$ 71,433.30$ -$ -$ -$ -$ 35c 8”EA 10 -$ -$ -$ -$ 8,195.65$ 81,956.50$ -$ -$ -$ -$ 35d 10” EA 10 -$ -$ -$ -$ 11,003.39$ 110,033.90$ -$ -$ -$ -$ 35e 12” EA 10 -$ -$ -$ -$ 11,466.23$ 114,662.30$ -$ -$ -$ -$ 35f 14” EA 5 -$ -$ -$ -$ 14,685.39$ 73,426.95$ -$ -$ -$ -$ 35g 18”EA 5 -$ -$ -$ -$ 18,840.75$ 94,203.75$ -$ -$ -$ -$ 35h 20” EA 5 -$ -$ -$ -$ 19,894.11$ 99,470.55$ -$ -$ -$ -$ Repair Clamp 36a 4”EA 15 -$ -$ -$ -$ 1,406.64$ 21,099.60$ -$ -$ -$ -$ 36b 6”EA 15 -$ -$ -$ -$ 1,652.47$ 24,787.05$ -$ -$ -$ -$ 36c 8”EA 15 -$ -$ -$ -$ 2,007.52$ 30,112.80$ -$ -$ -$ -$ 36d 10” EA 15 -$ -$ -$ -$ 2,766.28$ 41,494.20$ -$ -$ -$ -$ 36e 12” EA 15 -$ -$ -$ -$ 3,255.81$ 48,837.15$ -$ -$ -$ -$ 36f 14” EA 5 -$ -$ -$ -$ 3,574.79$ 17,873.95$ -$ -$ -$ -$ 36g 18”EA 5 -$ -$ -$ -$ 4,168.84$ 20,844.20$ -$ -$ -$ -$ 36h 20” EA 5 -$ -$ -$ -$ 5,440.82$ 27,204.10$ -$ -$ -$ -$ 36i 24"EA 5 -$ -$ -$ -$ 5,715.17$ 28,575.85$ -$ -$ -$ -$ 36j 30"EA 5 -$ -$ -$ -$ 8,167.66$ 40,838.30$ -$ -$ -$ -$ 36k 36"EA 5 -$ -$ -$ -$ 8,579.19$ 42,895.95$ -$ -$ -$ -$ Fire Hydrant 37a Fire Hydrant Assembly With Valve (5-1/4")EA 20 -$ -$ -$ -$ 9,820.19$ 196,403.80$ -$ -$ -$ -$ 37b Fire Hydrant Assembly Without Valve (5-1/4")EA 10 -$ -$ -$ -$ 7,852.10$ 78,521.00$ -$ -$ -$ -$ Service Saddles (Water and RCW Only) 38a 4”EA 100 -$ -$ -$ -$ 189.00$ 18,900.00$ -$ -$ -$ -$ 38b 6”EA 150 -$ -$ -$ -$ 199.50$ 29,925.00$ -$ -$ -$ -$ 38c 8”EA 200 -$ -$ -$ -$ 241.50$ 48,300.00$ -$ -$ -$ -$ 38d 10” EA 50 -$ -$ -$ -$ 273.00$ 13,650.00$ -$ -$ -$ -$ 38e 12” EA 25 -$ -$ -$ -$ 283.50$ 7,087.50$ -$ -$ -$ -$ Page 18 of 22 DBE Y/N DBE Y/N DBE Y/N DBE Y/N DBE Y/N Engineered Spray Solutions, LLC 1306 Banana Rd Lakeland, FL 33810 Inliner Solutions, LLC 2531 Jewett Ln Sanford, FL 32771 Rowland Inc. 6855 102nd Ave N. Pinellas Park, FL 33782 USSI, LLC 752 Commerce Drive Suite 15 Venice, FL 34292 Insituform Technologies, LLC 580 Goddard Avenue Chesterfield, MO 63005 38f 14” EA 5 -$ -$ -$ -$ 315.00$ 1,575.00$ -$ -$ -$ -$ 38g 18”EA 5 -$ -$ -$ -$ 430.50$ 2,152.50$ -$ -$ -$ -$ 38h 20” EA 5 -$ -$ -$ -$ 483.00$ 2,415.00$ -$ -$ -$ -$ Trenchless Pipeline Installation (Wastewater and Water/Reclaimed Water Piping Incidental to Sewer Repair) Directional Drill 39a Furnish and Install 4" HDPE by directional drill, DR 11 with Transitional Ends LF 1,000 -$ -$ -$ -$ 70.75$ 70,750.00$ -$ -$ -$ -$ 39b Furnish and Install 6" HDPE by directional drill, DR 11 with Transitional Ends LF 1,000 -$ -$ -$ -$ 96.00$ 96,000.00$ -$ -$ -$ -$ 39c Furnish and Install 8" HDPE by directional drill, DR 11 with Transitional Ends LF 1,000 -$ -$ -$ -$ 118.00$ 118,000.00$ -$ -$ -$ -$ 39d Furnish and Install 10" HDPE by directional drill, DR 11 with Transitional Ends LF 500 -$ -$ -$ -$ 135.00$ 67,500.00$ -$ -$ -$ -$ 39e Furnish and Install 12" HDPE by directional drill, DR 11 with Transitional Ends LF 1,000 -$ -$ -$ -$ 191.00$ 191,000.00$ -$ -$ -$ -$ 39f Furnish and Install 16" HDPE by directional drill, DR 11 with Transitional Ends LF 1,000 -$ -$ -$ -$ 287.00$ 287,000.00$ -$ -$ -$ -$ 39g Furnish and Install 20" HDPE by directional drill, DR 11 with Transitional Ends LF 1,000 -$ -$ -$ -$ 370.00$ 370,000.00$ -$ -$ -$ -$ 39h Furnish and Install 24" HDPE by directional drill, DR 11 with Transitional Ends LF 1,000 -$ -$ -$ -$ 500.00$ 500,000.00$ -$ -$ -$ -$ 39i Furnish and Install 30" HDPE by directional drill, DR 11 with Transitional Ends LF 1,000 -$ -$ -$ -$ 550.00$ 550,000.00$ -$ -$ -$ -$ 39j Furnish and Install 36" HDPE by directional drill, DR 11 with Transitional Ends LF 1,000 -$ -$ -$ -$ 781.00$ 781,000.00$ -$ -$ -$ -$ 39k Furnish and Install 4" Restrained PVC by directional drill, DR 18 with Transitional Ends LF 1,000 -$ -$ -$ -$ 49.21$ 49,210.00$ -$ -$ -$ -$ 39l Furnish and Install 6" Restrained PVC by directional drill, DR 18 with Transitional Ends LF 1,000 -$ -$ -$ -$ 71.87$ 71,870.00$ -$ -$ -$ -$ 39m Furnish and Install 8" Restrained PVC by directional drill, DR 18 with Transitional Ends LF 1,000 -$ -$ -$ -$ 113.25$ 113,250.00$ -$ -$ -$ -$ 39n Furnish and Install 10" Restrained PVC by directional drill, DR 18 with Transitional Ends LF 500 -$ -$ -$ -$ 165.07$ 82,535.00$ -$ -$ -$ -$ 39o Furnish and Install 12" Restrained PVC by directional drill, DR 18 with Transitional Ends LF 1,000 -$ -$ -$ -$ 235.08$ 235,080.00$ -$ -$ -$ -$ 39p Furnish and Install 16" Restrained PVC by directional drill, DR 18 with Transitional Ends LF 1,000 -$ -$ -$ -$ 521.51$ 521,510.00$ -$ -$ -$ -$ 39q Furnish and Install 20" Restrained PVC by directional drill, DR 18 with Transitional Ends LF 1,000 -$ -$ -$ -$ 863.13$ 863,130.00$ -$ -$ -$ -$ 39r Furnish and Install 24" Restrained PVC by directional drill, DR 18 with Transitional Ends LF 1,000 -$ -$ -$ -$ 1,201.81$ 1,201,810.00$ -$ -$ -$ -$ Page 19 of 22 DBE Y/N DBE Y/N DBE Y/N DBE Y/N DBE Y/N Engineered Spray Solutions, LLC 1306 Banana Rd Lakeland, FL 33810 Inliner Solutions, LLC 2531 Jewett Ln Sanford, FL 32771 Rowland Inc. 6855 102nd Ave N. Pinellas Park, FL 33782 USSI, LLC 752 Commerce Drive Suite 15 Venice, FL 34292 Insituform Technologies, LLC 580 Goddard Avenue Chesterfield, MO 63005 39s Furnish and Install 30" Restrained PVC by directional drill, DR 18 with Transitional Ends LF 1,000 -$ -$ -$ -$ 0.01$ 10.00$ -$ -$ -$ -$ 39t Furnish and Install 36" Restrained PVC by directional drill, DR 18 with Transitional Ends LF 1,000 -$ -$ -$ -$ 0.01$ 10.00$ -$ -$ -$ -$ Jack and Bore 40a Furnish and Install 4" OD Steel Casing Pipe by Jack and Bore per city standard detail LF 200 -$ -$ -$ -$ 131.25$ 26,250.00$ -$ -$ -$ -$ 40b Furnish and Install 6" OD Steel Casing Pipe by Jack and Bore per city standard detail LF 200 -$ -$ -$ -$ 131.25$ 26,250.00$ -$ -$ -$ -$ 40c Furnish and Install 12" OD Steel Casing Pipe by Jack and Bore per city standard detail LF 200 -$ -$ -$ -$ 270.38$ 54,076.00$ -$ -$ -$ -$ 40d Furnish and Install 14" OD Steel Casing Pipe by Jack and Bore per city standard detail LF 100 -$ -$ -$ -$ 273.00$ 27,300.00$ -$ -$ -$ -$ 40e Furnish and Install 16" OD Steel Casing Pipe by Jack and Bore per city standard detail LF 500 -$ -$ -$ -$ 278.25$ 139,125.00$ -$ -$ -$ -$ 40f Furnish and Install 20" OD Steel Casing Pipe by Jack and Bore per city standard detail LF 500 -$ -$ -$ -$ 283.50$ 141,750.00$ -$ -$ -$ -$ 40g Furnish and Install 24" OD Steel Casing Pipe by Jack and Bore per city standard detail LF 250 -$ -$ -$ -$ 294.00$ 73,500.00$ -$ -$ -$ -$ 40h Furnish and Install 30" OD Steel Casing Pipe by Jack and Bore per city standard detail LF 250 -$ -$ -$ -$ 328.13$ 82,032.50$ -$ -$ -$ -$ 40i Furnish and Install 36" OD Steel Casing Pipe by Jack and Bore per city standard detail LF 250 -$ -$ -$ -$ 354.38$ 88,595.00$ -$ -$ -$ -$ 40j Furnish and Install 42" OD Steel Casing Pipe by Jack and Bore per city standard detail LF 250 -$ -$ -$ -$ 399.00$ 99,750.00$ -$ -$ -$ -$ 41 Miscellaneous Items 42 Miscellaneous Markup (10% maximum allowed)0.10 -$ 0.075 -$ 0.10 -$ 0.10 -$ 0.10 -$ -$ -$ 57,544,063.57$ -$ -$ Item No. Description Units Quantity Unit Price Total Price Unit Price Total Price Unit Price Total Price Unit Price Total Price Unit Price Total Price All bid items, unless otherwise specified, shall be inclusive of furnishing all material and labor for the complete installation of the bid item, inclusive of any necessary removal. Installation shall be completed in accordance with the specifications. The quantities provided are estimated per year for bidding purposes and may vary based on the actual work throughout the duration of the contract. The City of Clearwater (City) is not obligated to purchase any minimum or maximum amount during the life of the contract. Unit costs for all bid items shall not be changed in the event of overruns or underruns. General 1Mobilization shall be per work order as defined by the City. Each work order may include more than one individual project. The unit price for mobilization shall not exceed $4,000 for non emergency mobilization. TOTAL SECTION C = D. Sanitary Cleanouts and Laterals Page 20 of 22 DBE Y/N DBE Y/N DBE Y/N DBE Y/N DBE Y/N Engineered Spray Solutions, LLC 1306 Banana Rd Lakeland, FL 33810 Inliner Solutions, LLC 2531 Jewett Ln Sanford, FL 32771 Rowland Inc. 6855 102nd Ave N. Pinellas Park, FL 33782 USSI, LLC 752 Commerce Drive Suite 15 Venice, FL 34292 Insituform Technologies, LLC 580 Goddard Avenue Chesterfield, MO 63005 1 Mobilization/Demobilization including Traffic 1 LS/WO 10 -$ -$ -$ -$ 4,000.00$ 40,000.00$ -$ -$ -$ -$ Cleanout and Sewer Lateral 2 Furnish and install Cleanout EA 500 -$ -$ -$ -$ 500.00$ 250,000.00$ -$ -$ -$ -$ 3 Furnish and replace existing service lateral from sewer main to new cleanout location (6"-8" Dia.)3a Up to 5' deep LF 800 -$ -$ -$ -$ 660.00$ 528,000.00$ -$ -$ -$ -$ 3b More than 5' and up to 10' deep LF 500 -$ -$ -$ -$ 770.00$ 385,000.00$ -$ -$ -$ -$ 3c More than 10' and up to 15' deep LF 300 -$ -$ -$ -$ 880.00$ 264,000.00$ -$ -$ -$ -$ 3d More than 15' and up to 20' deep LF 200 -$ -$ -$ -$ 1,650.00$ 330,000.00$ -$ -$ -$ -$ Sewer Lateral CIPP 4 Trenchless (CIPP) reconstruction of sewer lateral, CCTV and cleaning 5a 4” Dia. Sanitary Sewer Lat. 4.0 mm LF 500 -$ -$ -$ -$ 225.00$ 112,500.00$ -$ -$ -$ -$ 5b 6” Dia. Sanitary Sewer Lat. 6.0 mm LF 300 -$ -$ -$ -$ 250.00$ 75,000.00$ -$ -$ -$ -$ 5c 8” Dia. Sanitary Sewer Lat. 6.0 mm LF 50 -$ -$ -$ -$ 275.00$ 13,750.00$ -$ -$ -$ -$ 6 Miscellaneous Items 7 Miscellaneous Markup (10% maximum allowed)0.10 -$ 0.075 -$ 0.10 -$ 0.10 -$ 0.10 -$ -$ -$ 1,998,250.00$ -$ -$ Item No. Description Units Quantity Unit Price Total Price Unit Price Total Price Unit Price Total Price Unit Price Total Price Unit Price Total Price 1 Mobilization/Demobilization including Traffic 1 LS/WO 3 4,000.00$ 12,000.00$ -$ -$ -$ -$ -$ -$ -$ -$ 2a Liner system for 4’ diameter manhole-125 MILS VF 1,500 401.00$ 601,500.00$ -$ -$ -$ -$ -$ -$ -$ -$ 2b Liner System for 4' diameter manhole-250 MILS VF 1,500 541.00$ 811,500.00$ -$ -$ -$ -$ -$ -$ -$ -$ 2c Liner system for 5’diameter manhole-125 MILS VF 1,500 494.00$ 741,000.00$ -$ -$ -$ -$ -$ -$ -$ -$ 2d Liner System for 5' diameter manhole-250 MILS VF 1,500 677.00$ 1,015,500.00$ -$ -$ -$ -$ -$ -$ -$ -$ 2e Liner system for 6’diameter manhole-125 MILS VF 1,500 605.00$ 907,500.00$ -$ -$ -$ -$ -$ -$ -$ -$ 2f Liner System for 6' diameter manhole-250 MILS VF 1,500 786.00$ 1,179,000.00$ -$ -$ -$ -$ -$ -$ -$ -$ 3 Bench/invert Repair - Replacement EA 70 800.00$ 56,000.00$ -$ -$ -$ -$ -$ -$ -$ -$ 4 Injection grouting as required to stop infiltration and inflow GAL 1,000 185.00$ 185,000.00$ -$ -$ -$ -$ -$ -$ -$ -$ 5 Manhole clean/jet-vac EA 40 150.00$ 6,000.00$ -$ -$ -$ -$ -$ -$ -$ -$ 1Mobilization shall be per work order as defined by the City. Each work order may include more than one individual project. The unit price for mobilization shall not exceed $4,000 for non emergency mobilization. General E Manhole Surfacing – Polyurethane Coating Product: Spraywall TOTAL SECTION D = All bid items, unless otherwise specified, shall be inclusive of furnishing all material and labor for the complete installation of the bid item, inclusive of any necessary removal. Installation shall be completed in accordance with the specifications. The quantities provided are estimated per year for bidding purposes and may vary based on the actual work throughout the duration of the contract. The City of Clearwater (City) is not obligated to purchase any minimum or maximum amount during the life of the contract. Unit costs for all bid items shall not be changed in the event of overruns or underruns. Page 21 of 22 DBE Y/N DBE Y/N DBE Y/N DBE Y/N DBE Y/N Engineered Spray Solutions, LLC 1306 Banana Rd Lakeland, FL 33810 Inliner Solutions, LLC 2531 Jewett Ln Sanford, FL 32771 Rowland Inc. 6855 102nd Ave N. Pinellas Park, FL 33782 USSI, LLC 752 Commerce Drive Suite 15 Venice, FL 34292 Insituform Technologies, LLC 580 Goddard Avenue Chesterfield, MO 63005 6a Remove existing liner for 4’ diameter manhole VF 150 314.00$ 47,100.00$ -$ -$ -$ -$ -$ -$ -$ -$ 6b Remove existing liner for 5’ diameter manhole VF 150 392.00$ 58,800.00$ -$ -$ -$ -$ -$ -$ -$ -$ 6c Remove existing liner for 6’ diameter manhole VF 150 470.00$ 70,500.00$ -$ -$ -$ -$ -$ -$ -$ -$ 7 Reset/Adjust Frame and Cover EA 25 1,000.00$ 25,000.00$ -$ -$ -$ -$ -$ -$ -$ -$ 8 Replace Frame and Cover EA 150 1,500.00$ 225,000.00$ -$ -$ -$ -$ -$ -$ -$ -$ 9 Seal manhole frame to corbel connection EA 150 450.00$ 67,500.00$ -$ -$ -$ -$ -$ -$ -$ -$ 10 Rear easement access EA 30 400.00$ 12,000.00$ -$ -$ -$ -$ -$ -$ -$ -$ 11 Miscellaneous Items 12 Miscellaneous Markup (10% maximum)0.10 -$ 0.075 -$ 0.10 -$ 0.10 -$ 0.10 -$ 6,020,900.00$ -$ -$ -$ -$ General Item No. Description Units Quantity Unit Price Total Price Unit Price Total Price Unit Price Total Price Unit Price Total Price Unit Price Total Price 1 Mobilization/Demobilization including Traffic 1 LS/WO 10 -$ -$ -$ -$ -$ -$ 0.01$ 0.10$ -$ -$ 2 Smoke Testing of Sewer LF 25,000 -$ -$ -$ -$ -$ -$ 0.48$ 12,000.00$ -$ -$ 3 Dye Tracing of Sewer EA 20 -$ -$ -$ -$ -$ -$ 0.01$ 0.20$ -$ -$ 3 Dye Flooding of Sewer EA 5 -$ -$ -$ -$ -$ -$ 0.01$ 0.05$ -$ -$ 4 Replace 4" Diameter Cleanout Cap EA 25 -$ -$ -$ -$ -$ -$ 0.01$ 0.25$ -$ -$ 5 Replace 6" Diameter Cleanout Cap EA 25 -$ -$ -$ -$ -$ -$ 0.01$ 0.25$ -$ -$ 6 Replace top 2' of 4" Diameter Cleanout (Including Female Adapter and Plug) EA 25 -$ -$ -$ -$ -$ -$ 0.01$ 0.25$ -$ -$ 7 Replace top 2' of 6" Diameter Cleanout (Including Female Adapter and Plug) EA 25 -$ -$ -$ -$ -$ -$ 0.01$ 0.25$ -$ -$ 8 Miscellaneous Items 9 Miscellaneous Markup (10% maximum allowed)0.10 -$ 0.075 -$ 0.10 -$ 0.10 1,200.14$ 0.10 -$ -$ -$ -$ 13,201.49$ -$ 1 Mobilization shall be per work order as defined by the City. Each work order may include more than one individual project. The unit price for mobilization shall not exceed $1,500 for non emergency mobilization. F. Smoke and Dye Testing All bid items, unless otherwise specified, shall be inclusive of furnishing all material and labor for the complete installation of the bid item, inclusive of any necessary removal. Installation shall be completed in accordance with the specifications. The quantities provided are estimated per year for bidding purposes and may vary based on the actual work throughout the duration of the contract. The City of Clearwater (City) is not obligated to purchase any TOTAL SECTION F = TOTAL SECTION E = Page 22 of 22 SECTION V Page i Updated: 5/4/2020 SECTION V CONTRACT DOCUMENTS Table of Contents PUBLIC CONSTRUCTION BOND ......................................................................................................... 1 CONTRACT ................................................................................................................................................ 4 CONSENT OF SURETY TO FINAL PAYMENT .................................................................................. 8 PROPOSAL/BID BOND ............................................................................................................................ 9 AFFIDAVIT .............................................................................................................................................. 10 NON-COLLUSION AFFIDAVIT ........................................................................................................... 11 PROPOSAL ............................................................................................................................................... 12 CITY OF CLEARWATER ADDENDUM SHEET ............................................................................... 14 BIDDER’S PROPOSAL ........................................................................................................................... 15 SCRUTINIZED COMPANIES AND BUSINESS OPERATIONS WITH CUBA AND SYRIA CERTIFICATION FORM ....................................................................................................................... 17 SCRUTINIZED COMPANIES THAT BOYCOTT ISRAEL LIST CERTIFICATION FORM...... 18 SECTION V – Contract Documents SECTION V Page 1 of 18 Updated: 5/4/2020 Bond No.: ________________ PUBLIC CONSTRUCTION BOND (1) N/A Not applicable. A bond will not be required for this project. 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 copy 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 Inliner Solutions, LLC. 2531 Jewett Ln Sanford, FL 32771 (407) 472-0014 Everest Reinsurance Company 100 Everest Way, Warren NJ 07059 +1 (908) 604-3000 City of Clearwater Engineering 100 S. Myrtle Avenue Clearwater, FL 33756 (727) 562-4750 PROJECT NAME: 2023 Sewer Point Repair & Improvement Project PROJECT NO.: 22-0006-UT Section A - Sanitary Sewer Trenchless Reconstruction Section B – Sewer Cleaning and Televising Inspection PROJECT DESCRIPTION: To establish a multi-year contract for as-needed services for Wastewater infrastructure improvements and repairs. BY THIS BOND, We, __________________________________, as Contractor, and __________________________________________________, a corporation, as Surety, are bound to the City of Clearwater, Florida, herein called Owner, in the sum of $[x,xxx,xxx.xx], 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 the 2023 Sewer Point Repair & Improvement Project, 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 SECTION V – Contract Documents SECTION V Page 2 of 18 Updated: 5/4/2020 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 – Contract Documents SECTION V Page 3 of 18 Updated: 5/4/2020 Bond No.:________________ PUBLIC CONSTRUCTION BOND (2) N/A Not applicable. A bond will not be required for this project. 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). Inliner Solutions, LLC. By: ____________________________ Title: ____________________________ Print Name: ____________________________ WITNESS: WITNESS: _______________________________________ _______________________________________ Corporate Secretary or Witness Print Name: ____________________________ Print Name: _____________________________ (affix corporate seal) _______________________________________ (Corporate Surety) By: _________________________________ ATTORNEY-IN-FACT Print Name: ___________________________ (affix corporate seal) (Power of Attorney must be attached) SECTION V – Contract Documents SECTION V Page 4 of 18 Updated: 5/4/2020 CONTRACT (1) This CONTRACT made and entered into this ___ day of ____________, 2022_ by and between the City of Clearwater, Florida, a municipal corporation, hereinafter designated as the "City", and Inliner Solutions, LLC, of the City of Sanford County of Seminole and State of Florida, hereinafter designated as the "Contractor". [Or, if out of state:] NOT APPLICABLE 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: 2023 Sewer Point Repair & Improvements Section A - Sanitary Sewer Trenchless Reconstruction Section B – Sewer Cleaning and Televising Inspection PROJECT NO.: 22-0006-UT Each section in the amount of, not to exceed, for the initial contract term: Section A: $10,000,000.00 Section B: $ 3,000,000.00 for a total of $13,000,000.00 for the initial contract term 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 – Contract Documents SECTION V Page 5 of 18 Updated: 5/4/2020 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 – Contract Documents SECTION V Page 6 of 18 Updated: 5/4/2020 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, 600 Cleveland St. 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 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 SECTION V – Contract Documents SECTION V Page 7 of 18 Updated: 5/4/2020 CONTRACT (4) 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 PINELLAS COUNTY, FLORIDA By: __________________________________ (SEAL) Jon P. Jennings City Manager Attest: Countersigned: __________________________________________ Rosemarie Call City Clerk By: __________________________________ Approved as to form: Frank Hibbard Mayor __________________________________________ Owen Kohler Assistant City Attorney Contractor must indicate whether: ______ Corporation, ______ Partnership, ______ Company, or ______ Individual __________________________________________ (Contractor) By: _________________________ (SEAL) Print Name: ________________________________ Title: _____________________________________ 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 – Contract Documents SECTION V Page 8 of 18 Updated: 5/4/2020 CONSENT OF SURETY TO FINAL PAYMENT TO OWNER: City of Clearwater PROJECT NAME: 2023 Sewer Point Repair & Improvement Project Engineering Dept. PROJECT NO.:22-0006-UT 100 S. Myrtle Ave. CONTRACT DATE: [__________] Clearwater, FL 33756 BOND NO.: [__________], recorded in O.R. Book [____], Page [____], of the Public Records of Pinellas County, Florida. CONTRACTOR: Inliner Solutions, 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: N/A Not applicable. A bond will not be required for this project. NOT APPLICABLE ,SURETY, on bond of Inliner Solutions, LLC. 2531 Jewett Ln Sanford, FL 32771 ,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 ,OWNER, as set forth in said Surety’s bond. IN WITNESS WHEREOF, the Surety has hereunto set its hand this ___ day of ___________, ______ __________________________________________ (Surety) __________________________________________ (Signature of authorized representative) __________________________________________ (Printed name and title) Attest: (Seal): N/A Not applicable. A bond will not be required for this project. SECTION V – Contract Documents SECTION V Page 12 of 18 Updated: 5/4/2020 PROPOSAL (1) TO THE CITY OF CLEARWATER, FLORIDA, for 2023 Sewer point Repair & Improvement Project, Sections A and B (No. 22-0006-UT) and doing such other work incidental thereto, all in accordance with the contract documents, marked 2023 Sewer point Repair & Improvement Project, Sections A and B (No. 22-0006-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. ADDENDUM NO. 1 FOR 22-0006-UT 2023 Sewer Point Repair & Improvements Project DATE: June 15, 2022 SUBJECT: ADDENDUM NO. 1 TO: PROSPECTIVE BIDDERS AND OTHERS CONCERNED The Bid Tab for Project No. 22-0006-UT was Revised on 6/14/22 due to a Classification Error. Please use the version with “REVISED” in the title. END OF NOTICE ADDENDUM NO. 2 FOR 2023 SEWER POINT REPAIR AND IMPROVEMENTS (22-0006-UT) DATE: JUNE 28, 2022 SUBJECT: ADDENDUM NO. 2 TO: PROSPECTIVE BIDDERS AND OTHERS CONCERNED 1.Question: Will this contract be able to be used as a piggyback? a.Response: Yes S.39 COOPERATIVE USE OF CONTRACT. The City has entered into various cooperative purchasing agreements with other Florida government agencies, including the Tampa Bay Area Purchasing Cooperative. Under a Cooperative Purchasing Agreement, any contract may be extended for use by other municipalities, school districts and government agencies in the State of Florida with the approval of Contractor. Any such usage by other entities must be in accordance with the statutes, codes, ordinances, charter and/or procurement rules and regulations of the respective government agency. Orders placed by other agencies and payment thereof will be the sole responsibility of that agency. The City is not responsible for any disputes arising out of transactions made by others. 2.Question: For Section F, could a mobilization line item be added? a.Response: Yes. A line item for mobilization will be added. 3.Question: For Section F, Item 4, could bid items be added for 4-inch and 6-inch cleanout cap replacements? a.Response: Yes. Separate line items for 4-inch and 6-inch cleanout cap replacements will be added. 4.Question: For Section F, Item 5, could bid items be added for replacement of top 2 feet of 4-inch and 6-inch cleanouts? a.Response: Yes. Separate line items for replacement of the top two feet of 4-inch and 6- inch cleanouts. 5.Question: For Section F, Item 5, can cleanout replacements be SCH40 or SDR35? a.Response: Only Schedule 40 will be accepted. SDR 35 is not accepted. 6.Question: For Section F, Item 5, for replacing the top 2 feet of a cleanout, would this only be down to the tee? a.Response: Yes, replacement will stop at the tee. 7.Question: For Section F, the specifications call for an Excel format. Generally reports that are submitted for SSES requirements are in XLS, PDF, CSV, KML, and shapefiles. Would the City want reports in additional formats? a.Response: Yes. Additional formats are acceptable upon coordination with and approval by City project manager. 8.Question: For Section F, is a contractor’s license required for this section? This section requires no underground or heavy construction. Smoke testing essentially is a lawn mower engine that forces smoke into the sewer system. a.Response: Please refer to Section II of the City of Clearwater’s Contract Specifications. These documents must also be submitted with a prequalification application. 2.QUALIFICATION OF BIDDERS 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/government/city- departments/engineering/construction-management. Contractors wanting to pre-qualify to bid on a project as a General Contractor must do so two weeks (ten workdays) 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. The Contractor shall provide copies of the current Contractor License/Registration with the State of Florida and Pinellas County in the bid response. 9.Question: Is there a plan holders list that can be provided? a.Response: The plan holders list is provided as the attendants listed on the Pre-Bid Agenda. 10.Question: Can multiple contractors be awarded for a given Section: a.Response: Yes, but that is not our intention. 11.Question: Will “or equal” products not named in the City specifications be considered? a.Response: After award, manufacturers can contact winning bidders to discuss potential submittal of products for consideration as “or equals.” 12.Question: Is a Proposal/Bid Bond required if we bid on an individual Section of a Maintenance Contract? a.Response: Maintenance contracts do not require a Public Construction Bond or a Bid Bond. 13.Question: Does the Bid Proposal need to be physically or electronically submitted? a.Response: Sealed Bids must be submitted in a sealed envelope with the project name and number on the bottom left-hand corner. If forwarded by mail, the Bid must 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 in any other form will not be accepted, as stated in Section II, Subsection 11: SUBMISSION OF BIDS of the City's Contract Specifications. END OF NOTICE ADDENDUM NO. 3 FOR DATE: SUBJECT: TO: 22-0006-UT 2023 Sewer Point Repair & Improvements Project June 28, 2022 ADDENDUM NO. 3 PROSPECTIVE BIDDERS AND OTHERS CONCERNED The Bid Tab for Project No. 22-0006-UT was Revised on 6/28/22 to reflect updates in mobilzation fee and line items for Section F only. Please use the version with “REVISED on 6.28.22” in the title. Reference Addendum No. 2 to review the requested changes. END OF NOTICE SECTION V – Contract Documents SECTION V Page 15 of 18 Updated: 5/4/2020 BIDDER’S PROPOSAL PROJECT: 2023 Sewer point Repair & Improvement Project, Sections A and B (No. 22-0006-UT) CONTRACTOR: Inliner Solutions, LLC. BIDDER'S TOTAL Section A: $10,000.00 (Numbers) BIDDER'S TOTAL Section A: Ten Million dollars and zero cents (Words) BIDDER'S TOTAL Section B: $3,000,000.00 (Numbers) BIDDER'S TOTAL Section B: Three million dollars and zero cents (Words) BIDDER'S TOTAL Section C: $________________ (Numbers) BIDDER'S TOTAL Section C: __________________ (Words) BIDDER'S TOTAL Section D: $________________ (Numbers) BIDDER'S TOTAL Section D: __________________ (Words) BIDDER'S TOTAL Section E: $ (Numbers) BIDDER'S TOTAL Section E: (Words) BIDDER'S TOTAL Section F: $ (Numbers) BIDDER'S TOTAL Section F: (Words) BIDDER'S GRAND TOTAL Sections A & B: $13,000,000.00 (Numbers) BIDDER'S GRAND TOTAL Sections A & B: Thirteen million dollars and zero cents (Words) THE BIDDER'S GRAND TOTAL ABOVE IS HIS TOTAL BID BASED ON HIS UNIT PRICES AND LUMP SUM PRICES AND THE ESTIMATED QUANTITIES REQUIRED FOR EACH SECTION. THIS FIGURE IS FOR INFORMATION ONLY AT THE TIME OF OPENING BIDS. THE CITY WILL MAKE THE TABULATION FROM THE UNIT PRICES AND LUMP SUM PRICE BID. IF THERE IS AN ERROR IN THE TOTAL BY THE BIDDER, IT SHALL BE CHANGED AS ONLY THE UNIT PRICES AND LUMP SUM PRICE SHALL GOVERN. THE CONTRACTOR SHALL PROVIDE COPIES OF A CURRENT CONTRACTOR LICENSE/REGISTRATION WITH THE STATE OF FLORIDA AND PINELLAS COUNTY IN THE BID RESPONSE. DBE Y/N Item No. Description Units Quantity Unit Price Total Price 1 Mobilization/Demobilization including Traffic Control1 LS/WO 20 3,000.00$ 60,000.00$ Original didn't calculate in total (see 91f) Trenchless Pipe Reconstruction System – CIPP 2a 6” Dia. Sanitary Sewer Mains 6.0 mm LF 500 41.00$ 20,500.00$ 2b 8” Dia. Sanitary Sewer Mains 6.0 mm LF 20,000 39.00$ 780,000.00$ 2c 10” Dia. Sanitary Sewer Mains 7.5 mm LF 5,000 46.00$ 230,000.00$ 2d 12” Dia. Sanitary Sewer Mains 7.5 mm LF 1,000 53.00$ 53,000.00$ 2e 15” Dia. Sanitary Sewer Mains 9.0 mm LF 100 65.00$ 6,500.00$ 2f 18” Dia. Sanitary Sewer Mains 9.0 mm LF 2,000 73.00$ 146,000.00$ 2g 20” Dia. Sanitary Sewer Mains 12.0 mm LF 100 85.00$ 8,500.00$ 2h 24” Dia. Sanitary Sewer Mains 12.0 mm LF 3,000 109.00$ 327,000.00$ 2i 30” Dia. Sanitary Sewer Mains 16.0 mm LF 150 175.00$ 26,250.00$ 2j 36" Dia. Sanitary Sewer Mains 18.5 mm LF 50 356.00$ 17,800.00$ CIPP Sectional Repair 3 6” Dia. Sanitary Sewer Mains 3a 0’-10’ EA 5 3,850.00$ 19,250.00$ 3b 10.1’-20’ EA 2 3,957.00$ 7,914.00$ 3c 20.1’-30’ EA 2 4,044.00$ 8,088.00$ 4 8” Dia. Sanitary Sewer Mains 4a 0’-10’ EA 5 3,843.00$ 19,215.00$ 4b 10.1’-20’ EA 2 4,316.00$ 8,632.00$ 4c 20.1’-30’ EA 2 4,350.00$ 8,700.00$ 5 10” Dia. Sanitary Sewer Mains 5a 0’-10’ EA 5 4,205.00$ 21,025.00$ 5b 10.1’-20’ EA 2 4,510.00$ 9,020.00$ 5c 20.1’-30’ EA 2 4,747.00$ 9,494.00$ 6 12” Dia. Sanitary Sewer Mains 6a 0’-10’ EA 5 4,216.00$ 21,080.00$ 6b 10.1’-20’ EA 2 4,622.00$ 9,244.00$ 6c 20.1’-30’ EA 2 4,894.00$ 9,788.00$ 7 15” Dia. Sanitary Sewer Mains 7a 0’-10’ EA 5 4,455.00$ 22,275.00$ 7b 10.1’-20’ EA 2 4,965.00$ 9,930.00$ 7c 20.1’-30’ EA 2 5,343.00$ 10,686.00$ 8 18” Dia. Sanitary Sewer Mains 8a 0’-10’ EA 3 5,259.00$ 15,777.00$ 8b 10.1’-20’ EA 1 6,004.00$ 6,004.00$ 8c 20.1’-30’ EA 1 6,452.00$ 6,452.00$ 9 20” Dia. Sanitary Sewer Mains 9a 0’-10’ EA 3 5,662.00$ 16,986.00$ 9b 10.1’-20’ EA 1 6,597.00$ 6,597.00$ 9c 20.1’-30’ EA 1 7,235.00$ 7,235.00$ 10 24” Dia. Sanitary Sewer Mains 10a 0’-10’ EA 3 5,887.00$ 17,661.00$ 10b 10.1’-20’ EA 1 6,909.00$ 6,909.00$ 10c 20.1’-30’ EA 1 7,635.00$ 7,635.00$ 11 30” Dia. Sanitary Sewer Mains General 1Mobilization shall be per work order as defined by the City. Each work order may include more than one individual project. The unit price for mobilization shall not All bid items, unless otherwise specified, shall be inclusive of furnishing all material and labor for the complete installation of the bid item, inclusive of any necessary removal and disposal. Installation shall be completed in accordance with the specifications. The quantities provided are estimated per year for bidding purposes and may vary based on the actual work throughout the duration of the t t Th Cit f Cl t (Cit ) i t bli t d t h i i Inliner Solutions, LLC 2531 Jewett Ln Sanford, FL 32771 Group A: Sanitary Sewer Trenchless Reconstruction 11a 0’-10’ EA 3 7,967.00$ 23,901.00$ 11b 10.1’-20’ EA 1 9,410.00$ 9,410.00$ 11c 20.1’-30’ EA 1 10,556.00$ 10,556.00$ 12 36” Dia. Sanitary Sewer Mains 12a 0’-10’ EA 3 8,820.00$ 26,460.00$ 12b 10.1’-20’ EA 1 11,787.00$ 11,787.00$ 12c 20.1’-30’ EA 1 13,350.00$ 13,350.00$ Ancillary Services 13 Easement Access, additional 13a ≤ 15” Diameter LF 250 5.00$ 1,250.00$ 13b > 15” Diameter LF 500 5.00$ 2,500.00$ 14 Service Leak Sealing with Pressure Grouting EA 50 430.00$ 21,500.00$ 15 Open Cut Service Reconnection EA 250 89.00$ 22,250.00$ 16 Heavy Cleaning (6 Passes of the Cleaning Head) 16a 8”-10” Diameter LF 2,500 5.00$ 12,500.00$ 16b 12”-15” Diameter LF 1,500 6.00$ 9,000.00$ 16c 16”-24” Diameter LF 5,000 9.00$ 45,000.00$ 17 Root Removal 17a 8”-10” Diameter LF 100 3.00$ 300.00$ 17b 12”-15” Diameter LF 50 4.00$ 200.00$ 17c 16”-24” Diameter LF 25 7.00$ 175.00$ 18 Tuberculation Cleaning 18a 8”-10” Diameter LF 250 12.00$ 3,000.00$ 18b 12”-15” Diameter LF 250 12.00$ 3,000.00$ 18c 16”-24” Diameter LF 750 14.00$ 10,500.00$ 19 Bypass Pump setup with Piping 19a 8”-12” Diameter EA 75 4.00$ 300.00$ 19b 15”-18” Diameter EA 25 13.00$ 325.00$ 19c 24” Diameter EA 10 65.00$ 650.00$ 20 Miscellaneous Items -$ -$ 21 Miscellaneous Markup (10% maximum allowed) 0.075 Original amount $159,679.58 but did not include full 10% nor did it calculate in the $60,000.00 from line 14h TOTAL SECTION A = 2,189,061.00$ Original total $2,288,740.58 calculated at 7.5% contingency and also did not include mobilization fee of $60,000.00 General Item No. Description Units Quantity Unit Price Total Price 1a Mobilization/Demobilization including Traffic 1 LS/WO 10 4,000.00$ 40,000.00$ Sewer Line Cleaning 2a Heavy Cleaning from Right of Way - 8”-10” Diameter LF 150,000 5.25$ 787,500.00$ 2b Heavy Cleaning from Right of Way - 12”-15” Diameter LF 25,000 7.00$ 175,000.00$ 2c Heavy Cleaning from Right of Way - 16”-24” Diameter LF 25,000 11.00$ 275,000.00$ 2d Heavy Cleaning from Right of Way - 30”-36” Diameter LF 50,000 27.00$ 1,350,000.00$ 3a Root Removal - 8”-10” Diameter LF 200 3.00$ 600.00$ 3b Root Removal - 12”-15” Diameter LF 25 7.00$ 175.00$ 3c Root Removal - 16”-24” Diameter LF 25 13.00$ 325.00$ 3d Root Removal - 30”-36” Diameter LF 10 27.00$ 270.00$ 4a Heavy Cleaning from Side and/or Rear Easements - 8”-10” Diameter LF 150,000 5.00$ 750,000.00$ 4b Heavy Cleaning from Side and/or Rear Easements - 12”-15” Diameter LF 25,000 7.00$ 175,000.00$ 4c Heavy Cleaning from Side and/or Rear Easements - 16”-24” Diameter LF 25,000 11.00$ 275,000.00$ 4d Heavy Cleaning from Side and/or Rear Easements - 30”-36” Diameter LF 50,000 27.00$ 1,350,000.00$ 1Mobilization shall be per work order as defined by the City. Each work order may include more than one individual project. The unit price for mobilization shall not B. Sewer Cleaning and Televising Inspection All bid items, unless otherwise specified, shall be inclusive of furnishing all material and labor for the complete installation of the bid item, inclusive of any necessary proper removal and disposal. Contractor shall provide disposal receipts (i.e. dump tickets) as part of the work. The quantities provided are estimated per year for bidding purposes and may vary based on the actual work throughout the duration of the contract. The City of Clearwater (City) is not obligated to purchase any minimum or maximum amount during the life of the contract Unit costs for all 5a Tuberculation Cleaning - 8”-10” Diameter LF 200 6.00$ 1,200.00$ 5b Tuberculation Cleaning - 12”-15” Diameter LF 200 8.00$ 1,600.00$ 5c Tuberculation Cleaning - 16”-24” Diameter LF 200 11.00$ 2,200.00$ 5d Tuberculation Cleaning - 30”-36” Diameter LF 200 22.00$ 4,400.00$ 6 Manhole Clean/Jet-vac EA 5,000 170.00$ 850,000.00$ CCTV pipe and manhole inspection with PACP/CUES Granite XP compatibility 7 Mobilization/Demobilization including Traffic 1 LS/WO 5 4,000.00$ 20,000.00$ 8a CCTV pipe inspection - includes light cleaning - 8”-10” Diameter LF 750,000 2.63$ 1,972,500.00$ 8b CCTV pipe inspection - includes light cleaning - 12”-15” Diameter LF 50,000 3.00$ 150,000.00$ 8c CCTV pipe inspection - includes light cleaning - 16”-24” Diameter LF 25,000 4.50$ 112,500.00$ 8d CCTV pipe inspection - includes light cleaning - 30”-36” Diameter LF 50,000 7.00$ 350,000.00$ 9 Manhole Inspection EA 100 130.00$ 13,000.00$ 10 Smoke Testing LF 10,000 1.00$ 10,000.00$ 11 Dye Testing LF 5,000 1.00$ 5,000.00$ 12 Miscellaneous Items 13 Miscellaneous Markup (10% maximum allowed) 0.075 -$ Original amount $650,345.25 but did not include full 10% TOTAL SECTION B = 8,671,270.00$ Original total $9,321,615.25 calculated at 7.5% contingency SECTION V Page i Updated: 5/4/2020 SECTION V CONTRACT DOCUMENTS Table of Contents PUBLIC CONSTRUCTION BOND ......................................................................................................... 1 CONTRACT ................................................................................................................................................ 4 CONSENT OF SURETY TO FINAL PAYMENT .................................................................................. 8 PROPOSAL/BID BOND ............................................................................................................................ 9 AFFIDAVIT .............................................................................................................................................. 10 NON-COLLUSION AFFIDAVIT ........................................................................................................... 11 PROPOSAL ............................................................................................................................................... 12 CITY OF CLEARWATER ADDENDUM SHEET ............................................................................... 14 BIDDER’S PROPOSAL ........................................................................................................................... 15 SCRUTINIZED COMPANIES AND BUSINESS OPERATIONS WITH CUBA AND SYRIA CERTIFICATION FORM ....................................................................................................................... 17 SCRUTINIZED COMPANIES THAT BOYCOTT ISRAEL LIST CERTIFICATION FORM...... 18 SECTION V – Contract Documents SECTION V Page 1 of 18 Updated: 5/4/2020 Bond No.: ________________ PUBLIC CONSTRUCTION BOND (1) N/A Not applicable. A bond will not be required for this project. 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 copy 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 Rowland, Inc. 6855 102nd Ave. N. Pinellas Park, FL 33782 727-545-3815 NOT APPLICABLE City of Clearwater Engineering 100 S. Myrtle Avenue Clearwater, FL 33756 (727) 562-4750 PROJECT NAME: 2023 Sewer Point Repair & Improvement Project PROJECT NO.: 22-0006-UT Section C – Wastewater Point Repair Section D – Sanitary Cleanouts and Laterals PROJECT DESCRIPTION: To establish a multi-year contract for as-needed services for Wastewater infrastructure improvements and repairs. BY THIS BOND, We, __________________________________, as Contractor, and __________________________________________________, a corporation, as Surety, are bound to the City of Clearwater, Florida, herein called Owner, in the sum of $[x,xxx,xxx.xx], 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 the 2023 Sewer Point Repair & Improvement Project, 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 SECTION V – Contract Documents SECTION V Page 2 of 18 Updated: 5/4/2020 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 – Contract Documents SECTION V Page 3 of 18 Updated: 5/4/2020 Bond No.:________________ PUBLIC CONSTRUCTION BOND (2) N/A Not applicable. A bond will not be required for this project. 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). Rowland, Inc. By: ____________________________ Title: ____________________________ Print Name: ____________________________ WITNESS: WITNESS: _______________________________________ _______________________________________ Corporate Secretary or Witness Print Name: ____________________________ Print Name: _____________________________ (affix corporate seal) _______________________________________ (Corporate Surety) By: _________________________________ ATTORNEY-IN-FACT Print Name: ___________________________ (affix corporate seal) (Power of Attorney must be attached) SECTION V – Contract Documents SECTION V Page 4 of 18 Updated: 5/4/2020 CONTRACT (1) This CONTRACT made and entered into this ___ day of ____________, 2022_ by and between the City of Clearwater, Florida, a municipal corporation, hereinafter designated as the "City", and Rowland, Inc., of the City of Pinellas Park County of Pinellas and State of Florida, hereinafter designated as the "Contractor". [Or, if out of state:] NOT APPLICABLE 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: 2023 Sewer Point Repair & Improvements Section C – Wastewater Point Repair Section D – Sanitary Cleanouts and Laterals PROJECT NO.: 22-0006-UT Each section in the amount of, not to exceed, for the initial contract term: Section C: $15,000,000.00 Section D: $ 1,000,000.00 for a total of $16,000,000.00 for the initial contract term 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 – Contract Documents SECTION V Page 5 of 18 Updated: 5/4/2020 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 – Contract Documents SECTION V Page 6 of 18 Updated: 5/4/2020 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, 600 Cleveland St. 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 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 SECTION V – Contract Documents SECTION V Page 7 of 18 Updated: 5/4/2020 CONTRACT (4) 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 PINELLAS COUNTY, FLORIDA By: __________________________________ (SEAL) Jon P. Jennings City Manager Attest: Countersigned: __________________________________________ Rosemarie Call City Clerk By: __________________________________ Approved as to form: Frank Hibbard Mayor __________________________________________ Owen Kohler Assistant City Attorney Contractor must indicate whether: ______ Corporation, ______ Partnership, ______ Company, or ______ Individual __________________________________________ (Contractor) By: _________________________ (SEAL) Print Name: ________________________________ Title: _____________________________________ 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 – Contract Documents SECTION V Page 8 of 18 Updated: 5/4/2020 CONSENT OF SURETY TO FINAL PAYMENT TO OWNER: City of Clearwater PROJECT NAME: 2023 Sewer Point Repair & Improvement Project Engineering Dept. PROJECT NO.:22-0006-UT 100 S. Myrtle Ave. CONTRACT DATE: [__________] Clearwater, FL 33756 BOND NO.: [__________], recorded in O.R. Book [____], Page [____], of the Public Records of Pinellas County, Florida. CONTRACTOR: Rowland, Inc. 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: N/A Not applicable. A bond will not be required for this project. NOT APPLICABLE ,SURETY, on bond of Rowland, Inc. 6855 102nd Ave. N. Pinellas Park, FL 33782 ,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 ,OWNER, as set forth in said Surety’s bond. IN WITNESS WHEREOF, the Surety has hereunto set its hand this ___ day of ___________, ______ __________________________________________ (Surety) __________________________________________ (Signature of authorized representative) __________________________________________ (Printed name and title) Attest: (Seal): SECTION V – Contract Documents SECTION V Page 9 of 18 Updated: 5/4/2020 PROPOSAL/BID BOND (Not to be filled out if a certified check is submitted) N/A Not applicable. A bond will not be required for this project. KNOWN ALL MEN BY THESE PRESENTS: That we, the undersigned, ______________________ __________________________________ as Contractor, and _____________________________ ______________________________ as Surety, whose address is ___________________________ ____________________________________________________, are held and firmly bound unto the City of Clearwater, Florida, in the sum of ___________________________________________ Dollars ($_______________) (being a minimum of 10% of Contractor's total bid amount) for the payment of which, well and truly to be made, we hereby jointly and severally bind ourselves, our heirs, executors, administrators, successors and assigns. The condition of the above obligation is such that if the attached Proposal of ______________________ ____________________ as Contractor, and _______________________________________ as Surety, for work specified as: _____________________________________________________________ ____________________________________________________________________________________ all as stipulated in said Proposal, by doing all work incidental thereto, in accordance with the plans and specifications provided herefor, all within Pinellas County, is accepted and the contract awarded to the above named bidder, and the said bidder shall within ten days after notice of said award enter into a contract, in writing, and furnish the required 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, ______ Company, or ______ Individual Signed this ______ day of ____________________, 20____. __________________________________________ Contractor __________________________________________ Principal By: _______________________________________ Title __________________________________________ __________________________________________ Surety 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 – Contract Documents SECTION V Page 12 of 18 Updated: 5/4/2020 PROPOSAL (1) TO THE CITY OF CLEARWATER, FLORIDA, for 2023 Sewer Point Repair & Improvement Project, Sections C and D (No. 22-0006-UT) and doing such other work incidental thereto, all in accordance with the contract documents, marked 2023 Sewer Point Repair & Improvement Project, Sections C and D (No. 22-0006-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. N/A Not applicable. A bond will not be required for this project. ADDENDUM NO. 1 FOR 22-0006-UT 2023 Sewer Point Repair & Improvements Project DATE: June 15, 2022 SUBJECT: ADDENDUM NO. 1 TO: PROSPECTIVE BIDDERS AND OTHERS CONCERNED The Bid Tab for Project No. 22-0006-UT was Revised on 6/14/22 due to a Classification Error. Please use the version with “REVISED” in the title. END OF NOTICE ADDENDUM NO. 2 FOR 2023 SEWER POINT REPAIR AND IMPROVEMENTS (22-0006-UT) DATE: JUNE 28, 2022 SUBJECT: ADDENDUM NO. 2 TO: PROSPECTIVE BIDDERS AND OTHERS CONCERNED 1.Question: Will this contract be able to be used as a piggyback? a.Response: Yes S.39 COOPERATIVE USE OF CONTRACT. The City has entered into various cooperative purchasing agreements with other Florida government agencies, including the Tampa Bay Area Purchasing Cooperative. Under a Cooperative Purchasing Agreement, any contract may be extended for use by other municipalities, school districts and government agencies in the State of Florida with the approval of Contractor. Any such usage by other entities must be in accordance with the statutes, codes, ordinances, charter and/or procurement rules and regulations of the respective government agency. Orders placed by other agencies and payment thereof will be the sole responsibility of that agency. The City is not responsible for any disputes arising out of transactions made by others. 2.Question: For Section F, could a mobilization line item be added? a.Response: Yes. A line item for mobilization will be added. 3.Question: For Section F, Item 4, could bid items be added for 4-inch and 6-inch cleanout cap replacements? a.Response: Yes. Separate line items for 4-inch and 6-inch cleanout cap replacements will be added. 4.Question: For Section F, Item 5, could bid items be added for replacement of top 2 feet of 4-inch and 6-inch cleanouts? a.Response: Yes. Separate line items for replacement of the top two feet of 4-inch and 6- inch cleanouts. 5.Question: For Section F, Item 5, can cleanout replacements be SCH40 or SDR35? a.Response: Only Schedule 40 will be accepted. SDR 35 is not accepted. 6.Question: For Section F, Item 5, for replacing the top 2 feet of a cleanout, would this only be down to the tee? a.Response: Yes, replacement will stop at the tee. 7.Question: For Section F, the specifications call for an Excel format. Generally reports that are submitted for SSES requirements are in XLS, PDF, CSV, KML, and shapefiles. Would the City want reports in additional formats? a.Response: Yes. Additional formats are acceptable upon coordination with and approval by City project manager. 8.Question: For Section F, is a contractor’s license required for this section? This section requires no underground or heavy construction. Smoke testing essentially is a lawn mower engine that forces smoke into the sewer system. a.Response: Please refer to Section II of the City of Clearwater’s Contract Specifications. These documents must also be submitted with a prequalification application. 2.QUALIFICATION OF BIDDERS 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/government/city- departments/engineering/construction-management. Contractors wanting to pre-qualify to bid on a project as a General Contractor must do so two weeks (ten workdays) 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. The Contractor shall provide copies of the current Contractor License/Registration with the State of Florida and Pinellas County in the bid response. 9.Question: Is there a plan holders list that can be provided? a.Response: The plan holders list is provided as the attendants listed on the Pre-Bid Agenda. 10.Question: Can multiple contractors be awarded for a given Section: a.Response: Yes, but that is not our intention. 11.Question: Will “or equal” products not named in the City specifications be considered? a.Response: After award, manufacturers can contact winning bidders to discuss potential submittal of products for consideration as “or equals.” 12.Question: Is a Proposal/Bid Bond required if we bid on an individual Section of a Maintenance Contract? a.Response: Maintenance contracts do not require a Public Construction Bond or a Bid Bond. 13.Question: Does the Bid Proposal need to be physically or electronically submitted? a.Response: Sealed Bids must be submitted in a sealed envelope with the project name and number on the bottom left-hand corner. If forwarded by mail, the Bid must 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 in any other form will not be accepted, as stated in Section II, Subsection 11: SUBMISSION OF BIDS of the City's Contract Specifications. END OF NOTICE ADDENDUM NO. 3 FOR DATE: SUBJECT: TO: 22-0006-UT 2023 Sewer Point Repair & Improvements Project June 28, 2022 ADDENDUM NO. 3 PROSPECTIVE BIDDERS AND OTHERS CONCERNED The Bid Tab for Project No. 22-0006-UT was Revised on 6/28/22 to reflect updates in mobilzation fee and line items for Section F only. Please use the version with “REVISED on 6.28.22” in the title. Reference Addendum No. 2 to review the requested changes. END OF NOTICE SECTION V – Contract Documents SECTION V Page 15 of 17 Updated: 5/4/2020 BIDDER’S PROPOSAL PROJECT: 2023 Sewer Point Repair & Improvement Project, Sections C and D (No. 22-0006-UT) CONTRACTOR: Rowland, Inc. BIDDER'S TOTAL Section A: $ (Numbers) BIDDER'S TOTAL Section A: (Words) BIDDER'S TOTAL Section B: $ (Numbers) BIDDER'S TOTAL Section B: (Words) BIDDER'S TOTAL Section C: $15,000.00 (Numbers) BIDDER'S TOTAL Section C Fifteen Million dollars and zero cents (Words) BIDDER'S TOTAL Section D: $1,000,000.00 (Numbers) BIDDER'S TOTAL Section D: One million dollars and zero cents (Words) BIDDER'S TOTAL Section E: $ (Numbers) BIDDER'S TOTAL Section E: (Words) BIDDER'S TOTAL Section F: $ (Numbers) BIDDER'S TOTAL Section F: (Words) BIDDER'S GRAND TOTAL Sections C & D: $16,000,000.00 (Numbers) BIDDER'S GRAND TOTAL Sections C & D: Sixteen million dollars and zero cents (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. THE CONTRACTOR SHALL PROVIDE COPIES OF A CURRENT CONTRACTOR LICENSE/REGISTRATION WITH THE STATE OF FLORIDA AND PINELLAS COUNTY IN THE BID RESPONSE. General Item No. Description Units Quantity Unit Price Total Price 1 Emergency Mobilization/Demobilization & General Conditions1 (max $5,000) EA 30 5,000.00$ -$ 2 Non-Emergency Mobilization/Demobilization & General Conditions1 (max $4,000) EA 75 4,000.00$ 300,000.00$ Bypass pump set up/demob. & maintenance 3a 8”-12” Diameter DAY 30 3,000.00$ 90,000.00$ 3b 15”-18” Diameter DAY 30 4,200.00$ 126,000.00$ 3c 24” Diameter WK 8 30,000.00$ 240,000.00$ 3d 30” Diameter WK 8 36,000.00$ 288,000.00$ Maintenance of Traffic 2 (If not already included in line items 4b-4f) 4a Flagman2 HR 200 50.00$ 10,000.00$ 4b Multilane (FDOT Index No. 613)EA/DAY 30 1,400.00$ 42,000.00$ 4c Multilane (FDOT Index No. 614)EA/DAY 30 1,400.00$ 42,000.00$ 4d Multilane (FDOT Index No. 615)EA/DAY 20 1,400.00$ 28,000.00$ 4e Multilane (FDOT Index No. 616)EA/DAY 20 1,000.00$ 20,000.00$ 4f Multilane (FDOT Index No. 617)EA/DAY 20 1,000.00$ 20,000.00$ 4g Arrow Board - 5' Minimum Horizontal Size2 EA/DAY 30 137.00$ 4,110.00$ 4h Variable Message Board2 EA/DAY 30 182.00$ 5,460.00$ 4i Concrete Barrier (FDOT Index No. 415)2 EA/DAY 60 500.00$ 30,000.00$ 4j Low Profile Barrier (FDOT Index No. 412)2 EA/DAY 60 500.00$ 30,000.00$ 4k Sign in Work Zone2 EA/DAY 100 1.98$ 198.00$ 4l FDOT Cone2 EA/DAY 100 1.60$ 160.00$ 4m FDOT Channelizing Drum2 EA/DAY 100 1.60$ 160.00$ 4n Barricade, Type III with Warning Light2 EA/DAY 100 2.28$ 228.00$ 4o Barricade, Type I or II with Warning Light2 EA/DAY 100 1.60$ 160.00$ Labor hours Labor hours and equipment bid items (5 and 6) shall only be used where not already included in a bid item. 5a Forman regular time HOUR 2,500 110.00$ 275,000.00$ 5b Forman overtime HOUR 500 120.00$ 60,000.00$ 5c Operator regular time HOUR 4,000 90.00$ 360,000.00$ 5d Operator overtime HOUR 500 100.00$ 50,000.00$ 5e Truck Driver regular time HOUR 1,500 55.00$ 82,500.00$ 5f Truck Driver overtime HOUR 150 65.00$ 9,750.00$ 5g Pipe Layer regular time HOUR 4,000 85.00$ 340,000.00$ 5h Pipe Layer overtime HOUR 400 95.00$ 38,000.00$ 5i Laborer regular time HOUR 4,000 80.00$ 320,000.00$ 5j Laborer overtime HOUR 550 90.00$ 49,500.00$ Equipment 6a Foreman's pickup truck with hand tools HOUR 3,000 55.00$ 165,000.00$ 6b Job truck with tools HOUR 3,500 60.00$ 210,000.00$ 6c Tractor & Trailer (Transport)HOUR 200 50.00$ 10,000.00$ 6d Track Hoe (to 100 HP)HOUR 1,100 120.00$ 132,000.00$ 1Mobilization shall be per work order as defined by the City. Each work order may include more than one individual project. The unit price for mobilization shall not exceed $4,000 for non emergency mobilization and $5,000 for emergency mobilization. Emergency and non emergency mobilization are further defined in S ti IV f th C t t D t Group C: Wastewater Point Repair All bid items, unless otherwise specified, shall be inclusive of furnishing all material and labor for the complete installation of the bid item, inclusive of any necessary removal. Installation shall be completed in accordance with the specifications. The quantities provided are estimated per year for bidding purposes and may vary based on the actual work throughout the duration of the contract. The City of Clearwater (City) is not obligated to purchase any minimum or maximum amo nt d ring the life of the contract Unit costs for all bid items shall not be 6e Track Hoe (101 HP to 170 HP) HOUR 500 140.00$ 70,000.00$ 6f Track Hoe (171 HP and up) HOUR 750 160.00$ 120,000.00$ 6g Rubber Tired Backhoe HOUR 25 40.00$ 1,000.00$ 6h Wheel Loader (to 150 HP) HOUR 2,000 80.00$ 160,000.00$ 6i Wheel Loader (151 HP and up) HOUR 250 85.00$ 21,250.00$ 6j Track Type Tractors (to 100 HP) HOUR 150 30.00$ 4,500.00$ 6k Track Type Tractors (101 HP and up) HOUR 25 32.00$ 800.00$ 6l Dump Truck (Tandem Axle)HOUR 750 70.00$ 52,500.00$ 6m Plate Tamp HOUR 250 15.00$ 3,750.00$ 6n 3” Trash Pump HOUR 250 15.00$ 3,750.00$ 6o 4” Double Diaphragm Pump HOUR 2,000 25.00$ 50,000.00$ 6p Air Compressor (125 CFM min.)HOUR 100 20.00$ 2,000.00$ 6q 4” Jet Pump DAY 25 20.00$ 500.00$ 6r Emergency Hauling up to 2500 gallons HOUR 25 500.00$ 12,500.00$ 6s Emergency Hauling over 2500 gallons HOUR 25 500.00$ 12,500.00$ 7a Adjust storm structures EA 10 525.00$ 5,250.00$ 7b Underdrains LF 200 52.50$ 10,500.00$ 7c Build Up type Structures EA 10 525.00$ 5,250.00$ 7d Precast Type EA 10 1,050.00$ 10,500.00$ 7e Gabions and Mattresses CY 10 210.00$ 2,100.00$ 8a Seeding SF 25,000 0.10$ 2,500.00$ 8b Sodding SF 75,000 1.00$ 75,000.00$ 8c Tree protection EA 250 100.00$ 25,000.00$ 8d Tree Removal (<6" Trunk Diameter) EA 5 753.92$ 3,769.60$ 8e Tree Removal (6"-12" Trunk Diameter) EA 3 1,960.19$ 5,880.57$ 8f Tree Removal (13"-18" Trunk Diameter) EA 3 4,825.09$ 14,475.27$ 8g Tree Removal (>18" Trunk Diameter) EA 3 6,031.36$ 18,094.08$ 9a Full Width Milling (Up to 2") SY 5,500 42.00$ 231,000.00$ 9b Full Width Milling (2" to 4") SY 5,500 42.00$ 231,000.00$ 9c SP 12.5 Asphalt Concrete Resurfacing TN 500 450.00$ 225,000.00$ 9d SP 9.5 Asphalt Concrete Resurfacing TN 500 450.00$ 225,000.00$ 9e Pavement Marking - Crosswalks (Lane) LF 500 24.00$ 12,000.00$ 9f Pavement Marking - Stop Bars (Lane) EA 200 156.00$ 31,200.00$ 9g Pavement Marking - School Crossing/RR EA 50 240.00$ 12,000.00$ 9h Pavement Marking - Turn, Straight, Combo Arrows EA 50 180.00$ 9,000.00$ 9i Pavement Marking - Dashed (White, Yellow or Double Yellow)LF 500 8.40$ 4,200.00$ 9j Pavement Marking - Solid White LF 250 8.40$ 2,100.00$ 9k Pavement Marking - Solid Double Yellow LF 250 8.40$ 2,100.00$ 9l Pavement Marking - Solid Yellow LF 250 8.40$ 2,100.00$ 9m Temporary Pavement Marking - Turn, Straight, Combo Arrows EA 250 180.00$ 45,000.00$ 9n Preparation, Installation and Maintenance of Project Signs LS 25 120.00$ 3,000.00$ 9o Temporary Pavement Marking - Dashed (White, Yellow or Double Yellow) LF 250 4.80$ 1,200.00$ 9p Temporary Pavement Marking - Solid White LF 250 4.80$ 1,200.00$ 9q Temporary Pavement Marking - Solid Double Yellow LF 250 4.80$ 1,200.00$ 9r Temporary Pavement Marking - Solid Yellow LF 250 4.80$ 1,200.00$ 9s Remove and replace type I Curb (City Index 101 - Sheet 1 of 2) LF 500 66.00$ 33,000.00$ 9t Remove and replace valley gutter curb (City index 101 - Sheet 202) LF 500 110.40$ 55,200.00$ 9u Construct 5 foot wide ADA Ramp (City Index 109 - Sheet 2 of 3) EA 500 300.00$ 150,000.00$ Landscaping/Restoration Materials 9v Remove and Replace Concrete Sidewalk, (4" Min thickness) SF 500 15.00$ 7,500.00$ 9w Remove and Replace Concrete Sidewalk, (6" Min thickness) SF 500 25.00$ 12,500.00$ 9x Remove and Replace Concrete Driveway SY 250 155.00$ 38,750.00$ 9y 3000 psi Concrete CY 50 360.00$ 18,000.00$ 9z Off Site Selected Fill CY 1,500 30.00$ 45,000.00$ 9aa Limerock Base Material TON 1,000 100.00$ 100,000.00$ 9bb # 57 Washed Stone TON 750 60.00$ 45,000.00$ 9cc Crushed Concrete Base Material TON 750 130.00$ 97,500.00$ 9dd Stabilized Subgrade TON 750 73.62$ 55,215.00$ 9ee Removal of Unsuitable Soil TON 50 60.00$ 3,000.00$ 9ff Rip Rap TON 25 240.00$ 6,000.00$ 9gg Flowable Fill CY 25 240.00$ 6,000.00$ 9hh Brick Pavers SY 100 90.00$ 9,000.00$ 9ii Brick Paver Level Sand CY 10 36.00$ 360.00$ Well Point Dewatering 10 Well Point Dewatering LF/DAY 2,000 28.60$ 57,200.00$ Manholes and Gravity Main Appurtenances 11a Built up Type Manhole-4' diameter (Inclusive of lining, drops, ring, cover, etc.) VF 250 300.00$ 75,000.00$ 11b Built up Type Manhole-5' diameter (Inclusive of lining, drops, ring, cover, etc.) VF 25 300.00$ 7,500.00$ 11c Built up Type Manhole-6' diameter (Inclusive of lining, drops, ring, cover, etc.) VF 25 300.00$ 7,500.00$ 11d Precast Type Manhole-4' diameter (Inclusive of lining, drops, ring, cover, etc.) VF 250 1,000.00$ 250,000.00$ 11e Precast Type Manhole-5' diameter (Inclusive of lining, drops, ring, cover, etc.) VF 25 1,300.00$ 32,500.00$ 11f Precast Type Manhole-6' diameter (Inclusive of lining, drops, ring, cover, etc.) VF 25 1,500.00$ 37,500.00$ 11g Manhole Drop EA 10 500.00$ 5,000.00$ 11h HDPE Adjustment Ring EA 5 75.00$ 375.00$ 11i City’s standard manhole ring EA 30 1,100.00$ 33,000.00$ 11j City’s standard manhole cover EA 30 550.00$ 16,500.00$ 11k Abatement Inserts (dish/pan)EA 10 220.00$ 2,200.00$ 11l Furnish and install Cleanout EA 500 500.00$ 250,000.00$ 11m Furnish and install Two-way Cleanouts EA 10 500.00$ 5,000.00$ 11n Bench/invert Repair - Replacement EA 70 750.00$ 52,500.00$ 11o Injection grouting as required to stop infiltration and inflow GAL 1,000 275.00$ 275,000.00$ 11p Manhole clean/jet-vac EA 40 150.00$ 6,000.00$ 11q Remove existing liner for 4’ diameter manhole VF 750 165.00$ 123,750.00$ 11r Remove existing liner for 5’ diameter manhole VF 750 220.00$ 165,000.00$ 11s Remove existing liner for 6’ diameter manhole VF 750 260.00$ 195,000.00$ 11t Reset/Adjust Frame and Cover EA 25 500.00$ 12,500.00$ 11u Replace Frame and Cover EA 250 1,500.00$ 375,000.00$ 11v Seal manhole frame to corbel connection EA 250 225.00$ 56,250.00$ 11w Rear easement access EA 30 1,500.00$ 45,000.00$ Manhole Surfacing (Epoxy) - Manhole Coating Product: Raven 405 12a Liner system for 4’ diameter manhole-125 MILS VF 1,500 295.00$ 442,500.00$ 12b Liner System for 4' diameter manhole-250 MILS VF 1,500 400.00$ 600,000.00$ 12c Liner system for 5’ diameter manhole-125 MILS VF 1,500 368.75$ 553,125.00$ 12d Liner System for 5' diameter manhole-250 MILS VF 1,500 500.00$ 750,000.00$ 12e Liner system for 6’ diameter manhole-125 MILS VF 1,500 375.00$ 562,500.00$ 12f Liner System for 6' diameter manhole-250 MILS VF 1,500 500.00$ 750,000.00$ Manhole Surfacing (Cementitious) - Manhole Coating Product: Strong Seal MS-2C Coating System 13a Liner system for 4’ diameter manhole - 1/2 inch VF 500 195.00$ 97,500.00$ 13b Liner system for 5’ diameter manhole-1/2 inch VF 300 245.00$ 73,500.00$ 13c Liner system for 6’ diameter manhole- 1/2 inch VF 200 310.00$ 62,000.00$ Manhole Surfacing (Polyurethane) - Manhole Coating Product: Spraywall 14a Liner system for 4’ diameter manhole-125 MILS VF 1,500 295.00$ 442,500.00$ 14b Liner System for 4' diameter manhole-250 MILS VF 1,500 400.00$ 600,000.00$ 14c Liner system for 5’diameter manhole-125 MILS VF 1,500 368.75$ 553,125.00$ 14d Liner System for 5' diameter manhole-250 MILS VF 1,500 500.00$ 750,000.00$ 14e Liner system for 6’diameter manhole-125 MILS VF 1,500 375.00$ 562,500.00$ 14f Liner System for 6' diameter manhole-250 MILS VF 1,500 500.00$ 750,000.00$ Lateral Replacement and Lateral CIPP Furnish and replace existing service lateral from sewer main to new cleanout location (6"-8" Dia.) 15a Up to 5' deep LF 800 660.00$ 528,000.00$ 15c More than 5' and up to 10' deep LF 500 770.00$ 385,000.00$ 15c More than 10' and up to 15' deep LF 300 880.00$ 264,000.00$ 15d More than 15' and up to 20' deep LF 200 1,650.00$ 330,000.00$ Trenchless (CIPP) reconstruction of sewer lateral, CCTV and cleaning 16a 4” Dia. Sanitary Sewer Lat. 4.0 mm LF 500 225.00$ 112,500.00$ 16b 6” Dia. Sanitary Sewer Lat. 6.0 mm LF 300 250.00$ 75,000.00$ 16c 8” Dia. Sanitary Sewer Lat. 6.0 mm LF 50 275.00$ 13,750.00$ Grout Fill and Abandon Main 17a 2"-6" LF 7,500 15.00$ 112,500.00$ 17b 8"-12" LF 7,500 16.00$ 120,000.00$ 17c 16"-24" LF 5,000 20.00$ 100,000.00$ 17d >30" LF 5,000 50.00$ 250,000.00$ Remove Abandoned Main (if not already removing for replacing) 18a 2"-6" LF 5,000 22.10$ 110,500.00$ 18b 8"-12" LF 5,000 29.46$ 147,300.00$ 18c 16"-24" LF 2,000 44.20$ 88,400.00$ 18d >30" LF 500 58.92$ 29,460.00$ Gravity Mains PVC Gravity Mains (Inclusive of all Labor, Material, 19a 4” diameter (0' to 5') LF 5 544.50$ 2,722.50$ 19b 4” diameter (5.1' to 10') LF 5 907.50$ 4,537.50$ 19c 4” diameter (10.1' to 15') LF 5 1,255.98$ 6,279.90$ 19d 4” diameter (15.1' to 20') LF 5 2,254.80$ 11,274.00$ 19e 6” diameter (0' to 5') LF 25 544.50$ 13,612.50$ 19f 6” diameter (5.1' to 10') LF 25 914.76$ 22,869.00$ 19g 6” diameter (10.1' to 15') LF 5 1,306.80$ 6,534.00$ 19h 6” diameter (15.1' to 20') LF 5 3,305.18$ 16,525.90$ 19i 8” diameter (0' to 5') LF 1,000 551.76$ 551,760.00$ 19j 8” diameter (5.1' to 10') LF 1,000 965.58$ 965,580.00$ 19k 8” diameter (10.1' to 15') LF 500 1,314.06$ 657,030.00$ 19l 8” diameter (15.1' to 20') LF 500 2,261.62$ 1,130,810.00$ 19m 10” diameter (0' to 5') LF 1,000 559.02$ 559,020.00$ 19n 10” diameter (5.1' to 10') LF 1,000 972.84$ 972,840.00$ 19o 10” diameter (10.1' to 15') LF 500 1,277.76$ 638,880.00$ 19p 10” diameter (15.1' to 20') LF 500 2,268.88$ 1,134,440.00$ 19q 12” diameter (0' to 5') LF 500 573.54$ 286,770.00$ 19r 12” diameter (5.1' to 10') LF 500 936.54$ 468,270.00$ 19s 12” diameter (10.1' to 15') LF 250 1,285.02$ 321,255.00$ 19t 12” diameter (15.1' to 20') LF 100 2,082.80$ 208,280.00$ 19u 14”/15" diameter (0' to 5') LF 5 595.32$ 2,976.60$ 19v 14”/15" diameter (5.1' to 10') LF 5 965.58$ 4,827.90$ 19w 14”/15" diameter (10.1' to 15') LF 5 1,306.80$ 6,534.00$ 19x 14”/15" diameter (15.1' to 20') LF 5 2,305.00$ 11,525.00$ 19y 16”/18" diameter (0' to 5') LF 5 776.82$ 3,884.10$ 19z 16”/18" diameter (5.1' to 10') LF 5 980.10$ 4,900.50$ 19aa 16”/18" diameter (10.1' to 15') LF 5 1,328.58$ 6,642.90$ 19bb 16”/18" diameter (15.1' to 20') LF 5 2,319.70$ 11,598.50$ 19cc 20”/21" diameter (0' to 5') LF 5 653.40$ 3,267.00$ 19dd 20”/21" diameter (5.1' to 10') LF 5 1,016.40$ 5,082.00$ 19ee 20”/21" diameter (10.1' to 15') LF 5 1,364.88$ 6,824.40$ 19ff 20”/21" diameter (15.1' to 20') LF 5 2,363.26$ 11,816.30$ 19gg 24” diameter (0' to 5') LF 5 784.08$ 3,920.40$ 19hh 24” diameter (5.1' to 10') LF 5 1,183.38$ 5,916.90$ 19ii 24” diameter (10.1' to 15') LF 5 1,575.42$ 7,877.10$ 19jj 24” diameter (15.1' to 20') LF 5 2,675.44$ 13,377.20$ 19kk 30” diameter (0' to 5') LF 5 929.28$ 4,646.40$ 19ll 30” diameter (5.1' to 10') LF 5 1,328.58$ 6,642.90$ 19mm 30” diameter (10.1' to 15') LF 5 1,720.62$ 8,603.10$ 19nn 30” diameter (15.1' to 20') LF 5 2,813.88$ 14,069.40$ 19oo 36” diameter (0' to 5') LF 5 1,081.74$ 5,408.70$ 19pp 36” diameter (5.1' to 10') LF 5 1,481.04$ 7,405.20$ 19qq 36” diameter (10.1' to 15') LF 5 1,873.08$ 9,365.40$ 19rr 36” diameter (15.1' to 20') LF 5 2,719.00$ 13,595.00$ HDPE (Inclusive of all Labor, Material, and Associated Restraints) 20a 4” diameter (0' to 5') LF 5 206.25$ 1,031.25$ 20b 4” diameter (5.1' to 10') LF 5 343.75$ 1,718.75$ 20c 4” diameter (10.1' to 15') LF 5 475.75$ 2,378.75$ 20d 4” diameter (15.1' to 20') LF 5 1,061.50$ 5,307.50$ 20e 6” diameter (0' to 5') LF 25 206.25$ 5,156.25$ 20f 6” diameter (5.1' to 10') LF 25 346.50$ 8,662.50$ 20g 6” diameter (10.1' to 15') LF 5 495.00$ 2,475.00$ 20h 6” diameter (15.1' to 20') LF 5 1,130.75$ 5,653.75$ 20i 8” diameter (0' to 5') LF 50 209.00$ 10,450.00$ 20j 8” diameter (5.1' to 10') LF 50 365.75$ 18,287.50$ 20k 8” diameter (10.1' to 15') LF 10 497.75$ 4,977.50$ 20l 8” diameter (15.1' to 20') LF 10 1,114.25$ 11,142.50$ 20m 10” diameter (0' to 5') LF 100 211.75$ 21,175.00$ 20n 10” diameter (5.1' to 10') LF 100 368.50$ 36,850.00$ 20o 10” diameter (10.1' to 15') LF 5 484.00$ 2,420.00$ 20p 10” diameter (15.1' to 20') LF 5 1,117.00$ 5,585.00$ 20q 12” diameter (0' to 5') LF 500 217.25$ 108,625.00$ 20r 12” diameter (5.1' to 10') LF 500 354.75$ 177,375.00$ 20s 12” diameter (10.1' to 15') LF 250 486.75$ 121,687.50$ 20t 12” diameter (15.1' to 20') LF 100 1,122.00$ 112,200.00$ 20u 14”/15" diameter (0' to 5') LF 5 225.50$ 1,127.50$ 20v 14”/15" diameter (5.1' to 10') LF 5 365.75$ 1,828.75$ 20w 14”/15" diameter (10.1' to 15') LF 5 495.00$ 2,475.00$ 20x 14”/15" diameter (15.1' to 20') LF 5 1,130.75$ 5,653.75$ 20y 16”/18" diameter (0' to 5') LF 5 294.25$ 1,471.25$ 20z 16”/18" diameter (5.1' to 10') LF 5 371.25$ 1,856.25$ 20aa 16”/18" diameter (10.1' to 15') LF 5 503.25$ 2,516.25$ 20bb 16”/18" diameter (15.1' to 20') LF 5 1,136.25$ 5,681.25$ 20cc 20”/21" diameter (0' to 5') LF 5 247.50$ 1,237.50$ 20dd 20”/21" diameter (5.1' to 10') LF 5 385.00$ 1,925.00$ 20ee 20”/21" diameter (10.1' to 15') LF 5 517.00$ 2,585.00$ 20ff 20”/21" diameter (15.1' to 20') LF 5 1,152.75$ 5,763.75$ 20gg 24” diameter (0' to 5') LF 5 297.00$ 1,485.00$ 20hh 24” diameter (5.1' to 10') LF 5 448.25$ 2,241.25$ 20ii 24” diameter (10.1' to 15') LF 5 596.75$ 2,983.75$ 20jj 24” diameter (15.1' to 20') LF 5 1,271.00$ 6,355.00$ 20kk 30” diameter (0' to 5') LF 5 352.00$ 1,760.00$ 20ll 30” diameter (5.1' to 10') LF 5 503.25$ 2,516.25$ 20mm 30” diameter (10.1' to 15') LF 5 651.75$ 3,258.75$ 20nn 30” diameter (15.1' to 20') LF 5 1,323.25$ 6,616.25$ 20oo 36” diameter (0' to 5') LF 5 409.75$ 2,048.75$ 20pp 36” diameter (5.1' to 10') LF 5 561.00$ 2,805.00$ 20qq 36” diameter (10.1' to 15') LF 5 709.50$ 3,547.50$ 20rr 36” diameter (15.1' to 20') LF 5 1,287.50$ 6,437.50$ Force Main PVC Force Main (Inclusive of all Labor, Material, and Associated Restraints) 21a 4” diameter (0' to 5') LF 25 499.13$ 12,478.25$ 21b 4” diameter (5.1' to 10') LF 5 831.88$ 4,159.40$ Original = $4,159.38 21c 4” diameter (10.1' to 15') LF 5 1,151.32$ 5,756.60$ Original = $5,756.58 21d 4” diameter (15.1' to 20') LF 5 1,899.83$ 9,499.15$ 21e 6” diameter (0' to 5') LF 25 499.13$ 12,478.25$ Original = $12,478.13 21f 6” diameter (5.1' to 10') LF 25 838.53$ 20,963.25$ 21g 6” diameter (10.1' to 15') LF 5 1,197.90$ 5,989.50$ 21h 6” diameter (15.1' to 20') LF 5 1,946.42$ 9,732.10$ Original = $9,732.08 21i 8” diameter (0' to 5') LF 50 505.78$ 25,289.00$ 21j 8” diameter (5.1' to 10') LF 50 885.12$ 44,256.00$ 21k 8” diameter (10.1' to 15') LF 10 1,204.56$ 12,045.60$ Original = $12,045.55 21l 8” diameter (15.1' to 20') LF 10 1,906.49$ 19,064.90$ Original = $19,064.85 21m 10” diameter (0' to 5') LF 100 512.44$ 51,244.00$ Original = $51,243.50 21n 10” diameter (5.1' to 10') LF 100 891.77$ 89,177.00$ 21o 10” diameter (10.1' to 15') LF 5 1,171.28$ 5,856.40$ 21p 10” diameter (15.1' to 20') LF 5 1,913.14$ 9,565.70$ 21q 12” diameter (0' to 5') LF 500 525.75$ 262,875.00$ Original = $262,872.50 21r 12” diameter (5.1' to 10') LF 500 858.50$ 429,250.00$ Original = $429,247.50 21s 12” diameter (10.1' to 15') LF 250 1,177.94$ 294,485.00$ Original = $294,483.75 21t 12” diameter (15.1' to 20') LF 100 1,826.45$ 182,645.00$ 21u 14”/15" diameter (0' to 5') LF 5 545.71$ 2,728.55$ 21v 14”/15" diameter (5.1' to 10') LF 5 885.12$ 4,425.60$ Original = $4,425.58 21w 14”/15" diameter (10.1' to 15') LF 5 1,197.90$ 5,989.50$ 21x 14”/15" diameter (15.1' to 20') LF 5 1,946.42$ 9,732.10$ Original = $9,732.08 21y 16”/18" diameter (0' to 5') LF 5 712.09$ 3,560.45$ Original = $3,560.43 21z 16”/18" diameter (5.1' to 10') LF 5 898.43$ 4,492.15$ Original = $4,492.13 21aa 16”/18" diameter (10.1' to 15') LF 5 1,217.87$ 6,089.35$ 21bb 16”/18" diameter (15.1' to 20') LF 5 1,959.73$ 9,798.65$ Original = $9,798.63 21cc 20”/21" diameter (0' to 5') LF 5 598.95$ 2,994.75$ 21dd 20”/21" diameter (5.1' to 10') LF 5 931.70$ 4,658.50$ 21ee 20”/21" diameter (10.1' to 15') LF 5 1,251.14$ 6,255.70$ 21ff 20”/21" diameter (15.1' to 20') LF 5 1,999.66$ 9,998.30$ Original = $9,998.28 21gg 24” diameter (0' to 5') LF 5 718.74$ 3,593.70$ 21hh 24” diameter (5.1' to 10') LF 5 1,084.77$ 5,423.85$ Original = $5,423.83 21ii 24” diameter (10.1' to 15') LF 5 1,444.14$ 7,220.70$ Original = $7.220.68 21jj 24” diameter (15.1' to 20') LF 5 2,285.82$ 11,429.10$ 21kk 30” diameter (0' to 5') LF 5 851.84$ 4,259.20$ 21ll 30” diameter (5.1' to 10') LF 5 1,217.87$ 6,089.35$ Original = $6,089.33 21mm 30” diameter (10.1' to 15') LF 5 1,577.24$ 7,886.20$ Original = $7,886.18 21nn 30” diameter (15.1' to 20') LF 5 2,412.27$ 12,061.35$ Original = $12,061.33 21oo 36” diameter (0' to 5') LF 5 991.60$ 4,958.00$ Original = $4,957.98 21pp 36” diameter (5.1' to 10') LF 5 1,357.62$ 6,788.10$ 21qq 36” diameter (10.1' to 15') LF 5 1,716.99$ 8,584.95$ 21rr 36” diameter (15.1' to 20') LF 5 2,325.75$ 11,628.75$ DUCTILE IRON (Inclusive of all Labor, Material, and 22a 4” diameter (0' to 5') LF 5 559.02$ 2,795.10$ 22b 4” diameter (5.1' to 10') LF 5 891.77$ 4,458.85$ 22c 4” diameter (10.1' to 15') LF 5 1,157.97$ 5,789.85$ 22d 4” diameter (15.1' to 20') LF 5 1,859.90$ 9,299.50$ 22e 6” diameter (0' to 5') LF 25 545.71$ 13,642.75$ 22f 6” diameter (5.1' to 10') LF 25 878.46$ 21,961.50$ 22g 6” diameter (10.1' to 15') LF 5 1,191.25$ 5,956.25$ 22h 6” diameter (15.1' to 20') LF 5 1,919.80$ 9,599.00$ Original = $9,598.98 22i 8” diameter (0' to 5') LF 50 565.68$ 28,284.00$ 22j 8” diameter (5.1' to 10') LF 50 898.43$ 44,921.50$ Original = $44,921.25 22k 8” diameter (10.1' to 15') LF 10 1,177.94$ 11,779.40$ Original = $11,779.35 22l 8” diameter (15.1' to 20') LF 10 1,966.38$ 19,663.80$ 22m 10” diameter (0' to 5') LF 100 752.02$ 75,202.00$ Original = $75,201.50 22n 10” diameter (5.1' to 10') LF 100 785.29$ 78,529.00$ 22o 10” diameter (10.1' to 15') LF 5 1,237.83$ 6,189.15$ 22p 10” diameter (15.1' to 20') LF 5 1,986.35$ 9,931.75$ Original = $9,931.73 22q 12” diameter (0' to 5') LF 500 605.61$ 302,805.00$ Original = $302,802.50 22r 12” diameter (5.1' to 10') LF 500 938.36$ 469,180.00$ 22s 12” diameter (10.1' to 15') LF 250 1,104.73$ 276,182.50$ 22t 12” diameter (15.1' to 20') LF 100 1,796.31$ 179,631.00$ 22u 14”/15" diameter (0' to 5') LF 5 632.23$ 3,161.15$ Original = $3,161.13 22v 14”/15" diameter (5.1' to 10') LF 5 964.98$ 4,824.90$ Original = $4,824.88 22w 14”/15" diameter (10.1' to 15') LF 5 1,277.76$ 6,388.80$ 22x 14”/15" diameter (15.1' to 20') LF 5 2,032.93$ 10,164.65$ 22y 16”/18" diameter (0' to 5') LF 5 678.81$ 3,394.05$ 22z 16”/18" diameter (5.1' to 10') LF 5 798.60$ 3,993.00$ 22aa 16”/18" diameter (10.1' to 15') LF 5 838.53$ 4,192.65$ 22bb 16”/18" diameter (15.1' to 20') LF 5 2,072.86$ 10,364.30$ 22cc 20”/21" diameter (0' to 5') LF 5 692.12$ 3,460.60$ 22dd 20”/21" diameter (5.1' to 10') LF 5 1,024.87$ 5,124.35$ 22ee 20”/21" diameter (10.1' to 15') LF 5 1,331.00$ 6,655.00$ 22ff 20”/21" diameter (15.1' to 20') LF 5 2,092.83$ 10,464.15$ 22gg 24” diameter (0' to 5') LF 5 811.91$ 4,059.55$ 22hh 24” diameter (5.1' to 10') LF 5 1,177.94$ 5,889.70$ Original = $5,889.68 22ii 24” diameter (10.1' to 15') LF 5 1,537.31$ 7,686.55$ Original = $7,686.53 22jj 24” diameter (15.1' to 20') LF 5 2,378.99$ 11,894.95$ 22kk 30” diameter (0' to 5') LF 5 898.43$ 4,492.15$ Original = $4,492.13 22ll 30” diameter (5.1' to 10') LF 5 1,264.45$ 6,322.25$ 22mm 30” diameter (10.1' to 15') LF 5 1,623.82$ 8,119.10$ 22nn 30” diameter (15.1' to 20') LF 5 2,465.51$ 12,327.55$ Original = $12,327.53 22oo 36” diameter (0' to 5') LF 5 991.60$ 4,958.00$ Original = $4,957.98 22pp 36” diameter (5.1' to 10') LF 5 1,357.62$ 6,788.10$ 22qq 36” diameter (10.1' to 15') LF 5 1,716.99$ 8,584.95$ 22rr 36” diameter (15.1' to 20') LF 5 2,558.68$ 12,793.40$ Original = $12,793.38 HDPE (Inclusive of all Labor, Material, and Associated Restraints) 23a 4” diameter (0' to 5') LF 5 206.25$ 1,031.25$ 23b 4” diameter (5.1' to 10') LF 5 343.75$ 1,718.75$ 23c 4” diameter (10.1' to 15') LF 5 475.75$ 2,378.75$ 23d 4” diameter (15.1' to 20') LF 5 1,111.50$ 5,557.50$ 23e 6” diameter (0' to 5') LF 25 206.25$ 5,156.25$ 23f 6” diameter (5.1' to 10') LF 25 346.50$ 8,662.50$ 23g 6” diameter (10.1' to 15') LF 5 495.00$ 2,475.00$ 23h 6” diameter (15.1' to 20') LF 5 1,130.75$ 5,653.75$ 23i 8” diameter (0' to 5') LF 50 209.00$ 10,450.00$ 23j 8” diameter (5.1' to 10') LF 50 365.75$ 18,287.50$ 23k 8” diameter (10.1' to 15') LF 10 497.75$ 4,977.50$ 23l 8” diameter (15.1' to 20') LF 10 1,114.25$ 11,142.50$ 23m 10” diameter (0' to 5') LF 100 211.75$ 21,175.00$ 23n 10” diameter (5.1' to 10') LF 100 368.50$ 36,850.00$ 23o 10” diameter (10.1' to 15') LF 5 484.00$ 2,420.00$ 23p 10” diameter (15.1' to 20') LF 5 1,117.00$ 5,585.00$ 23q 12” diameter (0' to 5') LF 500 217.25$ 108,625.00$ 23r 12” diameter (5.1' to 10') LF 500 354.75$ 177,375.00$ 23s 12” diameter (10.1' to 15') LF 250 486.75$ 121,687.50$ 23t 12” diameter (15.1' to 20') LF 100 1,122.00$ 112,200.00$ 23u 14”/15" diameter (0' to 5') LF 5 225.50$ 1,127.50$ 23v 14”/15" diameter (5.1' to 10') LF 5 365.75$ 1,828.75$ 23w 14”/15" diameter (10.1' to 15') LF 5 495.00$ 2,475.00$ 23x 14”/15" diameter (15.1' to 20') LF 5 1,130.75$ 5,653.75$ 23y 16”/18" diameter (0' to 5') LF 5 294.25$ 1,471.25$ 23z 16”/18" diameter (5.1' to 10') LF 5 371.25$ 1,856.25$ 23aa 16”/18" diameter (10.1' to 15') LF 5 503.25$ 2,516.25$ 23bb 16”/18" diameter (15.1' to 20') LF 5 1,136.25$ 5,681.25$ 23cc 20”/21" diameter (0' to 5') LF 5 247.50$ 1,237.50$ 23dd 20”/21" diameter (5.1' to 10') LF 5 385.00$ 1,925.00$ 23ee 20”/21" diameter (10.1' to 15') LF 5 517.00$ 2,585.00$ 23ff 20”/21" diameter (15.1' to 20') LF 5 1,152.75$ 5,763.75$ 23gg 24” diameter (0' to 5') LF 5 297.00$ 1,485.00$ 23hh 24” diameter (5.1' to 10') LF 5 448.25$ 2,241.25$ 23ii 24” diameter (10.1' to 15') LF 5 596.75$ 2,983.75$ 23jj 24” diameter (15.1' to 20') LF 5 1,271.00$ 6,355.00$ 23kk 30” diameter (0' to 5') LF 5 352.00$ 1,760.00$ 23ll 30” diameter (5.1' to 10') LF 5 503.25$ 2,516.25$ 23mm 30” diameter (10.1' to 15') LF 5 651.75$ 3,258.75$ 23nn 30” diameter (15.1' to 20') LF 5 1,323.25$ 6,616.25$ 23oo 36” diameter (0' to 5') LF 5 409.75$ 2,048.75$ 23pp 36” diameter (5.1' to 10') LF 5 561.00$ 2,805.00$ 23qq 36” diameter (10.1' to 15') LF 5 709.50$ 3,547.50$ 23rr 36” diameter (15.1' to 20') LF 5 1,287.50$ 6,437.50$ Force Main Pipe Bursting (Includes connection to existing upstream and downstream force mains) 24a Furnish and Install 4" HDPE Pipe Bursting, DR 11 LF 1,000 115.50$ 115,500.00$ 24b Furnish and Install 6" HDPE Pipe Bursting, DR 11 LF 1,000 137.50$ 137,500.00$ 24c Furnish and Install 8" HDPE Pipe Bursting, DR 11 LF 1,000 154.00$ 154,000.00$ 24d Furnish and Install 10" HDPE Pipe Bursting, DR 11 LF 500 181.50$ 90,750.00$ 24e Furnish and Install 12" HDPE Pipe Bursting, DR 11 LF 1,000 203.50$ 203,500.00$ 24f Furnish and Install 16" HDPE Pipe Bursting, DR 11 LF 1,000 293.70$ 293,700.00$ 24g Furnish and Install 20" HDPE Pipe Bursting, DR 11 LF 1,000 319.00$ 319,000.00$ 24h Furnish and Install 24" HDPE Pipe Bursting, DR 11 LF 500 390.50$ 195,250.00$ 24i Furnish and Install 30" HDPE Pipe Bursting, DR 11 LF 500 577.50$ 288,750.00$ Gravity Main Pipe Bursting (Includes connection to existing upstream and downstream gravity main or manhole) 25a Furnish and Install 8" HDPE Pipe Bursting, to replace 6" or 8" gravity main LF 2,000 165.00$ 330,000.00$ 25b Furnish and Install 10" HDPE Sanitary Sewer Mains LF 500 192.50$ 96,250.00$ 25c Furnish and Install 12" HDPE Sanitary Sewer Mains LF 1,000 220.00$ 220,000.00$ 25d Furnish and Install 15" HDPE Sanitary Sewer Mains LF 100 258.50$ 25,850.00$ 25e Furnish and Install 18" HDPE Sanitary Sewer Mains LF 1,000 286.00$ 286,000.00$ 25f Furnish and Install 20" HDPE Sanitary Sewer Mains LF 100 357.50$ 35,750.00$ 25g Furnish and Install 24" HDPE Sanitary Sewer Mains LF 1,000 412.50$ 412,500.00$ 25h Furnish and Install 30" HDPE Sanitary Sewer Mains LF 250 605.00$ 151,250.00$ 25i Furnish and Install 36" HDPE Sanitary Sewer Mains LF 200 715.00$ 143,000.00$ Ductile Iron Fittings (Tees, Crosses, 90, 45, 22.5, 11.25, Sleeve, and inclusive all necessary restraints) (Protecto 401 Lined) 26a 4” diameter TON 3.00 70,369.19$ 211,107.57$ 26b 6" diameter TON 3.00 66,603.92$ 199,811.76$ 26c 8" diameter TON 3.00 69,164.10$ 207,492.30$ 26d 10" diameter TON 3.00 66,709.94$ 200,129.82$ 26e 12" diameter TON 3.00 61,378.55$ 184,135.65$ 26f 14" diameter TON 3.00 57,227.88$ 171,683.64$ 26g 16" diameter TON 3.00 56,921.49$ 170,764.47$ 26h 18" diameter TON 3.00 49,693.96$ 149,081.88$ 26i 20" diameter TON 3.00 51,244.87$ 153,734.61$ 26j 24" diameter TON 3.00 53,209.95$ 159,629.85$ 26k 30" diameter TON 3.00 47,866.34$ 143,599.02$ 26l 36" diameter TON 3.00 51,028.19$ 153,084.57$ Water main replacement (Incidental to Sewer Repair) PVC (Inclusive of all Labor, Material, and Associated Restraints) 27a 4” diameter LF 50 572.00$ 28,600.00$ 27b 6” diameter LF 50 577.50$ 28,875.00$ 27c 8” diameter LF 50 610.50$ 30,525.00$ 27d 10” diameter LF 50 616.00$ 30,800.00$ 27e 12” diameter LF 50 594.00$ 29,700.00$ 27f 14” diameter LF 10 610.50$ 6,105.00$ 27g 18” diameter LF 10 616.00$ 6,160.00$ 27h 20” diameter LF 10 643.50$ 6,435.00$ 27i 24” diameter LF 10 748.00$ 7,480.00$ 27j 30” diameter LF 10 836.00$ 8,360.00$ 27k 36” diameter LF 10 935.00$ 9,350.00$ DUCTILE IRON (Inclusive of all Labor, Material, and Associated Restraints) 28a 4” diameter LF 10 605.00$ 6,050.00$ 28b 6” diameter LF 25 616.00$ 15,400.00$ 28c 8” diameter LF 50 621.50$ 31,075.00$ 28d 10” diameter LF 10 632.50$ 6,325.00$ 28e 12” diameter LF 10 649.00$ 6,490.00$ 28f 14” diameter LF 5 665.50$ 3,327.50$ 28g 18” diameter LF 5 693.00$ 3,465.00$ 28h 20” diameter LF 5 704.00$ 3,520.00$ 28i 24” diameter LF 5 814.00$ 4,070.00$ 28j 30” diameter LF 5 869.00$ 4,345.00$ 28k 36” diameter LF 5 935.00$ 4,675.00$ HDPE (Inclusive of all Labor, Material, and Associated Restraints) 29a 4” diameter LF 10 155.00$ 1,550.00$ 29b 6” diameter LF 25 155.00$ 3,875.00$ 29c 8” diameter LF 50 157.00$ 7,850.00$ 29d 10” diameter LF 10 257.00$ 2,570.00$ 29e 12” diameter LF 10 257.00$ 2,570.00$ 29f 14” diameter LF 5 257.00$ 1,285.00$ 29g 18” diameter LF 5 260.00$ 1,300.00$ 29h 20” diameter LF 5 262.00$ 1,310.00$ 29i 24” diameter LF 5 267.00$ 1,335.00$ 29j 30” diameter LF 5 272.00$ 1,360.00$ 29k 36” diameter LF 5 284.00$ 1,420.00$ Ductile Iron Fittings (Tees, Crosses, 90, 45, 22.5, 11.25, Sleeve, and inclusive all necessary restraints) (Cement Lined) 30a 4” diameter TON 1.00 36,846.77$ 36,846.77$ 30b 6" diameter TON 1.00 34,442.05$ 34,442.05$ 30c 8" diameter TON 1.00 19,784.00$ 19,784.00$ 30d 10" diameter TON 1.00 38,069.17$ 38,069.17$ 30e 12" diameter TON 1.00 34,600.46$ 34,600.46$ 30f 14" diameter TON 1.00 35,044.48$ 35,044.48$ 30g 16" diameter TON 1.00 35,213.94$ 35,213.94$ 30h 18" diameter TON 1.00 33,396.93$ 33,396.93$ 30i 20" diameter TON 1.00 33,931.25$ 33,931.25$ 30j 24" diameter TON 1.00 36,534.09$ 36,534.09$ 30k 30" diameter TON 1.00 34,145.96$ 34,145.96$ 30l 36" diameter TON 1.00 36,701.11$ 36,701.11$ Reinforced Concrete Pipe (Inclusive of all Labor, Material, and Associated Restraints) 31a 12" ID LF 5 93.50$ 467.50$ 31b 15" ID LF 5 93.50$ 467.50$ 31c 18" ID LF 5 99.00$ 495.00$ 31d 21" ID LF 5 0.01$ 0.05$ Original = $0.06 31e 24" ID LF 5 236.50$ 1,182.50$ 31f 27" ID LF 5 0.01$ 0.05$ Original = $0.06 31g 30" ID LF 5 1,650.00$ 8,250.00$ 31h 36" ID LF 5 1,677.50$ 8,387.50$ Appurtenances Plug Valves with Valve Box (Wastewater Only) 32a 4” EA 200 1,657.69$ 331,538.00$ 32b 6” EA 250 2,376.92$ 594,230.00$ 32c 8” EA 500 3,724.16$ 1,862,080.00$ 32d 10” EA 100 6,391.95$ 639,195.00$ 32e 12” EA 50 7,892.95$ 394,647.50$ 32f 14” EA 10 14,396.03$ 143,960.30$ 32g 18” EA 5 23,689.09$ 118,445.45$ 32h 20” EA 5 31,872.22$ 159,361.10$ Gate Valves with Valve Box 33a 4” EA 200 2,073.39$ 414,678.00$ 33b 6” EA 250 2,531.31$ 632,827.50$ 33c 8” EA 500 3,299.50$ 1,649,750.00$ 33d 10” EA 100 5,836.10$ 583,610.00$ 33e 12” EA 50 7,120.80$ 356,040.00$ 33f 14” EA 10 18,030.92$ 180,309.20$ 33g 18” EA 5 38,357.81$ 191,789.05$ 33h 20” EA 5 40,614.36$ 203,071.80$ 33i 24" EA 5 53,348.43$ 266,742.15$ 33j Valve Box Only EA 50 425.61$ 21,280.50$ Tapping Sleeves and Tapping Valves 34a 4” EA 25 6,578.70$ 164,467.50$ 34b 6” EA 50 7,915.06$ 395,753.00$ 34c 8” EA 50 10,299.70$ 514,985.00$ 34d 10” EA 10 17,814.56$ 178,145.60$ 34e 12” EA 25 22,313.71$ 557,842.75$ 34f 14” EA 5 49,373.59$ 246,867.95$ 34g 18” EA 5 81,146.53$ 405,732.65$ 34h 20” EA 5 94,362.42$ 471,812.10$ Linestops 35a 4” EA 10 6,726.94$ 67,269.40$ 35b 6” EA 10 7,143.33$ 71,433.30$ 35c 8” EA 10 8,195.65$ 81,956.50$ 35d 10” EA 10 11,003.39$ 110,033.90$ 35e 12” EA 10 11,466.23$ 114,662.30$ 35f 14” EA 5 14,685.39$ 73,426.95$ 35g 18” EA 5 18,840.75$ 94,203.75$ 35h 20” EA 5 19,894.11$ 99,470.55$ Repair Clamp 36a 4”EA 15 1,406.64$ 21,099.60$ 36b 6”EA 15 1,652.47$ 24,787.05$ 36c 8”EA 15 2,007.52$ 30,112.80$ 36d 10” EA 15 2,766.28$ 41,494.20$ 36e 12” EA 15 3,255.81$ 48,837.15$ 36f 14” EA 5 3,574.79$ 17,873.95$ 36g 18”EA 5 4,168.84$ 20,844.20$ 36h 20” EA 5 5,440.82$ 27,204.10$ 36i 24"EA 5 5,715.17$ 28,575.85$ 36j 30"EA 5 8,167.66$ 40,838.30$ 36k 36"EA 5 8,579.19$ 42,895.95$ Fire Hydrant 37a Fire Hydrant Assembly With Valve (5-1/4") EA 20 9,820.19$ 196,403.80$ 37b Fire Hydrant Assembly Without Valve (5-1/4") EA 10 7,852.10$ 78,521.00$ Service Saddles (Water and RCW Only) 38a 4” EA 100 189.00$ 18,900.00$ 38b 6” EA 150 199.50$ 29,925.00$ 38c 8” EA 200 241.50$ 48,300.00$ 38d 10” EA 50 273.00$ 13,650.00$ 38e 12” EA 25 283.50$ 7,087.50$ 38f 14” EA 5 315.00$ 1,575.00$ 38g 18” EA 5 430.50$ 2,152.50$ 38h 20” EA 5 483.00$ 2,415.00$ Trenchless Pipeline Installation (Wastewater and Water/Reclaimed Water Piping Incidental to Sewer Repair) Directional Drill 39a Furnish and Install 4" HDPE by directional drill, DR 11 with Transitional Ends LF 1,000 70.75$ 70,750.00$ 39b Furnish and Install 6" HDPE by directional drill, DR 11 with Transitional Ends LF 1,000 96.00$ 96,000.00$ 39c Furnish and Install 8" HDPE by directional drill, DR 11 with Transitional Ends LF 1,000 118.00$ 118,000.00$ 39d Furnish and Install 10" HDPE by directional drill, DR 11 with Transitional Ends LF 500 135.00$ 67,500.00$ 39e Furnish and Install 12" HDPE by directional drill, DR 11 with Transitional Ends LF 1,000 191.00$ 191,000.00$ 39f Furnish and Install 16" HDPE by directional drill, DR 11 with Transitional Ends LF 1,000 287.00$ 287,000.00$ 39g Furnish and Install 20" HDPE by directional drill, DR 11 with Transitional Ends LF 1,000 370.00$ 370,000.00$ 39h Furnish and Install 24" HDPE by directional drill, DR 11 with Transitional Ends LF 1,000 500.00$ 500,000.00$ 39i Furnish and Install 30" HDPE by directional drill, DR 11 with Transitional Ends LF 1,000 550.00$ 550,000.00$ 39j Furnish and Install 36" HDPE by directional drill, DR 11 with Transitional Ends LF 1,000 781.00$ 781,000.00$ 39k Furnish and Install 4" Restrained PVC by directional drill, DR 18 with Transitional Ends LF 1,000 49.21$ 49,210.00$ 39l Furnish and Install 6" Restrained PVC by directional drill, DR 18 with Transitional Ends LF 1,000 71.87$ 71,870.00$ 39m Furnish and Install 8" Restrained PVC by directional drill, DR 18 with Transitional Ends LF 1,000 113.25$ 113,250.00$ 39n Furnish and Install 10" Restrained PVC by directional drill, DR 18 with Transitional Ends LF 500 165.07$ 82,535.00$ 39o Furnish and Install 12" Restrained PVC by directional drill, DR 18 with Transitional Ends LF 1,000 235.08$ 235,080.00$ 39p Furnish and Install 16" Restrained PVC by directional drill, DR 18 with Transitional Ends LF 1,000 521.51$ 521,510.00$ 39q Furnish and Install 20" Restrained PVC by directional drill, DR 18 with Transitional Ends LF 1,000 863.13$ 863,130.00$ 39r Furnish and Install 24" Restrained PVC by directional drill, DR 18 with Transitional Ends LF 1,000 1,201.81$ 1,201,810.00$ 39s Furnish and Install 30" Restrained PVC by directional drill, DR 18 with Transitional Ends LF 1,000 0.01$ 10.00$ 39t Furnish and Install 36" Restrained PVC by directional drill, DR 18 with Transitional Ends LF 1,000 0.01$ 10.00$ Jack and Bore 40a Furnish and Install 4" OD Steel Casing Pipe by Jack and Bore per city standard detail LF 200 131.25$ 26,250.00$ 40b Furnish and Install 6" OD Steel Casing Pipe by Jack and Bore per city standard detail LF 200 131.25$ 26,250.00$ 40c Furnish and Install 12" OD Steel Casing Pipe by Jack and Bore per city standard detail LF 200 270.38$ 54,076.00$ Original = $54,075.00 40d Furnish and Install 14" OD Steel Casing Pipe by Jack and Bore per city standard detail LF 100 273.00$ 27,300.00$ 40e Furnish and Install 16" OD Steel Casing Pipe by Jack and Bore per city standard detail LF 500 278.25$ 139,125.00$ 40f Furnish and Install 20" OD Steel Casing Pipe by Jack and Bore per city standard detail LF 500 283.50$ 141,750.00$ 40g Furnish and Install 24" OD Steel Casing Pipe by Jack and Bore per city standard detail LF 250 294.00$ 73,500.00$ 40h Furnish and Install 30" OD Steel Casing Pipe by Jack and Bore per city standard detail LF 250 328.13$ 82,032.50$ Original = $82,031.25 40i Furnish and Install 36" OD Steel Casing Pipe by Jack and Bore per city standard detail LF 250 354.38$ 88,595.00$ Original = $88,593.75 40j Furnish and Install 42" OD Steel Casing Pipe by Jack and Bore per city standard detail LF 250 399.00$ 99,750.00$ 41 Miscellaneous Items 42 Miscellaneous Markup (10% maximum allowed) 0.10 -$ 57,544,063.57$ Original = $63,463,450.58 Item No. Description Units Quantity Unit Price Total Price 1 Mobilization/Demobilization including Traffic 1 LS/WO 10 4,000.00$ 40,000.00$ Cleanout and Sewer Lateral 2 Furnish and install Cleanout EA 500 500.00$ 250,000.00$ 3 Furnish and replace existing service lateral from sewer main 3a Up to 5' deep LF 800 660.00$ 528,000.00$ 3b More than 5' and up to 10' deep LF 500 770.00$ 385,000.00$ 3c More than 10' and up to 15' deep LF 300 880.00$ 264,000.00$ 3d More than 15' and up to 20' deep LF 200 1,650.00$ 330,000.00$ Sewer Lateral CIPP 4 Trenchless (CIPP) reconstruction of sewer lateral, CCTV and cleaning 5a 4” Dia. Sanitary Sewer Lat. 4.0 mm LF 500 225.00$ 112,500.00$ 5b 6” Dia. Sanitary Sewer Lat. 6.0 mm LF 300 250.00$ 75,000.00$ 5c 8” Dia. Sanitary Sewer Lat. 6.0 mm LF 50 275.00$ 13,750.00$ 6 Miscellaneous Items 7 Miscellaneous Markup (10% maximum allowed) 0.10 -$ 1,998,250.00$ TOTAL SECTION C = D. Sanitary Cleanouts and Laterals General 1Mobilization shall be per work order as defined by the City. Each work order may include more than one individual project. The unit price for mobilization shall not exceed $4 000 for non emergency mobilization TOTAL SECTION D = All bid items, unless otherwise specified, shall be inclusive of furnishing all material and labor for the complete installation of the bid item, inclusive of any necessary removal. Installation shall be completed in accordance with the specifications. The quantities provided are estimated per year for bidding purposes and may vary based on the actual work throughout the duration of the contract. The City of Clearwater (City) is not obligated to purchase any minimum or maximum amount during the life of the contract. Unit costs for all bid items shall not be Halsey Beshears, SecretaryRon DeSantis, GovernorSTATE OF FLORIDADEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATIONCONSTRUCTION INDUSTRY LICENSING BOARDTHE UNDERGROUND UTILITY & EXCAVATION CO HEREIN IS CERTIFIED UNDER THEPROVISIONS OF CHAPTER 489, FLORIDA STATUTESROWLAND, KENNETH DEANDo not alter this document in any form.ROWLAND INCLICENSE NUMBER: CUC052617EXPIRATION DATE: AUGUST 31, 2022This is your license. It is unlawful for anyone other than the licensee to use this document.6855 102ND AVE NPINELLAS PARK FL 33782Always verify licenses online at MyFloridaLicense.com Page 13 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 Company ID Number: Approved by: Employer Name (Please Type or Print)Title Signature Date Department of Homeland Security – Verification Division Name (Please Type or Print)Title Signature Date 656954 Rowland, Inc. Lydia M Connolly Electronically Signed 03/28/2013 USCIS Verification Division Electronically Signed 03/28/2013 Page 14 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 Company ID Number: Information Required for the E-Verify Program Information relating to your Company: Company Name Company Facility Address Company Alternate Address County or Parish Employer Identification Number North American Industry Classification Systems Code Parent Company Number of Employees Number of Sites Verified for 656954 Rowland, Inc. 6855 102nd Ave. North Pinellas Park, FL 33782 6855 102nd Ave. North Pinellas Park, FL 33782 PINELLAS 590978899 221 20 to 99 1 SECTION V Page i Updated: 5/4/2020 SECTION V CONTRACT DOCUMENTS Table of Contents PUBLIC CONSTRUCTION BOND ......................................................................................................... 1 CONTRACT ................................................................................................................................................ 4 CONSENT OF SURETY TO FINAL PAYMENT .................................................................................. 8 PROPOSAL/BID BOND ............................................................................................................................ 9 AFFIDAVIT .............................................................................................................................................. 10 NON-COLLUSION AFFIDAVIT ........................................................................................................... 11 PROPOSAL ............................................................................................................................................... 12 CITY OF CLEARWATER ADDENDUM SHEET ............................................................................... 14 BIDDER’S PROPOSAL ........................................................................................................................... 15 SCRUTINIZED COMPANIES AND BUSINESS OPERATIONS WITH CUBA AND SYRIA CERTIFICATION FORM ....................................................................................................................... 18 SCRUTINIZED COMPANIES THAT BOYCOTT ISRAEL LIST CERTIFICATION FORM ...... 19 SECTION V – Contract Documents SECTION V Page 1 of 19 Updated: 5/4/2020 Bond No.: ________________ PUBLIC CONSTRUCTION BOND (1) N/A Not applicable. A bond will not be required for this project. 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 copy 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 Engineered Spray Solutions, LLC. 1306 Banana Rd. Lakeland, FL 33810 (863) 577-4821 NOT APPLICABLE City of Clearwater Engineering 100 S. Myrtle Avenue Clearwater, FL 33756 (727) 562-4750 PROJECT NAME: 2023 Sewer Point Repair & Improvement Project PROJECT NO.: 22-0006-UT Section E – Manhole Surfacing Polyurethane PROJECT DESCRIPTION: To establish a multi-year contract for as-needed services for Wastewater infrastructure improvements and repairs. BY THIS BOND, We, __________________________________, as Contractor, and __________________________________ , a corporation, as Surety, are bound to the City of Clearwater, Florida, herein called Owner, in the sum of $[x,xxx,xxx.xx], 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 the 2023 Sewer Point Repair & Improvement Project, 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 SECTION V – Contract Documents SECTION V Page 2 of 19 Updated: 5/4/2020 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 – Contract Documents SECTION V Page 3 of 19 Updated: 5/4/2020 Bond No.:________________ PUBLIC CONSTRUCTION BOND (2) N/A Not applicable. A bond will not be required for this project. 3.Pays Owner all losses, damages, expenses, costs, and attorney’s fees, including appellateproceedings, that Owner sustains because of a default by Contractor under the contract; and4.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 intentionalwrongful misconduct of Contractor and persons employed or utilized by Contractor in the performance of the construction contract; and5.Performs the guarantee of all work and materials furnished under the contract for the time specifiedin 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 thenotice 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 anyformalities connected with the contract or the changes does not affect Surety’s obligation underthis bond, and Surety does hereby waive notice of any such change, extension of time, alteration oraddition 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). Engineered Spray Solutions, LLC. By: ____________________________ Title: ____________________________ Print Name: ____________________________ WITNESS: WITNESS: _______________________________________ _______________________________________ Corporate Secretary or Witness Print Name: ____________________________ Print Name: _____________________________ (affix corporate seal) NOT APPLICABLE (Corporate Surety) By: _________________________________ ATTORNEY-IN-FACT Print Name: ___________________________ (affix corporate seal) (Power of Attorney must be attached) SECTION V – Contract Documents SECTION V Page 4 of 19 Updated: 5/4/2020 CONTRACT (1) This CONTRACT made and entered into this ___ day of ____________, 2022_ by and between the City of Clearwater, Florida, a municipal corporation, hereinafter designated as the "City", and Engineered Spray Solutions, LLC, of the City of Lakeland County of Polk and State of Florida, hereinafter designated as the "Contractor". [Or, if out of state:] NOT APPLICABLE 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: 2023 Sewer Point Repair & Improvements (Section E) PROJECT NO.: 22-0006-UT in the amount of, not to exceed, $2,000,000 for the initial contract term 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 – Contract Documents SECTION V Page 5 of 19 Updated: 5/4/2020 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 – Contract Documents SECTION V Page 6 of 19 Updated: 5/4/2020 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, 600 Cleveland St. 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 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 SECTION V – Contract Documents SECTION V Page 8 of 19 Updated: 5/4/2020 CONSENT OF SURETY TO FINAL PAYMENT TO OWNER: City of Clearwater PROJECT NAME: 2023 Sewer Point Repair & Improvement Project Engineering Dept. PROJECT NO.:22-0006-UT 100 S. Myrtle Ave. CONTRACT DATE: [__________] Clearwater, FL 33756 BOND NO.: [__________], recorded in O.R. Book [____], Page [____], of the Public Records of Pinellas County, Florida. CONTRACTOR: Engineered Spray Solutions, 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: NOT APPLICABLE ,SURETY, on bond of Engineered Spray Solutions, LLC 1306 Banana Rd.. Lakeland, FL 33810 ,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 ,OWNER, as set forth in said Surety’s bond. IN WITNESS WHEREOF, the Surety has hereunto set its hand this ___ day of ___________, ______ NOT APPLICABLE (Surety) __________________________________________ (Signature of authorized representative) __________________________________________ (Printed name and title) Attest: (Seal): N/A Not applicable. A bond will not be required for this project. SECTION V – Contract Documents SECTION V Page 9 of 19 Updated: 5/4/2020 PROPOSAL/BID BOND (Not to be filled out if a certified check is submitted) N/A Not applicable. A bond will not be required for this project. KNOWN ALL MEN BY THESE PRESENTS: That we, the undersigned, ______________________ __________________________________ as Contractor, and _____________________________ ______________________________ as Surety, whose address is ___________________________ ____________________________________________________, are held and firmly bound unto the City of Clearwater, Florida, in the sum of ___________________________________________ Dollars ($_______________) (being a minimum of 10% of Contractor's total bid amount) for the payment of which, well and truly to be made, we hereby jointly and severally bind ourselves, our heirs, executors, administrators, successors and assigns. The condition of the above obligation is such that if the attached Proposal of ______________________ ____________________ as Contractor, and _______________________________________ as Surety, for work specified as: _____________________________________________________________ ____________________________________________________________________________________ all as stipulated in said Proposal, by doing all work incidental thereto, in accordance with the plans and specifications provided herefor, all within Pinellas County, is accepted and the contract awarded to the above named bidder, and the said bidder shall within ten days after notice of said award enter into a contract, in writing, and furnish the required 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, ______ Company, or ______ Individual Signed this ______ day of ____________________, 20____. __________________________________________ Contractor __________________________________________ Principal By: _______________________________________ Title __________________________________________ NOT APPLICABLE Surety 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 – Contract Documents SECTION V Page 12 of 19 Updated: 5/4/2020 PROPOSAL (1) TO THE CITY OF CLEARWATER, FLORIDA, for 2023 Sewer Point Repair & Improvement Project, Section E (No. 22-0006-UT) and doing such other work incidental thereto, all in accordance with the contract documents, marked 2023 Sewer Point Repair & Improvement Project, Section E (No. 22-0006-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 – Contract Documents SECTION V Page 15 of 19 Updated: 5/4/2020 BIDDER’S PROPOSAL PROJECT: 2023 Sewer Point Repair & Improvement Project, Section E (No. 22-0006-UT) CONTRACTOR: ENGINEERED SPRAY SOLUTIONS, LLC. BIDDER'S TOTAL Section A: $________________ (Numbers) BIDDER'S TOTAL Section A: __________________ (Words) BIDDER'S TOTAL Section B: $ (Numbers) BIDDER'S TOTAL Section B: __________________ (Words) BIDDER'S TOTAL Section C: $________________ (Numbers) BIDDER'S TOTAL Section C: __________________ (Words) BIDDER'S TOTAL Section D: $________________ (Numbers) BIDDER'S TOTAL Section D: __________________ (Words) BIDDER'S TOTAL Section E: $ 2,000,000.00 (Numbers) BIDDER'S TOTAL Section E: Two million dollars and zero cents (Words) BIDDER'S TOTAL Section F: $ (Numbers) BIDDER'S TOTAL Section F: (Words) BIDDER'S GRAND TOTAL Section E: $ 2,000,000.00 (Numbers) BIDDER'S GRAND TOTAL Section E: Two million dollars and zero cents (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. DBE NO Item No. Description Units Quantity Unit Price Total Price 1 Mobilization/Demobilization including Traffic 1 LS/WO 3 4,000.00$ 12,000.00$ 2a Liner system for 4’ diameter manhole-125 MILS VF 1,500 401.00$ 601,500.00$ 2b Liner System for 4' diameter manhole-250 MILS VF 1,500 541.00$ 811,500.00$ 2c Liner system for 5’diameter manhole-125 MILS VF 1,500 494.00$ 741,000.00$ 2d Liner System for 5' diameter manhole-250 MILS VF 1,500 677.00$ 1,015,500.00$ 2e Liner system for 6’diameter manhole-125 MILS VF 1,500 605.00$ 907,500.00$ 2f Liner System for 6' diameter manhole-250 MILS VF 1,500 786.00$ 1,179,000.00$ 3 Bench/invert Repair - Replacement EA 70 800.00$ 56,000.00$ 4 Injection grouting as required to stop infiltration and inflow GAL 1,000 185.00$ 185,000.00$ 5 Manhole clean/jet-vac EA 40 150.00$ 6,000.00$ 6a Remove existing liner for 4’ diameter manhole VF 150 314.00$ 47,100.00$ 6b Remove existing liner for 5’ diameter manhole VF 150 392.00$ 58,800.00$ 6c Remove existing liner for 6’ diameter manhole VF 150 470.00$ 70,500.00$ 7 Reset/Adjust Frame and Cover EA 25 1,000.00$ 25,000.00$ 8 Replace Frame and Cover EA 150 1,500.00$ 225,000.00$ 9 Seal manhole frame to corbel connection EA 150 450.00$ 67,500.00$ 10 Rear easement access EA 30 400.00$ 12,000.00$ 11 Miscellaneous Items 12 Miscellaneous Markup (10% maximum)0.10 -$ 6,020,900.00$ All bid items, unless otherwise specified, shall be inclusive of furnishing all material and labor for the complete installation of the bid item, inclusive of any necessary removal. Installation shall be completed in accordance with the specifications. The quantities provided are estimated per year for bidding purposes and may vary based on the actual work throughout the duration of the contract. The City of Clearwater (City) is not obligated to purchase any minimum or maximum amount during the life of the contract. Unit costs for all bid items shall not be changed in the event of overruns or underruns. Engineered Spray Solutions, LLC 1306 Banana Rd Lakeland, FL 33810 General E Manhole Surfacing – Polyurethane Coating Product: Spraywall 1Mobilization shall be per work order as defined by the City. Each work order may include more than one individual project. The unit price for mobilization shall not exceed $4,000 for non emergency mobilization. TOTAL SECTION E = SECTION V Page i Updated: 5/4/2020 SECTION V CONTRACT DOCUMENTS Table of Contents PUBLIC CONSTRUCTION BOND ......................................................................................................... 1 CONTRACT ................................................................................................................................................ 4 CONSENT OF SURETY TO FINAL PAYMENT .................................................................................. 8 PROPOSAL/BID BOND ............................................................................................................................ 9 AFFIDAVIT .............................................................................................................................................. 10 NON-COLLUSION AFFIDAVIT ........................................................................................................... 11 PROPOSAL ............................................................................................................................................... 12 CITY OF CLEARWATER ADDENDUM SHEET ............................................................................... 14 BIDDER’S PROPOSAL ........................................................................................................................... 15 SCRUTINIZED COMPANIES AND BUSINESS OPERATIONS WITH CUBA AND SYRIA CERTIFICATION FORM ....................................................................................................................... 16 SCRUTINIZED COMPANIES THAT BOYCOTT ISRAEL LIST CERTIFICATION FORM...... 17 SECTION V – Contract Documents SECTION V Page 1 of 17 Updated: 5/4/2020 Bond No.: ________________ PUBLIC CONSTRUCTION BOND (1) N/A Not applicable. A bond will not be required for this project. 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 copy 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 USSI, LLC 752 Commerce Drive Suite 15 Venice, FL 34292 941-408-5091 NOT APPLICABLE City of Clearwater Engineering 100 S. Myrtle Avenue Clearwater, FL 33756 (727) 562-4750 PROJECT NAME: 2023 Sewer Point Repair & Improvement Project PROJECT NO.: 22-0006-UT Section F – Smoke and Dye Testing PROJECT DESCRIPTION: To establish a multi-year contract for as-needed services for Wastewater infrastructure improvements and repairs. BY THIS BOND, We, __________________________________, as Contractor, and __________________________________________________, a corporation, as Surety, are bound to the City of Clearwater, Florida, herein called Owner, in the sum of $[x,xxx,xxx.xx], 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 the 2023 Sewer Point Repair & Improvement Project, 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 SECTION V – Contract Documents SECTION V Page 2 of 17 Updated: 5/4/2020 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 – Contract Documents SECTION V Page 3 of 17 Updated: 5/4/2020 Bond No.:________________ PUBLIC CONSTRUCTION BOND (2) N/A Not applicable. A bond will not be required for this project. 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). USSI, LLC. By: ____________________________ Title: ____________________________ Print Name: ____________________________ WITNESS: WITNESS: _______________________________________ _______________________________________ Corporate Secretary or Witness Print Name: ____________________________ Print Name: _____________________________ (affix corporate seal) _______________________________________ (Corporate Surety) By: _________________________________ ATTORNEY-IN-FACT Print Name: ___________________________ (affix corporate seal) (Power of Attorney must be attached) SECTION V – Contract Documents SECTION V Page 4 of 17 Updated: 5/4/2020 CONTRACT (1) This CONTRACT made and entered into this ___ day of ____________, 2022_ by and between the City of Clearwater, Florida, a municipal corporation, hereinafter designated as the "City", USSI, LLC, of the City of Venice County of Sarasota and State of Florida, hereinafter designated as the "Contractor". [Or, if out of state:] NOT APPLICABLE 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: 2023 Sewer Point Repair & Improvements (Section F) PROJECT NO.: 22-0006-UT in the amount of, not to exceed, $1,000,000 for the initial contract term 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 – Contract Documents SECTION V Page 5 of 17 Updated: 5/4/2020 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 – Contract Documents SECTION V Page 6 of 17 Updated: 5/4/2020 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, 600 Cleveland St. 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 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 SECTION V – Contract Documents SECTION V Page 8 of 17 Updated: 5/4/2020 CONSENT OF SURETY TO FINAL PAYMENT TO OWNER: City of Clearwater PROJECT NAME: 2023 Sewer Point Repair & Improvement Project Engineering Dept. PROJECT NO.:22-0006-UT 100 S. Myrtle Ave. CONTRACT DATE: [__________] Clearwater, FL 33756 BOND NO.: [__________], recorded in O.R. Book [____], Page [____], of the Public Records of Pinellas County, Florida. CONTRACTOR: USSI, 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: N/A Not applicable. A bond will not be required for this project. NOT APPLICABLE ,SURETY, on bond of USSI, LLC 752 Commerce Drive Suite 15 Venice, FL 34292 ,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 ,OWNER, as set forth in said Surety’s bond. IN WITNESS WHEREOF, the Surety has hereunto set its hand this ___ day of ___________, ______ __________________________________________ (Surety) __________________________________________ (Signature of authorized representative) __________________________________________ (Printed name and title) Attest: (Seal): SECTION V – Contract Documents SECTION V Page 9 of 17 Updated: 5/4/2020 PROPOSAL/BID BOND (Not to be filled out if a certified check is submitted) N/A Not applicable. A bond will not be required for this project. KNOWN ALL MEN BY THESE PRESENTS: That we, the undersigned, ______________________ __________________________________ as Contractor, and _____________________________ ______________________________ as Surety, whose address is ___________________________ ____________________________________________________, are held and firmly bound unto the City of Clearwater, Florida, in the sum of ___________________________________________ Dollars ($_______________) (being a minimum of 10% of Contractor's total bid amount) for the payment of which, well and truly to be made, we hereby jointly and severally bind ourselves, our heirs, executors, administrators, successors and assigns. The condition of the above obligation is such that if the attached Proposal of ______________________ ____________________ as Contractor, and _______________________________________ as Surety, for work specified as: _____________________________________________________________ ____________________________________________________________________________________ all as stipulated in said Proposal, by doing all work incidental thereto, in accordance with the plans and specifications provided herefor, all within Pinellas County, is accepted and the contract awarded to the above named bidder, and the said bidder shall within ten days after notice of said award enter into a contract, in writing, and furnish the required 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, ______ Company, or ______ Individual Signed this ______ day of ____________________, 20____. __________________________________________ Contractor __________________________________________ Principal By: _______________________________________ Title __________________________________________ __________________________________________ Surety 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 – Contract Documents SECTION V Page 12 of 17 Updated: 5/4/2020 PROPOSAL (1) TO THE CITY OF CLEARWATER, FLORIDA, for 2023 Sewer Point Repair & Improvement Project, Section F (No. 22-0006-UT) and doing such other work incidental thereto, all in accordance with the contract documents, marked 2023 Sewer Point Repair & Improvement Project, Section F (No. 22-0006-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. N/A Not applicable. A bond will not be required for this project. SECTION V – Contract Documents SECTION V Page 15 of 17 Updated: 5/4/2020 BIDDER’S PROPOSAL PROJECT: 2023 Sewer Point Repair & Improvement Project, Section F (No. 22-0006-UT) CONTRACTOR: USSI, LLC. BIDDER'S TOTAL Section A: $ (Numbers) BIDDER'S TOTAL Section A: (Words) BIDDER'S TOTAL Section B: $ (Numbers) BIDDER'S TOTAL Section B: (Words) BIDDER'S TOTAL Section C$ (Numbers) BIDDER'S TOTAL Section C (Words) BIDDER'S TOTAL Section D: $ (Numbers) BIDDER'S TOTAL Section D: (Words) BIDDER'S TOTAL Section E: $ (Numbers) BIDDER'S TOTAL Section E: (Words) BIDDER'S TOTAL Section F: $1,000,000.00 (Numbers) BIDDER'S TOTAL Section F: One million dollars and zero cents (Words) BIDDER'S GRAND TOTAL Section F: $1,000,000.00 (Numbers) BIDDER'S GRAND TOTAL Section F: One million dollars and zero cents (Words) THE BIDDER'S GRAND TOTAL ABOVE IS HIS TOTAL BID BASED ON HIS UNIT PRICES AND LUMP SUM PRICES AND THE ESTIMATED QUANTITIES REQUIRED FOR EACH SECTION. THIS FIGURE IS FOR INFORMATION ONLY AT THE TIME OF OPENING BIDS. THE CITY WILL MAKE THE TABULATION FROM THE UNIT PRICES AND LUMP SUM PRICE BID. IF THERE IS AN ERROR IN THE TOTAL BY THE BIDDER, IT SHALL BE CHANGED AS ONLY THE UNIT PRICES AND LUMP SUM PRICE SHALL GOVERN. THE CONTRACTOR SHALL PROVIDE COPIES OF A CURRENT CONTRACTOR LICENSE/REGISTRATION WITH THE STATE OF FLORIDA AND PINELLAS COUNTY IN THE BID RESPONSE. DBE Y/N General Item No. Description Units Quantity Unit Price Total Price 1 Mobilization/Demobilization including Traffic 1 LS/WO 10 0.01$ 0.10$ 2 Smoke Testing of Sewer LF 25,000 0.48$ 12,000.00$ 3 Dye Tracing of Sewer EA 20 0.01$ 0.20$ 3 Dye Flooding of Sewer EA 5 0.01$ 0.05$ 4 Replace 4" Diameter Cleanout Cap EA 25 0.01$ 0.25$ 5 Replace 6" Diameter Cleanout Cap EA 25 0.01$ 0.25$ 6 Replace top 2' of 4" Diameter Cleanout (Including Female Adapter and Plug) EA 25 0.01$ 0.25$ 7 Replace top 2' of 6" Diameter Cleanout (Including Female Adapter and Plug) EA 25 0.01$ 0.25$ 8 Miscellaneous Items 9 Miscellaneous Markup (10% maximum allowed) 0.10 1,200.14$ 13,201.49$ 1 Mobilization shall be per work order as defined by the City. Each work order may include more than one individual project. The unit price for mobilization shall not F. Smoke and Dye Testing All bid items, unless otherwise specified, shall be inclusive of furnishing all material and labor for the complete installation of the bid item, inclusive of any necessary removal. Installation shall be completed in accordance with the specifications. The quantities provided are estimated per year for bidding purposes TOTAL SECTION F = USSI, LLC 752 Commerce Drive Suite 15 Venice, FL 34292 Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: 9713-23 Agenda Date: 9/21/2023 Status: Public HearingVersion: 1 File Type: OrdinanceIn Control: Office of Management & Budget Agenda Number: 7.1 SUBJECT/RECOMMENDATION: Set final millage rate of 5.8850 mills for fiscal year 2023/24 against non-exempt real and personal property within the City of Clearwater and pass Ordinance 9713-23 on first reading. SUMMARY: In accordance with Chapter 200 of the Florida Statutes, which defines requirements for the Determination of Millage and the rules governing Truth in Millage (TRIM) compliance, the City Council must hold two public hearings to adopt a final millage rate for the new fiscal year. The adoption of this ordinance to establish the millage rate and the two related budget ordinances are an integral part of fulfilling these requirements. The City Council set a tentative millage rate of 5.8850 mills on July 20, 2023, which is the rate that appeared on the TRIM notices mailed to taxpayers in August. The millage rate of 5.8850 mills represents a 10.27% increase from the rolled back rate of 5.3370 mills. Ordinance 9713-23 is presented in order to adopt the millage rate of 5.8850 mills to support the operating and capital improvement budgets for the 2023/24 fiscal year. Page 1 City of Clearwater Printed on 9/19/2023 MILLAGE ORDINANCE ORDINANCE NO. 9713-23 AN ORDINANCE OF THE CITY OF CLEARWATER, FLORIDA, DECLARING THE MILLAGE RATE TO BE LEVIED FOR THE FISCAL YEAR BEGINNING OCTOBER 1, 2023, AND ENDING SEPTEMBER 30, 2024, FOR OPERATING PURPOSES INCLUDING THE FUNDING OF PENSIONS, DEBT SERVICE, AND ROAD MAINTENANCE FOR CAPITAL IMPROVEMENT EXPENDITURES AT 5.8850 MILLS; PROVIDING AN EFFECTIVE DATE. THE LEVY OF 5.8850 MILLS CONSTITUTES A 10.27% INCREASE FROM THE ROLLED BACK RATE OF 5.3370 MILLS. WHEREAS, the estimated revenue to be received by the City for the fiscal year beginning October 1, 2023, and ending September 30, 2024, from ad valorem taxes is $95,220,000; and WHEREAS, based upon the taxable value provided by the Pinellas County Property Appraiser, 5.8850 mills are necessary to generate $95,220,000; now, therefore, BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY OF CLEARWATER, FLORIDA: Section 1. It is hereby determined that a tax of 5.8850 mills against the non-exempt real and personal property within the City is necessary to raise the sums to be appropriated for operation purposes, including pensions, debt service, and road capital improvement projects, for the fiscal year beginning October 1, 2023. rate. Section 2. The levy of 5.8850 mills constitutes a 10.27% increase from the rolled back Section 3. This ordinance shall take effect October 1, 2023. PASSED ON FIRST READING PASSED ON SECOND AND FINAL READING AND ADOPTED Brian J. Aungst Sr. Mayor Approved as to form: Attest: David Margolis Rosemarie Call City Attorney City Clerk Ordinance No. 9713-23 |1CITY OF CLEARWATER ANNUAL OPERATING & CAPITAL IMPROVEMENT BUDGET myclearwater.com Fiscal Year 2023/24 |2CITY OF CLEARWATER Total Budget (All City Operations) Amended FY 2022/23 Proposed FY 2023/24 % Inc/(Dec) $663,422,466 $724,184,306 9% |3CITY OF CLEARWATER All Funds Fund Amended FY 2022/23 Proposed FY 2023/24 Increase/ (Decrease) General Fund $ 184,419,750 $ 199,458,520 8% Utility Funds 206,590,040 222,666,960 8% Enterprise Funds 27,683,370 30,798,660 11% Internal Service Funds 77,754,940 82,641,940 6% Special Revenue Funds 36,949,943 35,232,546 (5%) Capital Fund 130,024,423 153,385,680 18% |4CITY OF CLEARWATER $0 $3 $6 $9 $12 $15 $18 2013 2014 2015 2016 2017 2018 2019 2020 2021 2022 2023 $7.7 $8.2 $9.4 $11.2 $12.7 $15.2 $16.8 Taxable Property Values Billion |5CITY OF CLEARWATER Millage Rate •A “mill” is the property tax levy of $1 per $1,000 of taxable property value •Current Millage Rate 5.8850 mills •Proposed Millage Rate 5.8850 mills • (10.27% greater than rolled-back rate) •The rolled-back rate is the millage rate that will provide the same revenues as prior year if applied to the current tax roll (after adjusting for new construction) •Rolled-back Rate 5.3370 mills |6CITY OF CLEARWATER $0 $10 $20 $30 $40 $50 $60 $70 $80 $90 $100 $38.4 $43.2 $50.4 $68.1 $76.2 $85.0 $95.2 Ad Valorem Tax Revenues Million |7CITY OF CLEARWATER General Fund Revenues Source Amended FY 22/23 Proposed FY 23/24 Inc/(Dec) Ad Valorem Tax $80,964,710 $90,683,430 12% Utility Taxes 17,890,000 18,655,000 4% Other Taxes 6,430,000 6,300,000 (2%) Franchise Fees 11,000,000 11,220,000 2% Intergovernmental 28,768,720 29,859,340 4% Charges for Service 17,218,270 17,368,355 1% Transfers In 12,497,802 13,335,875 7% All Other Revenue 8,860,258 12,036,520 36% Transfer (to)/from Surplus 789,990 0 TOTAL $184,419,750 $199,458,520 8% |8CITY OF CLEARWATER General Fund Expenditures Department Amended FY 22/23 Proposed FY 23/24 Inc/(Dec) Police $ 53,505,918 $56,780,344 6% Fire 33,798,143 35,243,722 4% Parks & Recreation 39,337,937 44,790,781 14% Library 9,445,675 9,110,053 (4%) Planning & Development 7,605,355 8,577,878 13% Public Works 11,780,468 14,559,025 24% Non-Departmental 12,476,346 12,725,240 2% All Other Departments 16,469,908 17,671,477 7% TOTAL $ 184,419,750 $199,458,520 8% |9CITY OF CLEARWATER General Fund - By Category Personnel 61% Operating 16.5% Internal Service 11% Interfund Transfers 10% Debt and Capital 1.5% $199.5 Million |10CITY OF CLEARWATER 1,695.7 1,745.0 1,832.6 1,836.6 1,848.7 1,877.0 1,891.9 0.0 200.0 400.0 600.0 800.0 1,000.0 1,200.0 1,400.0 1,600.0 1,800.0 2,000.0 Full Time Equivalent Positions (All Funds) |11CITY OF CLEARWATER Capital Improvement Fund Utility Operations 48% General Government 24% Internal Service 8% Small Enterprise 20% $153.4 Million |12CITY OF CLEARWATER Homesteaded Property Save Our Homes Cap – 3.0% 2022 2023 Increase Taxable Value $100,000 $103,000 $3,000 City Taxes $588.50 $606.16 $17.66 |13CITY OF CLEARWATER Where your property taxes go - 31% 30% 30% 9%School Board Pinellas County Clearwater Other Agencies |14CITY OF CLEARWATER Public Hearings •Thursday, September 21 – 6 pm •Thursday, September 28 – 6 pm |15CITY OF CLEARWATER ANNUAL OPERATING & CAPITAL IMPROVEMENT BUDGET myclearwater.com Fiscal Year 2023/24 Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: 9714-23 Agenda Date: 9/21/2023 Status: Public HearingVersion: 1 File Type: OrdinanceIn Control: Office of Management & Budget Agenda Number: 7.2 SUBJECT/RECOMMENDATION: Approve the City of Clearwater Annual Operating Budget for the 2023/24 fiscal year and pass Ordinance 9714-23 on first reading. SUMMARY: In accordance with Chapter 200 of the Florida Statutes and the rules governing Truth in Millage (TRIM) compliance, the City Council must hold two public hearings to adopt the budget. The adoption of this ordinance and the related ordinances adopting the 2023/24 millage rate and the Capital Improvement Budget are an integral part of fulfilling these requirements. On June 30, 2023, the City Manager provided the City Council with a Preliminary Annual Operating and Capital Improvement Budget that outlined estimates of revenues and expenditures for the 2023/24 fiscal year. The City Manager presented the preliminary budget at the City Council meeting on July 20, 2023, for Council discussion and citizen input. In addition, a Special Budget Work Session was held on August 7, 2023, for Council discussion of the proposed budget. No changes have been made to the Preliminary Operating Budget. Page 1 City of Clearwater Printed on 9/19/2023 Ordinance No. 9714-23 OPERATING BUDGET ORDINANCE ORDINANCE NO. 9714-23 AN ORDINANCE OF THE CITY OF CLEARWATER, FLORIDA, ADOPTING AN OPERATING BUDGET FOR THE FISCAL YEAR BEGINNING OCTOBER 1, 2023, AND ENDING SEPTEMBER 30, 2024; AUTHORIZING THE CITY MANAGER TO ISSUE SUCH INSTRUCTIONS THAT ARE NECESSARY TO ACHIEVE AND ACCOMPLISH THE SERVICE PROGRAMS SO AUTHORIZED; AUTHORIZING THE CITY MANAGER TO TRANSFER MONIES AND PROGRAMS AMONG THE DEPARTMENTS AND ACTIVITIES WITHIN ANY FUND AS PROVIDED BY CHAPTER 2 OF THE CLEARWATER CODE OF ORDINANCES; PROVIDING AN EFFECTIVE DATE. WHEREAS, the City Manager has submitted an estimate of the expenditures necessary to carry on the City government for the fiscal year beginning October 1, 2023, and ending September 30, 2024; and WHEREAS, an estimate of the revenues to be received by the City during said period from ad valorem taxes and other sources has been submitted to the City Council; and WHEREAS, a general summary of the operating budget, and notice of the times and places where copies of the budget message and operating budget are available for inspection by the public, was published in a newspaper of general circulation; and WHEREAS, the City Council has examined and carefully considered the proposed budget; and WHEREAS, in accordance with Chapter 2 of the Clearwater Code of Ordinances, the City Council conducted a public hearing on September 6, 2023, upon said budget and tax levy; now, therefore, BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY OF CLEARWATER, FLORIDA; Section 1. Pursuant to the City Manager's Annual Budget Report for the fiscal year beginning October 1, 2023, and ending September 30, 2024, a copy of which is on file with the City Clerk, the City Council hereby adopts a budget for the operation of the City, a copy of which is attached as Exhibit A, and a summary of which is attached as Exhibit B. Ordinance No. 9714-23 Section 2. The budget as adopted shall stand and be the budget of the City for said fiscal year, subject to the authority of the City Council to amend or change the budget as provided by Section 2.519 of the Clearwater Code of Ordinances. Section 3. The City Manager is authorized and directed to issue such instructions and directives that are necessary to achieve and accomplish the service programs authorized by the adoption of this budget. Section 4. The City Manager is authorized for reasons of economy or efficiency to transfer part or all of any unencumbered appropriation balance among programs within an operating fund, provided such action does not result in the discontinuance of a program. Section 5. It is the intent of the City Council that this budget, including amendments thereto, is adopted to permit the legal appropriation and encumbering of funds for the purposes set forth in the budget. All appropriated and encumbered but unexpended funds at the end of the fiscal year may be expended during the subsequent fiscal year for the purposes for which they were appropriated and encumbered. It shall be necessary to appropriate funds in the budget for the subsequent fiscal year to cover valid open encumbrances outstanding as of the end of the current fiscal year. Section 6. Should any provision of this ordinance be declared by any court to be invalid, the same shall not affect the validity of the ordinance as a whole, or any provision thereof, other than the provision declared to be invalid. Section 7. This ordinance shall take effect October 1, 2023. PASSED ON FIRST READING PASSED ON SECOND AND FINAL READING AND ADOPTED Brian J. Aungst Sr. Mayor Approved as to form: Attest: David Margolis Rosemarie Call City Attorney City Clerk Ordinance No. 9714-23 Special Special Other Housing Total General Fund Development Fund Program Fund Assistance Trust Funds Governmental Funds EXHIBIT A CITY OF CLEARWATER 2023-24 BUDGET Page 1 GOVERNMENTAL FUNDS Balances Brought Forward 56,930,220 16,320,354 23,983,662 2,825,169 100,059,405 Budgeted Revenues Ad Valorem Taxes 90,683,430 4,536,570 95,220,000 Utility Taxes 18,655,000 18,655,000 Local Option, Fuel & Other Taxes 6,300,000 18,013,050 24,313,050 Franchise Fees 11,220,000 11,220,000 Other Permits and Fees 3,934,500 3,934,500 Intergovernmental Revenue 29,859,340 913,337 1,660,579 32,433,256 Charges for Services 17,368,355 400,000 17,768,355 Judgments, Fines and Forfeits 1,384,000 1,384,000 Miscellaneous Revenues 6,718,020 950,000 479,000 8,147,020 Transfers In 13,335,875 560,880 13,896,755 Other Financing Sources TOTAL BUDGETED REVENUES 199,458,520 23,899,620 1,953,217 1,660,579 226,971,936 TOTAL REVENUES, TRANSFERS, AND BALANCES 256,388,740 40,219,974 25,936,879 4,485,748 327,031,341 Budgeted Expenditures City Council 553,197 553,197 City Manager's Office 1,085,258 1,085,258 City Attorney's Office 2,488,743 2,488,743 City Audit 461,573 461,573 City Clerk 1,420,406 1,420,406 City Clerk 982,526 982,526 Economic Development and Housing 2,146,301 2,146,301 Finance 3,142,043 3,142,043 Fire 35,243,722 35,243,722 Human Resources 2,181,218 2,181,218 Library 9,110,053 9,110,053 Non-Departmental 12,725,240 12,725,240 Office of Innovation 1,003,260 1,003,260 Parks and Recreation 44,790,781 44,790,781 Planning and Development 8,577,878 8,577,878 Police 56,780,344 252,000 57,032,344 Public Communications 1,761,372 1,761,372 Public Utilities 445,580 445,580 Public Works 14,559,025 14,559,025 General Government Services 237,380 237,380 Economic Environment 551,926 1,211,435 1,763,361 Human Services 1,500 1,500 Culture and Recreation 70,000 70,000 Transfers Out 32,097,750 361,411 449,144 32,908,305 TOTAL BUDGETED EXPENDITURES 199,458,520 32,097,750 1,474,217 1,660,579 234,691,066 Fund Balances/Reserves/Net Assets 56,930,220 8,122,224 24,462,662 2,825,169 92,340,275 TOTAL EXPENDITURES AND BALANCES 256,388,740 40,219,974 25,936,879 4,485,748 327,031,341 Ordinance No. 9714-23 Water & Sewer Fund Public Utilities Administration 4,313,747 Wastewater Collection 25,665,870 Infrastructure Maintenance 9,130,868 WW Environmental Technologies 21,999,320 City Clerk 579,767 Industrial Pretreatment 1,023,207 Water Distribution 26,223,970 Water Supply 22,621,229 Reclaimed Water 3,336,862 25,436,036 25,436,036 13,420,262 13,420,262 8,417,065 8,417,065 6,459,777 6,459,777 Water Stormwater Solid Waste Total & Sewer Utility & Recycling Gas Utility Fund Fund Fund Fund Funds EXHIBIT A CITY OF CLEARWATER 2023-24 BUDGET Page 2 UTILITY FUNDS Balances Brought Forward 144,601,132 36,895,382 28,947,148 1,818,888 212,262,550 Budgeted Revenues Ad Valorem Taxes Utility Taxes Local Option, Fuel & Other Taxes Franchise Fees Other Permits and Fees 1,350 1,350 Intergovernmental Revenue Charges for Services 107,302,650 17,720,120 30,388,180 51,351,740 206,762,690 Judgments, Fines and Forfeits 275,000 73,000 103,000 100,000 551,000 Miscellaneous Revenues 3,502,200 891,000 1,468,280 691,290 6,552,770 Transfers In Other Financing Sources TOTAL BUDGETED REVENUES 111,079,850 18,684,120 31,960,810 52,143,030 213,867,810 TOTAL REVENUES, TRANSFERS, AND BALANCES 255,680,982 55,579,502 60,907,958 53,961,918 426,130,360 Budgeted Expenditures 4,313,747 25,665,870 9,130,868 21,999,320 579,767 1,023,207 26,223,970 22,621,229 3,336,862 Stormwater Fund Stormwater Management 11,487,288 11,487,288 Stormwater Maintenance 6,197,862 6,197,862 Solid Waste & Recycling Fund Administration 8,288,520 8,288,520 Solid Waste Collection 20,410,477 20,410,477 Solid Waste Transfer 2,441,444 2,441,444 Solid Waste Container Maintenance 876,229 876,229 Recycling Residential 1,477,411 1,477,411 Recycling Multi Family 394,181 394,181 Recycling Commercial 2,465,568 2,465,568 Gas Fund Administration and Supply Pinellas Gas Operations Pasco Gas Operations Gas Marketing and Sales TOTAL BUDGETED EXPENDITURES 114,894,840 17,685,150 36,353,830 53,733,140 222,666,960 Fund Balances/Reserves/Net Assets 140,786,142 37,894,352 24,554,128 228,778 203,463,400 TOTAL EXPENDITURES AND BALANCES 255,680,982 55,579,502 60,907,958 53,961,918 426,130,360 Ordinance No. 9714-23 19,925,598 19,925,598 1,109,050 1,109,050 1,293,527 1,293,527 158,605 158,605 EXHIBIT A CITY OF CLEARWATER 2023-24 BUDGET Page 3 Clearwater Total Harbor Other Airpark Marine Marine Parking Enterprise OTHER ENTERPRISE FUNDS Fund Fund Fund Fund Funds Balances Brought Forward 269,706 4,368,750 3,830,070 27,363,923 35,832,449 Budgeted Revenues Ad Valorem Taxes Utility Taxes Local Option, Fuel & Other Taxes Franchise Fees Other Permits and Fees Intergovernmental Revenue Charges for Services 5,895,430 1,033,500 9,849,484 16,778,414 Judgments, Fines and Forfeits 1,000 500 1,357,706 1,359,206 Miscellaneous Revenues 262,000 530,500 102,500 518,000 1,413,000 Transfers In 15,000 15,000 Other Financing Sources TOTAL BUDGETED REVENUES 262,000 6,441,930 1,136,500 11,725,190 19,565,620 TOTAL REVENUES, TRANSFERS, AND BALANCES 531,706 10,810,680 4,966,570 39,089,113 55,398,069 Budgeted Expenditures Airpark Fund Airpark Operations 173,760 173,760 Marine Fund City Clerk 7,007,270 7,007,270 Clearwater Harbor Marine Fund Clearwater Harbor Marina Operations 1,130,850 1,130,850 Parking Fund Public Works/Parking System Public Works/Parking Enforcement Fire Department/Beach Guard Operations Marine&Aviation/Seminole Street Boat Ramp TOTAL BUDGETED EXPENDITURES 173,760 7,007,270 1,130,850 22,486,780 30,798,660 Fund Balances/Reserves/Net Assets 357,946 3,803,410 3,835,720 16,602,333 24,599,409 TOTAL EXPENDITURES AND BALANCES 531,706 10,810,680 4,966,570 39,089,113 55,398,069 Ordinance No. 9714-23 Administrative Services Fund Info Tech/Administration 679,033 Info Tech/Network Operations & Support 4,642,827 Info Tech/Network Security & Architecture 2,839,489 City Clerk 3,709,424 Info Tech/Enterprise Systems & Training 934,558 Public Communications/Courier 206,143 Finance/Utility Customer Service 4,249,296 456,593 456,593 464,359 464,359 1,730,900 1,730,900 35,821,278 35,821,278 EXHIBIT A CITY OF CLEARWATER 2023-24 BUDGET Page 4 Administrative General Central Service Service Garage Insurance INTERNAL SERVICE FUNDS Fund Fund Fund Fund Total Balances Brought Forward 5,522,079 11,191,963 11,094,508 13,916,522 41,725,072 Budgeted Revenues Ad Valorem Taxes Utility Taxes Local Option, Fuel & Other Taxes Franchise Fees Other Permits and Fees Intergovernmental Revenue Charges for Services 16,982,400 6,980,520 18,748,510 37,633,320 80,344,750 Judgments, Fines and Forfeits Miscellaneous Revenues 416,000 375,000 753,000 844,000 2,388,000 Transfers In Other Financing Sources TOTAL BUDGETED REVENUES 17,398,400 7,355,520 19,501,510 38,477,320 82,732,750 TOTAL REVENUES, TRANSFERS, AND BALANCES 22,920,479 18,547,483 30,596,018 52,393,842 124,457,822 Budgeted Expenditures 679,033 4,642,827 2,839,489 3,709,424 934,558 206,143 4,249,296 General Services Fund Administration 432,172 432,172 Building and Maintenance 6,873,858 6,873,858 Garage Fund Fleet Maintenance 17,909,676 17,909,676 Radio Communications 1,692,334 1,692,334 Central Insurance Fund Finance/Risk Management Human Resources/Employee Benefits Human Resources/Employee Health Center Non-Departmental TOTAL BUDGETED EXPENDITURES 17,260,770 7,306,030 19,602,010 38,473,130 82,641,940 Fund Balances/Reserves/Net Assets 5,659,709 11,241,453 10,994,008 13,920,712 41,815,882 TOTAL EXPENDITURES AND BALANCES 22,920,479 18,547,483 30,596,018 52,393,842 124,457,822 Page 1 EXHIBIT B CITY OF CLEARWATER 2023-24 BUDGET Total Other Enterprise Total Internal Service Total Governmental Total Utility Total All Ordinance No. 9714-23 Budgeted Revenues Ad Valorem Taxes 95,220,000 95,220,000 Utility Taxes 18,655,000 18,655,000 Local Option, Fuel & Other Taxes 24,313,050 24,313,050 Franchise Fees 11,220,000 11,220,000 Other Permits and Fees 3,934,500 1,350 3,935,850 Intergovernmental Revenue 32,433,256 32,433,256 Charges for Services 17,768,355 206,762,690 16,778,414 80,344,750 321,654,209 Judgments, Fines and Forfeits 1,384,000 551,000 1,359,206 3,294,206 Miscellaneous Revenues 8,147,020 6,552,770 1,413,000 2,388,000 18,500,790 Transfers In 13,896,755 15,000 13,911,755 Other Financing Sources TOTAL BUDGETED REVENUES 226,971,936 213,867,810 19,565,620 82,732,750 543,138,116 City Council 553,197 City Manager's Office 1,085,258 City Attorney's Office 2,488,743 City Audit 461,573 City Clerk 1,420,406 CRA Administration 982,526 Economic Development and Housing 2,146,301 Finance 3,142,043 Fire 35,243,722 Human Resources 2,181,218 Library 9,110,053 Non-Departmental 12,725,240 Office of Innovation 1,003,260 Parks and Recreation 44,790,781 Planning and Development 8,577,878 Police 57,032,344 Public Communications 1,761,372 Public Services 445,580 Public Works 14,559,025 General Government Services 237,380 Economic Environment 1,763,361 Human Services 1,500 Culture and Recreation 70,000 Transfers Out 32,908,305 ALL FUNDS Funds Funds Funds Funds Funds Balances Brought Forward 100,059,405 212,262,550 35,832,449 41,725,072 389,879,476 TOTAL REVENUES, TRANSFERS, AND BALANCES 327,031,341 426,130,360 55,398,069 124,457,822 933,017,592 Budgeted Expenditures 553,197 1,085,258 2,488,743 461,573 1,420,406 982,526 2,146,301 3,142,043 35,243,722 2,181,218 9,110,053 12,725,240 1,003,260 44,790,781 8,577,878 57,032,344 1,761,372 445,580 14,559,025 237,380 1,763,361 1,500 70,000 32,908,305 Water & Sewer Fund Expenditures Public Utilities Administration 4,313,747 4,313,747 Wastewater Collection 25,665,870 25,665,870 Infrastructure Maintenance 9,130,868 9,130,868 WW Environmental Technologies 21,999,320 21,999,320 Laboratory Operations 579,767 579,767 Industrial Pretreatment 1,023,207 1,023,207 Water Distribution 26,223,970 26,223,970 Water Supply 22,621,229 22,621,229 Reclaimed Water 3,336,862 3,336,862 Stormwater Fund Stormwater Management 11,487,288 11,487,288 Stormwater Maintenance 6,197,862 6,197,862 Page 2 EXHIBIT B CITY OF CLEARWATER 2023-24 BUDGET Total Other Enterprise Total Internal Service Total Governmental Total Utility Total All Ordinance No. 9714-23 679,033 679,033 4,642,827 4,642,827 2,839,489 2,839,489 3,709,424 3,709,424 934,558 934,558 206,143 206,143 4,249,296 4,249,296 432,172 432,172 6,873,858 6,873,858 17,909,676 17,909,676 1,692,334 1,692,334 456,593 456,593 464,359 464,359 1,730,900 1,730,900 35,821,278 35,821,278 ALL FUNDS Funds Funds Funds Funds Funds Budgeted Expenditures Solid Waste & Recycling Fund Administration 8,288,520 8,288,520 Solid Waste Collection 20,410,477 20,410,477 Solid Waste Transfer 2,441,444 2,441,444 Solid Waste Container Maintenance 876,229 876,229 Recycling Residential 1,477,411 1,477,411 Recycling Multi Family 394,181 394,181 Recycling Commercial 2,465,568 2,465,568 Gas Fund Administration and Supply 25,436,036 25,436,036 Pinellas Gas Operations 13,420,262 13,420,262 Pasco Gas Operations 8,417,065 8,417,065 Gas Marketing and Sales 6,459,777 6,459,777 Airpark Fund Airpark Operations 173,760 173,760 Marine Fund Marina Operations 7,007,270 7,007,270 Clearwater Harbor Marine Fund Clearwater Harbor Marina Operations 1,130,850 1,130,850 Parking Fund Public Works/Parking System 19,925,598 19,925,598 Public Works/Parking Enforcement 1,109,050 1,109,050 Fire Department/Beach Guard Operations 1,293,527 1,293,527 Marine&Aviation/Seminole Street Boat Ramp 158,605 158,605 Administrative Services Fund Info Tech/Administration Info Tech/Network Operations & Support Info Tech/Network Security & Architecture Info Tech/Solutions & Programming Info Tech/Enterprise Systems & Training Public Communications/Courier Finance/Utility Customer Service General Services Fund Administration Building and Maintenance Garage Fund Fleet Maintenance Radio Communications Central Insurance Fund Finance/Risk Management Human Resources/Employee Benefits Human Resources/Employee Health Center Non-Departmental TOTAL BUDGETED EXPENDITURES 234,691,066 222,666,960 30,798,660 82,641,940 570,798,626 Fund Balances/Reserves/Net Assets 92,340,275 203,463,400 24,599,409 41,815,882 362,218,966 TOTAL EXPENDITURES AND BALANCES 327,031,341 426,130,360 55,398,069 124,457,822 933,017,592 Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: 9715-23 Agenda Date: 9/21/2023 Status: Public HearingVersion: 1 File Type: OrdinanceIn Control: Office of Management & Budget Agenda Number: 7.3 SUBJECT/RECOMMENDATION: Approve the fiscal year 2023/24 Annual Capital Improvement Budget, establish a six-year plan for the Capital Improvement Program (CIP), and pass Ordinance 9715-23 on first reading. (APH) SUMMARY: In accordance with Chapter 200 of the Florida Statutes and the rules governing Truth in Millage (TRIM) compliance, the City Council must hold two public hearing to adopt the final budget. The adoption of this ordinance and the related ordinances adopting the 2023/24 millage rate and operating budget are an integral part of fulfilling these requirements. On June 30, 2023, the City Manager provided the City Council with a Preliminary Annual Operating and Capital Improvement Budget that outlined estimates of revenues and expenditures for the 2023/24 fiscal year. The City Manager presented the preliminary budget at the city council meeting on July 20, 2023, for Council discussion and citizen input. In addition, a Special Budget Work Session was held on August 7, 2023, for council discussion of the proposed budget. No changes have been made to the Preliminary Capital Improvement Budget. Page 1 City of Clearwater Printed on 9/19/2023 Ordinance No. 9715-23 CAPITAL IMPROVEMENT ORDINANCE ORDINANCE NO. 9715-23 AN ORDINANCE OF THE CITY OF CLEARWATER, FLORIDA, ADOPTING THE CAPITAL IMPROVEMENT PROGRAM BUDGET FOR THE FISCAL YEAR BEGINNING OCTOBER 1, 2023, AND ENDING SEPTEMBER 30, 2024; APPROVING THE SIX-YEAR CAPITAL IMPROVEMENT PROGRAM WHICH SHALL BE REEVALUATED AT THE BEGINNING OF EACH FISCAL YEAR; AUTHORIZING THE CITY MANAGER TO ISSUE SUCH INSTRUCTIONS THAT ARE NECESSARY TO ACHIEVE AND ACCOMPLISH THE CAPITAL IMPROVEMENTS SO AUTHORIZED; AUTHORIZING THE CITY MANAGER TO TRANSFER MONEY BETWEEN PROJECTS IN THE CAPITAL IMPROVEMENT PROGRAM; APPROPRIATING AVAILABLE AND ANTICIPATED RESOURCES FOR THE PROJECTS IDENTIFIED; PROVIDING AN EFFECTIVE DATE. WHEREAS, the City Manager has submitted a proposed Six-Year Capital Improvement Program, and has submitted an estimate of the amount of money necessary to carry on said Capital Improvement Program for the fiscal year beginning October 1, 2023, and ending September 30, 2024; and WHEREAS, an estimate of the resources available and income to be received by the City during said period from ad valorem taxes and other sources has been submitted to the City Council; and WHEREAS, a general summary of the Capital Improvement Budget, and notice of the times and places when copies of the budget message and capital budget are available for inspection by the public, was published in a newspaper of general circulation; and WHEREAS, the City Council has examined and carefully considered the proposed budget; and WHEREAS, in accordance with Chapter 2 of the Clearwater Code of Ordinances, the City Council conducted a public hearing upon said proposed budget on September 6, 2023; now, therefore, BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY OF CLEARWATER, FLORIDA: Section 1. Pursuant to the Capital Improvement Program Report and Estimated Budget for the fiscal year beginning October 1, 2023, and ending September 30, 2024, a copy of which is on file with the City Clerk, the City Council hereby adopts a budget for the Ordinance No. 9715-23 capital improvement fund for the City of Clearwater, a copy of which is attached hereto as Exhibit A. Section 2. The Six-Year Capital Improvement Program and Budget, a summary of which is attached hereto, marked Exhibit B, is approved in its present form, but prior to the beginning of each fiscal year the City Council shall reevaluate priorities, hold public hearings and formally adopt additions or corrections thereto. Section 3. The budget as adopted shall stand and be the Capital Improvement Program Budget of the City for said fiscal year, subject to the authority of the City Council to amend or change the budget as provided by Section 2.519 of the Clearwater Code of Ordinances. Section 4. The City Manager is authorized and directed to issue such instructions and directives that are necessary to achieve and accomplish the capital improvements authorized by the adoption of this budget. Section 5. The City Manager is authorized to transfer appropriations within the capital budget, provided such transfer does not result in changing the scope of any project or the fund source included in the adopted capital budget. Section 6. Should any provision of this ordinance be declared by any court to be invalid, the same shall not affect the validity of the ordinance as a whole, or any provision thereof, other than the provision declared to be invalid. Section 7. This ordinance shall take effect October 1, 2023. PASSED ON FIRST READING AS AMENDED PASSED ON SECOND READING AND ADOPTED Brian J. Aungst SR. Mayor Approved as to form: Attest: David Margolis Rosemarie Call City Attorney City Clerk Exhibit A CAPITAL IMPROVEMENT PROGRAM FOR FISCAL YEAR 2023/24 Ordinance No. 9715-23 GENERAL SOURCES: Budgeted Revenues 2023/24 General Operating Revenue 16,456,290 Penny for Pinellas 24,994,030 Road Millage 4,536,570 Local Option Fuel Tax 1,427,150 Grants 1,656,000 County Fire Reimbursements 387,780 Donations 150,000 Reimbursement Revenue 1,515,000 Multi-Modal Impact Fees 1,140,000 SELF SUPPORTING FUNDS: Parking Revenue 14,025,000 Marine Revenue 1,150,000 Clearwater Harbor Marina Fund 175,000 Airpark Revenue 35,000 Utility System: Water Revenue 17,583,790 Sewer Revenue 14,308,780 Utility R & R 13,816,850 Water Impact Fees 160,000 Sewer Impact Fees 50,000 Stormwater Utility Revenue 7,639,740 Gas Revenue 12,725,000 Solid Waste Revenue 7,200,000 INTERNAL SERVICE FUNDS: Garage Revenue 429,500 Administrative Services Revenue 1,475,000 General Services Fund 100,000 Central Insurance Fund 175,000 BORROWING - INTERNAL SERVICE FUNDS: Lease Purchase - Garage 9,624,200 Lease Purchase - Administrative Services 450,000 TOTAL ALL FUNDING SOURCES: $153,385,680 Exhibit A CAPITAL IMPROVEMENT PROGRAM FOR FISCAL YEAR 2023/24 Ordinance No. 9715-23 FUNCTION: Budgeted Expenditures 2023/24 Other General Government 22,363,700 Police Protection 355,000 Fire Protection 1,006,030 Fire Rescue Services 593,000 Gas Utility Services 12,725,000 Solid Waste Services 7,200,000 Water-Sewer Services 40,427,330 Flood Protection/Stormwater Mgmt 5,942,140 Other Physical Environment 4,420,980 Road and Street Facilities 14,177,970 Airports 3,065,000 Water Transportation Systems 150,000 Parking Facilities 13,909,000 Other Transportation 70,000 Libraries 110,000 Parks & Recreation 4,455,000 Cultural Services 40,000 Special Recreation Facilities 22,375,530 TOTAL PROJECT EXPENDITURES $153,385,680 Exhibit B CAPITAL IMPROVEMENT PROGRAM EXPENDITURE SUMMARY BY FUNCTION FY 2023-2024 THROUGH FY 2028-2029 Schedule of Planned Expenditures Function 2023/24 2024/25 2025/26 2026/27 2027/28 2028/29 Total Other General Government 22,363,700 22,258,890 16,028,580 16,289,000 16,576,460 17,007,280 110,523,910 Police Protection 355,000 345,000 1,971,050 335,000 2,261,050 335,000 5,602,100 Fire Protection 1,006,030 2,000,020 284,020 2,211,270 1,409,240 2,224,600 9,135,180 Fire Rescue Services 593,000 304,500 377,320 630,920 284,080 750,000 2,939,820 Gas Utility Services 12,725,000 9,725,000 7,875,000 7,875,000 7,875,000 7,875,000 53,950,000 Solid Waste Services 7,200,000 7,200,000 450,000 450,000 450,000 - 15,750,000 Water-Sewer Services 40,427,330 47,847,170 62,451,140 64,489,980 66,597,710 69,192,890 351,006,220 Flood Protection/ Stormwater Mgmt 5,942,140 2,538,700 4,626,850 3,885,230 5,161,820 8,033,780 30,188,520 Other Physical Environment 4,420,980 22,279,390 17,136,980 23,259,280 17,941,430 15,830,930 100,868,990 Road and Street Facilities 14,177,970 22,982,620 23,925,690 20,138,860 18,345,950 10,358,540 109,929,630 Airports 3,065,000 35,000 3,035,000 5,435,000 35,000 35,000 11,640,000 Water Transportation Systems 150,000 150,000 150,000 150,000 150,000 150,000 900,000 Parking Facilities 13,909,000 36,609,000 424,000 524,000 424,000 424,000 52,314,000 Other Transportation 70,000 70,000 70,000 70,000 70,000 115,000 465,000 Libraries 110,000 110,000 110,000 110,000 110,000 110,000 660,000 Parks & Recreation 4,455,000 4,456,000 2,720,000 4,522,500 3,977,500 5,543,000 25,674,000 Cultural Services 40,000 40,000 40,000 40,000 40,000 - 200,000 Special Recreation Facilities 22,375,530 10,339,500 6,909,000 4,381,000 5,494,000 5,931,000 55,430,030 153,385,680 189,290,790 148,584,630 154,797,040 147,203,240 143,916,020 937,177,400 Ordinance No. 9715-23 Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#23-1058 Agenda Date: 9/21/2023 Status: Public HearingVersion: 1 File Type: Action ItemIn Control: Office of Management & Budget Agenda Number: 7.4 SUBJECT/RECOMMENDATION: Approve the recommended Penny for Pinellas project list, as revised for fiscal years 2023/24 through 2029/30. SUMMARY: On March 6, 1997, the City Council adopted Ordinance 6137-97. The ordinance established the requirement for a special hearing prior to adoption of the capital improvement budget to discuss the use of Penny for Pinellas tax, and at any time in which there is any proposed change to the Penny for Pinellas project funding of $500,000 or more. Changes to Penny for Pinellas projects that meet these criteria in the proposed 2023/24 capital improvement budget and six-year plan include the following: Fire Engines/Ladder Truck Replacement - The funding for this project is being increased by a total of $1,843,990. This represents cost increases estimated at $443,990 for fire engines planned for purchase in fiscal years 2027/28 through 2029/30; and the addition of a ladder truck budgeted for $1,400,000 planned for replacement in 2029/30 (funded at $700,000 in fiscal years 2028/29 and 2029/30). Page 1 City of Clearwater Printed on 9/19/2023 Penny for Pinellas Project Funding - Public Hearing September 6, 2023 Total Approved Proposed Amended Total Projects Changes Projects 2023/24 2024/25 2025/26 2026/27 2027/28 2028/29 2029/30 Projected Beginning Balance:2,442,774 (5,965,356) (2,672,066) 5,513,834 2,554,382 9,755,593 10,168,493 2,442,774 16,585,900 16,585,900 16,585,900 17,000,548 17,425,561 17,861,200 4,576,933 106,621,941 19,028,674 10,620,544 13,913,834 22,514,382 19,979,943 27,616,793 14,745,426 109,064,716 Penny IV Approved Projects: 924,350 1,698,300 1,778,200 Fire Engines/Ladder Trucks 3,993,500 1,843,990 5,837,490 694,030 742,610 827,220 852,040 877,600 5,837,490 Police Vehicles 1,400,000 1,400,000 200,000 200,000 200,000 200,000 200,000 200,000 200,000 1,400,000 Sports Fields & Facilities Upgrades/Improvements 2,650,000 2,650,000 250,000 300,000 2,100,000 2,650,000 Frank Tack Improvements 550,000 550,000 250,000 300,000 550,000 McMullen Tennis Bldg Renovation 2,800,000 2,800,000 700,000 2,100,000 2,800,000 Neighborhood & Community Parks Renovations 1,500,000 1,500,000 100,000 100,000 100,000 100,000 400,000 350,000 350,000 1,500,000 Woodgate Park Renovation 1,800,000 1,800,000 1,800,000 1,800,000 Long Center Renovation 3,000,000 3,000,000 3,000,000 3,000,000 Bicycle Paths & Recreation Trails 1,250,000 1,250,000 1,250,000 1,250,000 Aviation Operations Center 760,000 760,000 760,000 760,000 Environmental Park Upgrades 1,500,000 1,500,000 750,000 750,000 1,500,000 Beach Marina Upgrades 11,500,000 11,500,000 11,500,000 11,500,000 Public Works Complex 12,300,000 12,300,000 4,600,000 2,600,000 5,100,000 12,300,000 City Hall 13,300,000 13,300,000 7,000,000 6,300,000 13,300,000 Clearwater Harbor Marina Replacement/Upgrade 5,000,000 5,000,000 1,000,000 1,000,000 1,000,000 1,000,000 1,000,000 5,000,000 Total Proposed Penny Projects 63,303,500 65,147,490 Penny IV Interfund Loan Repayment Schedule Police District III 5,000,000 5,000,000 5,000,000 5,000,000 Waterfront/Bluff Masterplan (Coachman Park)28,500,000 28,500,000 7,500,000 7,000,000 7,000,000 7,000,000 28,500,000 Sports Fields & Facilities (BayCare/Carpenter)6,000,000 6,000,000 6,000,000 6,000,000 102,803,500 1,843,990 104,647,490 24,994,030 13,292,610 8,400,000 19,960,000 10,224,350 17,448,300 10,328,200 104,647,490 (5,965,356)(2,672,066)5,513,834 2,554,382 9,755,593 10,168,493 4,417,226 4,417,226 Replacement/Upgrade of Current Infrastructure 22,850,000 12,350,000 3,200,000 12,260,000 2,100,000 8,550,000 1,350,000 62,660,000 Public Safety Infrastructure/Equipment 894,030 942,610 5,200,000 200,000 1,124,350 1,898,300 1,978,200 12,237,490 New Infrastructure 1,250,000 - - 7,500,000 7,000,000 7,000,000 7,000,000 29,750,000 Estimated Available Balance Fiscal Years 2023/24 - 2029/30 Estimated Penny IV Proceeds Estimated Revenue Planned Project Expenditures CITY OF CLEARWATER NOTICE OF PUBLIC HEARING PENNY FOR PINELLAS PROJECTS CITY COUNCIL MEETING Wednesday, September 6, 2023 6:00 p.m. A public hearing will be held by the City of Clearwater in City Council Chambers, Clearwater Main Library, 100 North Osceola Avenue, Clearwater, Florida, regarding the Penny for Pinellas project list for fiscal years 2023/24 through 2029/30 totaling $104,647,490 to fund capital projects under the Penny for Pinellas plan. Significant changes to the plan include: Fire Engines/Ladder Truck Replacement – The funding for this project is being increased by a total of $1,843,990. This represents cost increases estimated at $443,990 for fire engines planned for purchase in fiscal years 2027/28 through 2029/30; and the addition of a ladder truck budgeted for $1,400,000 planned for replacement in 2029/30 (funded at $700,000 in fiscal years 2028/29 and 2029/30). Interested parties may appear and be heard at the hearing or file written notice of approval or objection with the City Clerk prior to the hearing. Any person who decides to appeal any decision made by the Council, with respect to any matter considered at such hearing, will need to request a record of the proceedings and, for such purpose, may need to ensure that a verbatim record of the proceedings is made, which record includes the testimony and evidence upon which the appeal is to be based per Florida Statute 286.0105. Rosemarie Call, MMC City of Clearwater City Clerk P.O. Box 4748, Clearwater, FL 33758-4748 A copy of this ad in large print is available in the City Clerk’s Office. Any person with a disability requiring reasonable accommodation in order to participate in this meeting should call (727) 562- 4093 with their request. Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: TA2023-07002 Agenda Date: 9/21/2023 Status: Public HearingVersion: 1 File Type: Planning CaseIn Control: Planning & Development Agenda Number: 7.5 SUBJECT/RECOMMENDATION: Continue to October 18, 2023: Approve amendments to the Community Development Code, rescinding certain previously adopted amendments determined to be null and void ab initio pursuant to Florida Senate Bill 250 (2023), and pass Ordinance 9712-23 on first reading. SUMMARY: City Council approved Ordinance No. 9643-23 on April 4, 2023, making a variety of amendments to the Community Development Code. Subsequent to this approval, the Florida Legislature prepared Senate Bill 250, which the Governor signed into law on June 28, 2023. Senate Bill 250 places certain restrictions on municipalities entirely or partially within 100 miles of where either Hurricanes Ian or Nicole made landfall. More specifically, the bill states that municipalities may not “propose or adopt more restrictive or burdensome amendments to their comprehensive plan or land development regulations” prior to October 1, 2024, and applies this restriction retroactively to September 28, 2022. The bill further declares that any such amendment “shall be null and void ab initio”. Portions of Ordinance No. 9643-23 may be “more restrictive or burdensome” and therefore are void and have no legal effect. Proposed Ordinance No. 9712-23 rescinds those sections of the Community Development Code, reverting to the codified language that existed prior to April 4, 2023 (i.e., when Ordinance No. 9643-23 was adopted). The Planning and Development Department has determined that the proposed text amendments to the Community Development Code are consistent with and further the goals, objectives and policies of the Comprehensive Plan and the Community Development Code as outlined in the staff report. The Community Development Board, in its capacity as the Local Planning Agency (LPA), will review the proposed amendments to the Community Development Code at its meeting on September 19, 2023. Staff will report its recommendation at the city council meeting. APPROPRIATION CODE AND AMOUNT: N/A USE OF RESERVE FUNDS: N/A Page 1 City of Clearwater Printed on 9/19/2023 1 ORDINANCE NO. 9712-23 AN ORDINANCE OF THE CITY OF CLEARWATER, FLORIDA MAKING AMENDMENTS TO THE COMMUNITY DEVELOPMENT CODE BY AMENDING ARTICLE 3. DEVELOPMENT STANDARDS, PARKING AND LOADING DIVISION; BY AMENDING ARTICLE 4. DEVELOPMENT REVIEW AND OTHER PROCEDURES, GENERAL PROCEDURES DIVISION; BY AMENDING APPENDIX B. US 19 ZONING DISTRICT AND DEVELOPMENT STANDARDS, GENERAL PROVISIONS, SUBDISTRICT STANDARDS, SITE DESIGN STANDARDS, BUILDING DESIGN STANDARDS, AND ADMINISTRATION DIVISIONS; BY AMENDING APPENDIX C. DOWNTOWN DISTRICT AND DEVELOPMENT STANDARDS, CHARACTER DISTRICT STANDARDS, FRONTAGE STANDARDS, SITE DESIGN STANDARDS, BUILDING DESIGN STANDARDS, FLEXIBILITY, AND ADMINISTRATION DIVISIONS TO COMPLY WITH SENATE BILL 250: NATURAL EMERGENCIES; CERTIFYING CONSISTENCY WITH THE CITY’S COMPREHENSIVE PLAN AND PROPER ADVERTISEMENT; PROVIDING FOR SEVERABILITY; AND PROVIDING AN EFFECTIVE DATE. WHEREAS, the City of Clearwater (“the City”) adopted the Community Development Code on January 21, 1999, which took effect on March 8, 1999; and WHEREAS, the City desires for the Community Development Code to function effectively and equitably throughout the City; and WHEREAS, on April 4, 2023, the City adopted Ordinance No. 9643-23 amending the Community Development Code, making a variety of changes where it had determined clarification and revision were needed, including the addition of new requirements in Article 3. Division 14. Parking and Loading; Article 4. Division 2. General Procedures; Appendix B. Division 1. General Provisions, Division 3. Subdistrict Standards, Division 5. Site Design Standards, Division 6. Building Design Standards, and Division 8. Administration; and Appendix C. Division 3. Character District Standards, Division 4. Frontage Standards, Division 5. Site Design Standards, Division 6. Building Design Standards, Division 8. Flexibility, and Division 9. Administration; and WHEREAS, on June 28, 2023, the Governor of Florida signed Senate Bill 250 (“SB 250”): Natural Emergencies in which Bill Section 14 placed certain restrictions on municipalities entirely or partially within 100 miles of where either Hurricanes Ian or Nicole made landfall; and WHEREAS, SB 250 established that municipalities may not “propose or adopt more restrictive or burdensome amendments to their comprehensive plan or land development regulations” prior to October 1, 2024, declaring that any such amendment “shall be null and void ab initio” and the provision applies retroactively to September 28, 2022; and WHEREAS, the City has reviewed all ordinances amending the Community Development Code that were adopted within the timeframes established by SB 250 and has determined that the aforementioned amendments to the Community Development Code adopted by Ordinance No. 9643-23 that established new requirements may be “more restrictive or burdensome” and are therefore null and void ab initio pursuant to SB 250; and 2 Ordinance No. 9712-23 WHEREAS, to ensure transparency with the public and proper processing, a new ordinance removing the previously approved changes which are null and void ab initio is advised; and WHEREAS, the City has determined that these amendments to the Community Development Code promote and support the public health, safety, morals, and welfare, of the City's residents; and WHEREAS, at a duly noticed public meeting the Clearwater Community Development Board, pursuant to its responsibilities as the Local Planning Agency, has reviewed these amendments, conducted a public hearing, considered all public testimony and has determined that these amendments are consistent with the City of Clearwater’s Comprehensive Plan and recommended that the City Council adopt these amendments; and WHEREAS, the City Council has fully considered the recommendation of the Community Development Board and testimony and evidence submitted at its public hearing; now therefore, BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY OF CLEARWATER, FLORIDA: Section 1. That Article 3. Development Standards, Division 14. Parking and Loading, be amended to read as follows: Section 3-1407. – Parking restrictions in residential areas. A. Restrictions. For the dual purpose of preserving attractive residential areas within the city and promoting safe unimpeded traffic circulation throughout such neighborhoods, the following parking restrictions shall apply except as provided in paragraph B of this section: 1. Within street right-of-way. The following vehicles shall not be parked or stored on any public right-of-way in a residential zoning district, residentially designated downtown property, or on any right-of-way contiguous to such properties a residentially zoned property: a. Any boat or boat trailer; b. Any hauling trailer; c. Any of the following recreational vehicles: travel trailers, motor homes and camping trailers; d. Any commercial vehicle. e. Any race car, dune buggy, farm equipment, go kart, ATV, or other similar vehicle not designated for street operation. 2. Between principal structure and right-of-way. The following vehicles shall not be parked or stored, in whole or in part, in a front setback and/or forward of the building line of the principal structure and any right-of-way line in a residential zoning district or on a residentially designated downtown property up to a maximum of two frontages: a. Boat in excess of 20 feet; b. Any boat trailer in excess of 25 feet total length or in excess of five feet longer than any boat occupying the trailer; c. Hauling trailer; d. Recreational vehicles, travel trailers, motor homes and camping trailers. 3 Ordinance No. 9712-23 e. Any commercial vehicle which measures in excess of 20 feet in total chassis and body length, seven feet in total width or seven feet in total height, including appurtenances, equipment and cargo. f. Any race car, dune buggy, farm equipment, go kart, ATV, or other similar vehicle not designated for street operation. 3. Parking in the side or rear setback. The following vehicles may be parked or stored, in whole or in part, in a side or rear setback behind the front building line of the principal structure in a residential zoning district or on a residentially designated downtown property provided such vehicles are screened with a six-foot high solid fence, wall or hedge: a. Boat in excess of 20 feet; b. Boat trailer in excess of 25 feet; c. Hauling trailer; d. Recreation vehicles, trailers, motor homes and camping trailers; and e. Any race car, dune buggy, farm equipment, go kart, ATV, or other similar vehicle not designated for street operation. 4. Large vehicles. The following vehicles shall be not be parked or stored in any residential zoning districts or on any residentially designated downtown property: a. Commercial vehicles measuring in excess of 20 feet in total chassis and body length, seven feet in total width or seven feet in total height, including appurtenances, equipment and cargo are prohibited; and b. Semi-tractor trailer, semi-tractor cab or any garbage truck, pump-out truck, chemical truck, gasoline truck, fuel oil truck or similar vehicle designed to transport wastes or hazardous or noxious materials. * * * * * * * * * * Section 3-1408. - Parking restrictions in commercial nonresidential areas. A. Commercial trucks, semi-tractor trailers, cabs and other commercial vehicles shall be permitted to be parked or stored on commercial property only if such vehicles are associated with the property on which they are located. B. Boats or boat trailers, hauling trailers, and recreational vehicles shall not be parked or stored on any public right-of-way in nonresidential areas. Section 2. That Article 4. Development Review and Other Procedures, Division 2. General Procedures, Section 4-201. Pre-application conference, be renamed and amended to read as follows: Section 4-201. – Optional Ppre-application conference. A. Applicants for a proposed development in the US 19 or Downtown zoning districts shall have a pre-application conference with the Community Development Coordinator or his/her designee prior to development application, unless otherwise waived by the Community Development Coordinator, to review the preliminary site plan, building elevations, and other materials required by the Community Development Coordinator. Those development projects that are exempt from the US 19 Zoning District and Development Standards pursuant to Section B-104.C or the Downtown District and Development Standards pursuant to Section C-104.B shall be exempt from this requirement. 4 Ordinance No. 9712-23 B. Projects in all other zoning districts. An applicant for development approval may request an informal conference with the community development coordinator prior to filing an application for the purpose of discussing the proposed development and to identify the views and concerns of the applicant and the city's professional staff. Section 3. That Appendix B. US 19 Zoning District and Development Standards, Division 1. General Provisions, Section B-104. Applicability of Development Standards, be amended to read as follows: Section B-104. – Applicability of Development Standards. * * * * * * * * * * C. Exemptions The following types of development are exempt from all or a portion of the Development Standards as follows. * * * * * * * * * * 5. Change of Use. Projects involving only a change in use are exempt from the Development Standards in Appendix B, Divisions 4, 5 and 6, but shall comply with the bicycle parking standards in Section B-303.D when the change of use results in an increase in the minimum number of bicycle parking spaces required. When applicable, this shall only apply to the increase in bicycle parking required for the new use. 6. Improvement, Remodel, or Reconstruction. Building improvement and remodel projects, including reconstruction of buildings in the general location or footprint of buildings being replaced, with up to 5 percent additional gross floor area, shall be exempt from the Development Standards as follows. a. Building improvement, remodel, or reconstruction projects valued at less than 25 percent of the total assessed building value as reflected in the Property Appraiser’s current records at the time of application are exempt from the Development Standards in Appendix B, Divisions 4, 5 and 6, except that the location of any new floor area, including accessory structures, shall be compliant with the setback requirements in Division 4 of these standards to the greatest extent practicable as determined by the Community Development Coordinator, and bicycle parking shall be provided for any new floor area consistent with the bicycle standards in Section B-303.D. b. Building improvement, remodel, or reconstruction projects valued at 25 percent or more of the total assessed building value as reflected in the Property Appraiser’s current records at the time of application, are exempt from all but the pedestrian walkway standards in B-503.C, the surface parking and service area standards in B-504.A.1, the bicycle parking standards in B-504.C, and the landscape requirements in B-505.A of these standards, which shall be brought into compliance to the greatest extent practicable as determined by the Community Development Coordinator. Additionally, the location of any new floor area, including accessory structures, shall be compliant with the setback requirements in Division 4 of these standards to the greatest extent practicable as determined by the Community Development Coordinator, and bicycle parking shall be provided for any new floor area consistent with the bicycle standards in Section B-303.D. Landscape requirements in B.504.A.1 and B.505.A may be modified as part of a comprehensive landscape program pursuant to the criteria set forth in Section 3-1202.G. 5 Ordinance No. 9712-23 * * * * * * * * * * Section 4. That Appendix B. US 19 Zoning District and Development Standards, Division 3. Subdistrict Standards, be amended to read as follows: Section B-303. – Permitted Uses & Parking A. Use & Off-Street Parking Table Permitted uses and approval levels by Subdistricts, along with off-street parking requirements, are listed in Table 2. Use & Off-Street Parking. Active uses are required at identified key corners, as defined in Section B-303.B. Pursuant to Section B-801, new construction projects on sites of 10 acres or more shall require at a minimum a Level One (flexible standard development) approval unless the proposed use or proposal otherwise requires a Level Two (flexible development) approval. Table 2. Use and Off-Street Parking Use Regional Neighborhood Corridor Use Specific Standards Minimum Off-Street Parking Spaces * * * * * * * * * * Footnotes: 1. The parcel proposed for development is not contiguous to a parcel of land which is designated as residential in the Zoning Atlas. 2. The parcel proposed for development is not located within 500 feet of a parcel of land used for purposes of a place of worship or a public or private school unless the intervening land uses, structures or context are such that the location of the use is unlikely to have an adverse impact on such school or use as a place of worship. Key: BCP = Level 1 Minimum Standard (Building Construction Permit). FLS = Level 1 Flexible Standard Development (Community Development Coordinator approval required). FLD = Level 2 Flexible Development (Community Development Board approval required). X = Not Permitted New construction projects on sites of 10 acres or more shall require, at a minimum, a Level One (flexible standard development) approval unless the proposed use or proposal otherwise requires a Level Two (flexible development) approval. * * * * * * * * * * D. Bicycle Parking 1. Short-term and long-term bicycle parking requirements are listed in Table 4. Bicycle Parking. Table 4. Bicycle Parking Use Short Term Spaces Long Term Spaces Attached Dwellings (1 – 100 units) 2 min., or 1 space per 10 units 1 per 2 dwelling units. Units with private garage or private storage space are exempt. Attached Dwellings (101+ units) 1 space per 20 units 1 per 4 dwelling units. Units with private garage or private storage space are exempt. 6 Ordinance No. 9712-23 Bars, Brewpubs, Restaurants 2 min., or 1 per 5,000 SF GFA None Offices 2 min., or 1 per 10,000 SF GFA 2 min., or 1 per 10,000 SF GFA Parking Garages 6 min., or 1 per 20 vehicle parking spaces, whichever is greater None Public Transportation Facilities 10 min., or 1 per 5,000 SF GFA 4 min., or 1 per 10,000 SF GFA Retail Sales and Services, Retail Plazas, Alcoholic Beverage Sales 2 min., or 1 per 5,000 SF GFA None All Other Nonresidential Uses 2 min., or 1 per 10,000 SF GFA None 2. All short-term bicycle parking areas shall be in highly visible locations along pedestrian walkways and near building entries. 3. All bicycle parking provided shall comply with the bicycle parking standards in Section 3-1411 of this Development Code. Section 5. That Appendix B. US 19 Zoning District and Development Standards, Division 5. Site Design Standards, Section B-503. Access and circulation, be amended to read as follows: Section B-503. – Access and circulation. * * * * * * * * * * D. Cross Parcel Connections To facilitate circulation and improve accessibility, vehicle and pedestrian facilities on adjacent sites shall be interconnected. Existing and planned parking lot drive aisles and pedestrian walkways shall be aligned and connected with abutting sites. In cases where no connection exists on an abutting developed site, and drive aisle and pedestrian walkway stub outs shall be constructed on properties abutting undeveloped sites to allow for future connections. Section 6. That Appendix B. US 19 Zoning District and Development Standards, Division 6. Building Design Standards, be amended to read as follows: * * * * * * * * * * Section B-602. – Façade treatment and design. * * * * * * * * * * B. Limited Blank Facades Blank sections of ground floor building façades fronting or within view of streets, pedestrian walkways, or other and public spaces shall not exceed 20 feet in length. Elements such as windows, doors, balconies, columns, pilasters, changes in material, or other architectural details that provide visual interest shall be distributed across the façade in a manner consistent with the overall design of the building. * * * * * * * * * * E. Upper Floor Facade Articulation and Fenestration 7 Ordinance No. 9712-23 * * * * * * * * * * 3. To minimize blank façade areas along street frontages, façades fronting streets and new primary drives shall provide fenestration (doors, windows or other openings) to an extent of a minimum of 20 percent of each floor's façade area as measured between finished floor and finished ceiling. * * * * * * * * * * Section 7. That Appendix B. US 19 Zoning District and Development Standards, Division 8. Administration, Section B-801. Site plan approvals, be amended to read as follows: Section B-801. – Site plan approvals. A. Required Pre-Application Conference A pre-application conference shall be required for all development applications within the US 19 District unless the development is exempt from the Development Standards pursuant to Section B-104.C or this requirement is otherwise waived by the Community Development Coordinator. B. Approval Authority The final decision-making authority for site plans is either the Community Development Coordinator for Level One approvals or the Community Development Board for Level Two approvals, as specified in Article 4. The level of approval required varies by use and subdistrict as specified in Table 2. Use & Off-Street Parking, which identifies whether a use can be approved as a Building Construction Permit (Level 1 Minimum Standard), or if Community Development Coordinator (Level One Flexible Standard Development) or Community Development Board (Level Two Flexible Development) approval is required. Projects on sites of 10 acres or more shall require at a minimum a Level One (flexible standard development) approval. Projects requesting flexibility in the application of Design Standards shall follow the process established in Section B-702. Section 8. That Appendix C. Downtown District and Development Standards, Division 3. Character District Standards, Table 1. Use and Off-Street Parking be amended to read as follows: * * * * * * * * * * Table 1. Use and Off-Street Parking Use Downtown Core Old Bay South Gateway Prospect Lake Downtown Gateway Use Specific Criteria Minimum Off-Street Parking Spaces * * * * * * * * * * NONRESIDENTIAL USES * * * * * * * * * * Overnight Accommodations (Hotel) BCP BCP X BCP BCP None 0.75/unit * * * * * * * * * * Self Storage Warehouses FLS X FLS FLS FLS 1. The use shall be secondary to and shall not exceed 25 percent of the gross floor area of the building in which it is N/A 8 Ordinance No. 9712-23 Table 1. Use and Off-Street Parking Use Downtown Core Old Bay South Gateway Prospect Lake Downtown Gateway Use Specific Criteria Minimum Off-Street Parking Spaces located another principal use. 2. Leasing office and other non-storage customer service areas shall be incorporated into the building frontage along the primary street. 3. Outdoor storage of any kind shall be prohibited. 4. Access to individual storage spaces shall be provided from within the building. 45. All loading areas, including bays and loading zones used for the placement of personal products onto, or removal from, a transportation vehicle shall be provided along the interior side or rear of the building and screened from view. * * * * * * * * * * * * * * * * * * * * Section 9. That Appendix C. Downtown District and Development Standards, Division 4. Frontage Standards, be amended to read as follows: * * * * * * * * * * Section C-405. – Storefront 2 frontage. * * * * * * * * * * C. Front Setback Improvements. 1. Where front setbacks are provided, the area within the setback shall be improved primarily as a hardscape extension of the public streetscape with no change in elevation from adjacent sidewalks. 2. Landscape areas may account for 35 percent maximum of the front setback area. Such landscaping shall comply with landscape requirements in Section 3-1202. 3. Low curbing up to six inches in height may be used to define the edge of landscape areas but no permanent physical obstructions such as walls, railing, or fencing are permitted. * * * * * * * * * * Section C-406. – Workshop/flex frontage. 9 Ordinance No. 9712-23 * * * * * * * * * * C. Front Setback Improvements. 1. The front setback area shall be improved as a landscape area with walkway connections between sidewalks and front building entries. Low curbing up to six inches in height may be used to define the edge of landscape areas but no permanent physical obstructions such as walls, railings, or fencing are permitted between the street and front building façade. * * * * * * * * * * Section 10. That Appendix C. Downtown District and Development Standards, Division 5. Site Design Standards, be amended to read as follows: * * * * * * * * * * Section C-503. – Access and circulation. * * * * * * * * * * D. Cross Parcel Connections. To facilitate circulation and improve accessibility, vehicle and pedestrian facilities on adjacent sites shall be interconnected, except for detached dwellings and duplexes on interior lots along Street Type F. Parking Existing and planned parking lot drive aisles, private drives, private service drives, and pedestrian walkways shall be aligned and connected with abutting sites. In cases where no connection exists on an abutting developed site, and drive aisle and pedestrian walkway stub outs shall be constructed on properties abutting undeveloped sites to allow for future connections. * * * * * * * * * * Section C-510. – Swimming Pools. Swimming pools for all attached dwellings except duplexes, shall be located on the roof of the building or internal to the development site as a courtyard pool, surrounded on all four sides by building(s), and not along street frontages as illustrated in Figure 31. Swimming pools for detached dwellings and duplexes shall comply with the accessory structure provisions in Article 3, Division 2 of this code. 10 Ordinance No. 9712-23 Figure 31. Swimming Pools (Delete images for Figure 31 and renumber subsequent Figures accordingly) Rooftop Swimming Pool Courtyard Swimming Pool * * * * * * * * * * Section 11. That Appendix C. Downtown District and Development Standards, Division 6. Building Design Standards, be amended to read as follows: * * * * * * * * * * Section C-602. – Façade treatment and design. * * * * * * * * * * C. Facade Materials All building facades within view of a public street, pedestrian walkway, waterfront, or other public space, including side and rear facades, shall be constructed of high quality materials such as brick, stone, architectural block, concrete with an architectural finish, and traditional cementitious stucco. Side and rear facades shall use materials and design features similar to or complementary to those of the front facade. The use of metal facades shall not be permitted. D. Upper Floor Façade Fenestration. To minimize blank façade areas along street frontages, façades fronting streets and new primary drives shall provide fenestration (doors, windows or other openings) to an extent of a minimum of 20 percent of each floor's façade area as measured between finished floor and finished ceiling. *** RELETTER REMAINING SUBSECTIONS *** * * * * * * * * * * 11 Ordinance No. 9712-23 Section 12. That Appendix C. Downtown District and Development Standards, Division 8. Flexibility, be amended to read as follows: * * * * * * * * * * Section C-803. – Flexibility provisions. Flexibility may be approved subject to the standards below. K. Site Design Standards – Swimming Pools. Flexibility in the application of swimming pool requirements in Section C-510 may be approved consistent with one of the following. 1. For buildings at corner locations, flexibility may be approved to allow at-grade swimming pools within in a courtyard of a “U”-shaped or “L”-shaped building along a secondary street frontage. Where flexibility in this standard is allowed, non-opaque or picket-style fencing may be permitted to a maximum height of 6 feet in line with or setback from the front building façade. 2. For buildings on Through-Lots or Multi-Frontage Lots, flexibility may be approved to allow at-grade swimming pools within a courtyard of a “U”-shaped building along Street Type D. Where flexibility in this standard is allowed, non-opaque or picket-style fencing may be permitted to a maximum height of 6 feet in line with or setback from the front building façade. *** RELETTER REMAINING SUBSECTIONS *** * * * * * * * * * * Section 13. That Appendix C. Downtown District and Development Standards, Division 9. Administration, be amended to read as follows: Section C-901. – Site plan approvals. A. Required Pre-Application Conference A pre-application conference shall be required for all development applications within the Downtown District unless the development is exempt from the Development Standards pursuant to Section C-104.B or this requirement is otherwise waived by the Community Development Coordinator. B. Approval Authority The final decision-making authority for site plans is either the Community Development Coordinator for Level One approvals or the Community Development Board for Level Two approvals, as specified in Article 4. The level of approval required varies by use and character district as specified in Table 1. Use & Off-Street Parking, which identifies whether a use can be approved as a Building Construction Permit (Level 1 Minimum Standard), or if Community Development Coordinator (Level 1 Flexible Standard Development) or Community Development Board (Level 2 Flexible Development) approval is required. Projects requesting flexibility in the application of development standards shall follow the process established in Appendix C, Section C-802. * * * * * * * * * * Section C-903. – Regulating plan adjustments. * * * * * * * * * * 12 Ordinance No. 9712-23 B. Street Type on Existing or New Public Streets. Upon approval of a development project which includes new public streets or existing public streets where a street type was not previously depicted in Figure 2. Regulating Plan–Street Types and Key Corners, the Community Development Coordinator will make an administrative adjustment to Figure 2. Regulating Plan–Street Types and Key Corners to reflect the approved street type(s). Section 14. Amendments to the Community Development Code of the City of Clearwater (as originally adopted by Ordinance No. 6348-99 and subsequently amended) are hereby adopted to read as set forth in this Ordinance. Section 15. The City of Clearwater does hereby certify that the amendments contained herein, as well as the provisions of this Ordinance, are consistent with and in conformance with the City’s Comprehensive Plan. Section 16. Should any part or provision of this Ordinance be declared by a court of competent jurisdiction to be invalid, the same shall not affect the validity of the Ordinance as a whole, or any part thereof other than the part declared to be invalid. Section 17. Notice of the proposed enactment of this Ordinance has been properly advertised in a newspaper of general circulation in accordance with applicable law. Section 18. This ordinance shall take effect immediately upon adoption. PASSED ON FIRST READING ____________________________ PASSED ON SECOND AND FINAL ____________________________ READING AND ADOPTED ____________________________ Brian J. Aungst, Sr. Mayor Approved as to form: Attest: ____________________________ ____________________________ Matthew J. Mytych, Esq. Rosemarie Call, MPA, MMC Senior Assistant City Attorney City Clerk PLANNING & DEVELOPMENT DEPARTMENT COMMUNITY DEVELOPMENT BOARD STAFF REPORT MEETING DATE: September 19, 2023 AGENDA ITEM: F.1 CASE: TA2023-07002 ORDINANCE NO.: 9712-23 REQUEST: To amend the Community Development Code to rescind certain amendments that were adopted previously through Ordinance No. 9463-23 determined to be null and void ab initio pursuant to Florida Senate Bill 250 (2023) INITIATED BY: City of Clearwater, Planning and Development Department BACKGROUND: City Council approved Ordinance No. 9643-23 on April 4, 2023, making a variety of amendments to the Community Development Code (CDC). Subsequent to this approval, the Florida Legislature prepared Senate Bill 250 (herein after SB 250), which the Governor signed into law on June 28, 2023. SB 250 pertains to natural emergencies, and bill Section 14 places certain restrictions on municipalities entirely or partially within 100 miles of where either Hurricanes Ian or Nicole made landfall. The city of Clearwater lies within the area for which these restrictions apply. More specifically, SB 250 states that municipalities may not “propose or adopt more restrictive or burdensome amendments to their comprehensive plan or land development regulations” prior to October 1, 2024. The bill further declares that any such amendment “shall be null and void ab initio”. This restriction applies retroactively to September 28, 2022. Void ab initio means that those provisions have no legal effect. The city has adopted multiple Ordinances amending either the city’s Comprehensive Plan or Community Development Code since September 28, 2022. Staff has reviewed those ordinances and determined that most are not affected by SB 250. However, portions of Ordinance No. 9643-23 may be “more restrictive or burdensome” and are therefore null and void ab initio pursuant to SB 250. Planning & Development Department Community Development Code Text Amendment Long Range Planning Division Community Development Board – September 19, 2023 TA2023-07002 – Page 2 Although SB 250 has established that the applicable provisions are void and have no legal effect, Ordinance No. 9712-23 provides transparency and proper processing to ensure the provisions are removed from the Community Development Code in all its forms. Should the city want to adopt these amendments again, it may do so after October 1, 2024. ANALYSIS: Proposed Ordinance No. 9712-23 rescinds certain amendments, reverting to the codified language that existed prior to April 4, 2023 (i.e., when Ordinance No. 9643-23 was adopted). The provisions identified that may be “more restrictive or burdensome” and that are included in this Ordinance were: 1. New standards that may require additional capital outlay to meet (e.g., new long-term bike parking requirements in US 19 District; new swimming pool standards in Downtown District); or 2. Changes to processes (e.g., mandatory pre-application meeting for projects in the US 19 or Downtown Districts; Development Review Committee (DRC) review for properties 10+ acres in the US 19 District); or 3. New restrictions of the use of property or the city’s right-of-way (e.g., application of residential parking restrictions to residentially designated downtown property). The remainder of amendments adopted by Ordinance No. 9643-23 included new standards that expanded a property owner’s options (e.g., new fence standards; expansion of community gardens to additional zoning districts; additional flexibility provisions in US 19 and Downtown Districts); the addition of clarifying language (e.g., transparency requirements for ground floor windows in US 19 and Downtown Districts); or other changes that were determined to not otherwise be burdensome to a private property owner. Those remain in effect. CRITERIA FOR TEXT AMENDMENTS: CDC Section 4-601 sets forth the procedures and criteria for reviewing text amendments. All text amendments must comply with the following: 1. The proposed amendment is consistent with and furthers the goals, policies, and objectives of the Comprehensive Plan. Proposed Ordinance No. 9712-23 is consistent with the Clearwater Comprehensive Plan as it is reverting certain provisions and standards in the Community Development Code back to an earlier version that had previously been determined to be consistent with the city’s Comprehensive Plan. Planning & Development Department Community Development Code Text Amendment Long Range Planning Division Community Development Board – September 19, 2023 TA2023-07002 – Page 3 2. The proposed amendments furthers the purposes of the Community Development Code and other City ordinances and actions designed to implement the Plan. Similarly, the proposed text amendment will further the purposes of the CDC. Although the city chose to amend the CDC earlier this year, the original language was originally adopted and determined to meet these same review criteria. SUMMARY AND RECOMMENDATION: The proposed amendment to the Community Development Code is consistent with and will further the goals of the Clearwater Comprehensive Plan and the purposes of the Community Development Code, and is required to comply with Senate Bill 250 (2023). Based upon the above, the Planning and Development Department recommends APPROVAL of Ordinance No. 9712-23 that amends the Community Development Code. Prepared by Planning and Development Department Staff: ___________________________ Lauren Matzke, AICP Planning and Development Assistant Director ATTACHMENTS: Ordinance No. 9712-23 Resume Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ANX2023-07008 Agenda Date: 9/21/2023 Status: Public HearingVersion: 1 File Type: Planning CaseIn Control: Planning & Development Agenda Number: 7.6 SUBJECT/RECOMMENDATION: Approve the annexation, initial Future Land Use Map designation of Residential Urban (RU) and initial Zoning Atlas designation of Low Medium Density Residential (LMDR) District for 3121 Downing Street, together will all unincorporated right-of-way of Downing Street, and pass Ordinances 9709-23, 9710-23, and 9711-23 on first reading. (ANX2023-07008) SUMMARY: This voluntary annexation petition involves a 0.212-acre property consisting of one parcel of land occupied by a detached dwelling. The property is located on the south side of Downing Street approximately 260 feet east of South McMullen Booth Road. The property was recently developed with a detached dwelling under Pinellas County’s jurisdiction, and annexation is required in order to receive sanitary sewer and solid waste service from the city. The Development Review Committee is proposing that the 0.68-acres of Downing Street right-of-way not currently within the city limits also be annexed. The property is contiguous to existing city boundaries to the south. It is proposed that the property be assigned a Future Land Use Map designation of Residential Urban (RU) and a Zoning Atlas designation of Low Medium Density Residential (LMDR). The Planning and Development Department determined that the proposed annexation is consistent with the provisions of Community Development Code Section 4-604.E as follows: ·The property currently receives water and sanitary sewer service from the city. The required sewer impact fee has been paid in full and the property was connected to the city’s closest sanitary sewer line located in the adjacent Downing Street right-of-way at the time of construction. The property is located within Police District III and service will be administered through the district headquarters located at 2851 McMullen Booth Road. Fire and emergency medical services will be provided to this property by Station #49 located at 565 Sky Harbor Drive. The city has adequate capacity to serve this property with solid waste, police, and fire and EMS service. The proposed annexation will not have an adverse effect on public facilities and their levels of service; and ·The proposed annexation is consistent with and promotes the following objectives and policy of the Clearwater Comprehensive Plan: Objective A.2.2 Future land use in the City of Clearwater shall be guided by the city’s Future Land Use Map, which shall be consistent with the Countywide Plan Page 1 City of Clearwater Printed on 9/19/2023 File Number: ANX2023-07008 for Pinellas County (The Countywide Plan) including the Countywide Plan Map and shall be implemented through the city’s Community Development Code. Objective A.6.4 Due to the built-out character of the City of Clearwater, compact urban development within the urban service area shall be promoted through application of the Clearwater Community Development Code. Objective A.7.2 Diversify and expand the City’s tax base through the annexation of a variety of land uses located within the Clearwater Planning Area. Policy A.7.2.3 Continue to process voluntary annexations for single-family residential properties upon request. ·The proposed Residential Urban (RU) Future Land Use Map category is consistent with the current Countywide Plan designation of the property. This designation primarily permits residential uses at a density of 7.5 units per acre. The proposed zoning district to be assigned to the property is the Low Medium Density Residential (LMDR) District. The use of the subject property is consistent with the uses allowed in the district and the property exceeds the district’s minimum dimensional requirements. The proposed annexation is therefore consistent with the Countywide Plan and the City’s Comprehensive Plan and Community Development Code; and ·The property proposed for annexation is contiguous to existing city boundaries to the south; therefore, the annexation is consistent with Florida Statutes Chapter 171.044. Page 2 City of Clearwater Printed on 9/19/2023 Ordinance No. 9709-23 ORDINANCE NO. 9709-23 AN ORDINANCE OF THE CITY OF CLEARWATER, FLORIDA, ANNEXING CERTAIN REAL PROPERTY LOCATED ON THE SOUTH SIDE OF DOWNING STREET APPROXIMATELY 260 FEET EAST OF SOUTH MCMULLEN BOOTH ROAD, WHOSE POST OFFICE ADDRESS IS 3121 DOWNING STREET, CLEARWATER, FLORIDA 33759, TOGETHER WITH ALL UNINCORPORATED RIGHT-OF- WAY OF DOWNING STREET, INTO THE CORPORATE LIMITS OF THE CITY, AND REDEFINING THE BOUNDARY LINES OF THE CITY TO INCLUDE SAID ADDITION; PROVIDING AN EFFECTIVE DATE. WHEREAS, the owners of the real property described herein and depicted on the map attached hereto as Exhibit “B” have petitioned the City of Clearwater to annex the property into the City pursuant to Section 171.044, Florida Statutes, and the City has complied with all applicable requirements of Florida law in connection with this ordinance; now, therefore, BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY OF CLEARWATER, FLORIDA: Section 1. The following described property is hereby annexed into the City of Clearwater and the boundary lines of the City are redefined accordingly: See attached Exhibit “A” for Legal Description. (ANX2023-07008) The map attached as Exhibit “B” is hereby incorporated by reference. Section 2. The provisions of this ordinance are found and determined to be consistent with the City of Clearwater Comprehensive Plan. The City Council hereby accepts the dedication of all easements, parks, rights-of-way and other dedications to the public, which have heretofore been made by plat, deed or user within the annexed property. The City Engineer, the City Clerk and the Community Development Coordinator are directed to include and show the property described herein upon the official maps and records of the City. Section 3. This ordinance shall take effect immediately upon adoption. The City Clerk shall file certified copies of this ordinance, including the map attached hereto, with the Clerk of the Circuit Court and with the County Administrator of Pinellas County, Florida, within 7 days after adoption, and shall file a certified copy with the Florida Department of State within 30 days after adoption. Ordinance No. 9709-23 PASSED ON FIRST READING PASSED ON SECOND AND FINAL READING AND ADOPTED Brian J. Aungst, Sr. Mayor Approved as to form: Matthew J. Mytych, Esq Senior Assistant City Attorney Attest: Rosemarie Call, MPA, MMC City Clerk LEGAL DESCRIPTIONS AN X 20 23 - 0 700 8 ========================================================================================= Lot 15, Downing Subdivision, according to the map or plat thereof, as recorded in Plat Book 26, Page 79, of the Public Records of Pinellas County, Florida. Together with: All unincorporated Right-of-Way (594LF, more or less) of Downing St Right-of-Way, East from the East Right-of-Way line of S McMullen-Booth Rd [CR-611]. Parcel ID No.: 16-29-16-22410-000-0150 Exhibit “A” PROPOSED ANNEXATION Owner(s): Father Silas and Hend Andrew Case: ANX2023-07008 Site: 3121 Downing Street Property Size(Acres): ROW (Acres): 0.212 0.68 Land Use Zoning PIN: 16-29-16-22410-000-0150 From: Residential Urban (RU) R-3 Single Family Residential To: Residential Urban (RU) Low Medium Density Residential (LMDR) Atlas Page: 292A Exhibit “B” Ordinance No. 9710-23 ORDINANCE NO. 9710-23 AN ORDINANCE OF THE CITY OF CLEARWATER, FLORIDA, AMENDING THE FUTURE LAND USE ELEMENT OF THE COMPREHENSIVE PLAN OF THE CITY, TO DESIGNATE THE LAND USE FOR CERTAIN REAL PROPERTY LOCATED ON THE SOUTH SIDE OF DOWNING STREET APPROXIMATELY 260 FEET EAST OF SOUTH MCMULLEN BOOTH ROAD, WHOSE POST OFFICE ADDRESS IS 3121 DOWNING STREET, CLEARWATER, FLORIDA 33759, UPON ANNEXATION INTO THE CITY OF CLEARWATER, AS RESIDENTIAL URBAN (RU); PROVIDING AN EFFECTIVE DATE. WHEREAS, the amendment to the Future Land Use Element of the Comprehensive Plan of the City as set forth in this ordinance is found to be reasonable, proper and appropriate, and is consistent with the City's Comprehensive Plan; now, therefore, BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY OF CLEARWATER, FLORIDA: Section 1. The Future Land Use Element of the Comprehensive Plan of the City of Clearwater is amended by designating the land use category for the hereinafter described property, upon annexation into the City of Clearwater, as follows: Property Land Use Category See attached Exhibit “A” for Legal Description. Residential Urban (RU) (ANX2023-07008) The map attached as Exhibit “B” is hereby incorporated by reference. Section 2. The City Council does hereby certify that this ordinance is consistent with the City’s Comprehensive Plan. Section 3. This ordinance shall take effect immediately upon adoption, contingent upon and subject to the adoption of Ordinance No. 9709-23. Ordinance No. 9710-23 PASSED ON FIRST READING PASSED ON SECOND AND FINAL READING AND ADOPTED Brian J. Aungst, Sr. Mayor Approved as to form: Matthew J. Mytych, Esq Senior Assistant City Attorney Attest: Rosemarie Call, MPA, MMC City Clerk LEGAL DESCRIPTIONS AN X 20 23 - 0 700 8 ========================================================================================= Lot 15, Downing Subdivision, according to the map or plat thereof, as recorded in Plat Book 26, Page 79, of the Public Records of Pinellas County, Florida. Together with: All unincorporated Right-of-Way (594LF, more or less) of Downing St Right-of-Way, East from the East Right-of-Way line of S McMullen-Booth Rd [CR-611]. Parcel ID No.: 16-29-16-22410-000-0150 Exhibit “A” PROPOSED FUTURE LAND USE MAP Owner(s): Father Silas and Hend Andrew Case: ANX2023-07008 Site: 3121 Downing Street Property Size(Acres): ROW (Acres): 0.212 0.68 Land Use Zoning PIN: 16-29-16-22410-000-0150 From: Residential Urban (RU) R-3 Single Family Residential To: Residential Urban (RU) Low Medium Density Residential (LMDR) Atlas Page: 292A Exhibit “B” Ordinance No. 9711-23 ORDINANCE NO. 9711-23 AN ORDINANCE OF THE CITY OF CLEARWATER, FLORIDA, AMENDING THE ZONING ATLAS OF THE CITY BY ZONING CERTAIN REAL PROPERTY LOCATED ON THE SOUTH SIDE OF DOWNING STREET APPROXIMATELY 260 FEET EAST OF SOUTH MCMULLEN BOOTH ROAD, WHOSE POST OFFICE ADDRESS IS 3121 DOWNING STREET, CLEARWATER, FLORIDA 33759, UPON ANNEXATION INTO THE CITY OF CLEARWATER, AS LOW MEDIUM DENSITY RESIDENTIAL (LMDR); PROVIDING AN EFFECTIVE DATE. WHEREAS, the assignment of a zoning classification as set forth in this ordinance is found to be reasonable, proper and appropriate, and is consistent with the City's Comprehensive Plan; now, therefore, BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY OF CLEARWATER, FLORIDA: Section 1. The following described property located in Pinellas County, Florida, is hereby zoned as indicated upon annexation into the City of Clearwater, and the Zoning Atlas of the City is amended, as follows: Property Zoning District See attached Exhibit “A” for Legal Description. Low Medium Density Residential (LMDR) (ANX2023-07008) The map attached as Exhibit “B” is hereby incorporated by reference. Section 2. The City Engineer is directed to revise the Zoning Atlas of the City in accordance with the foregoing amendment. Section 3. This ordinance shall take effect immediately upon adoption, contingent upon and subject to the adoption of Ordinance No. 9709-23. Ordinance No. 9711-23 PASSED ON FIRST READING PASSED ON SECOND AND FINAL READING AND ADOPTED Brian J. Aungst, Sr. Mayor Approved as to form: Matthew J. Mytych, Esq Senior Assistant City Attorney Attest: Rosemarie Call, MPA, MMC City Clerk LEGAL DESCRIPTIONS AN X 20 23 - 0 700 8 ========================================================================================= Lot 15, Downing Subdivision, according to the map or plat thereof, as recorded in Plat Book 26, Page 79, of the Public Records of Pinellas County, Florida. Together with: All unincorporated Right-of-Way (594LF, more or less) of Downing St Right-of-Way, East from the East Right-of-Way line of S McMullen-Booth Rd [CR-611]. Parcel ID No.: 16-29-16-22410-000-0150 Exhibit “A” PROPOSED ZONING MAP Owner(s): Father Silas and Hend Andrew Case: ANX2023-07008 Site: 3121 Downing Street Property Size(Acres): ROW (Acres): 0.212 0.68 Land Use Zoning PIN: 16-29-16-22410-000-0150 From: Residential Urban (RU) R-3 Single Family Residential To: Residential Urban (RU) Low Medium Density Residential (LMDR) Atlas Page: 292A Exhibit “B” LOCATION MAP Owner(s): Father Silas and Hend Andrew Case: ANX2023-07008 Site: 3121 Downing Street Property Size(Acres): ROW (Acres): 0.212 0.68 Land Use Zoning PIN: 16-29-16-22410-000-0150 From: Residential Urban (RU) R-3 Single Family Residential Atlas Page: 292A To: Residential Urban (RU) Low Medium Density Residential (LMDR) AERIAL PHOTOGRAPH Owner(s): Father Silas and Hend Andrew Case: ANX2023-07008 Site: 3121 Downing Street Property Size(Acres): ROW (Acres): 0.212 0.68 Land Use Zoning PIN: 16-29-16-22410-000-0150 From: Residential Urban (RU) R-3 Single Family Residential Atlas Page: 292A To: Residential Urban (RU) Low Medium Density Residential (LMDR) EXISTING SURROUNDING USES MAP Owner(s): Father Silas and Hend Andrew Case: ANX2023-07008 Site: 3121 Downing Street Property Size(Acres): ROW (Acres): 0.212 0.68 Land Use Zoning PIN: 16-29-16-22410-000-0150 From: Residential Urban (RU) R-3 Single Family Residential Atlas Page: 292A To: Residential Urban (RU) Low Medium Density Residential (LMDR) Mobile Home Park Detached Dwellings Condominiums ANX2023-07008 Father Silas and Hend Andrew 3121 Downing Street View looking south at subject property on Downing Street East of the subject property West of the subject property Across the street, to the north of the subject property View looking westerly along Downing Street View looking easterly along Downing Street Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: 9716-23 9717-23 Agenda Date: 9/21/2023 Status: City Manager ReportVersion: 1 File Type: OrdinanceIn Control: Office of Management & Budget Agenda Number: 9.1 SUBJECT/RECOMMENDATION: Amend the City’s fiscal year 2022/23 operating and capital improvement budgets at third quarter and pass Ordinances 9716-23 and 9717-23 on first reading. SUMMARY: The fiscal year 2022/23 operating and capital improvement budgets were adopted in October 2022 by ordinances 9615-22 and 9616-22. Section 2.521 of the City’s Code of Ordinances requires the City Manager to prepare a quarterly report detailing income, expenditure estimates, collections, the explanation of significant variances, as well as the financial status of all capital improvement projects. Page 1 City of Clearwater Printed on 9/19/2023 Third Quarter Budget Review Fiscal Year 2022-23 Memorandum TO: Mayor and City Council FROM: Jennifer Poirrier, City Manager COPIES: Michael Delk, Assistant City Manager Daniel Slaughter, Assistant City Manager SUBJECT: Third quarter budget review - amended City Manager's annual budget report DATE: September 1, 2023 Attached is the third quarter budget review in accordance with the City Code of Ordinances. This report is based on the first nine months of activity in the current fiscal year (October 2022 through June 2023). Contained within are comments on major variances and documentation of all proposed amendments. Significant Fund amendments are outlined below: General Fund General Fund revenue and expenditure amendments reflect a net increase of $16,517,292. The General Fund expenditure increase at third quarter includes the Council approved appropriation of $240,000 of General Fund reserves to fund the City Hall Demolition project. With the approval of the new City Hall concept plan, amendments include an allocation of $15,000,000 of General Fund reserves transferring $10,000,000 to establish the MSB Renovations project and $5,000,000 to the New City Hall project. Other amendments include an increase which totals $813,043 to police and fire supplemental pension to bring the budget in line with actual revenues and expenditures; an increase of $100,000 in the City Manager’s office budget to fund severance payments; an increase of $27,509 in Economic Development & Housing for administrative costs for grant administration offset by revenues recognizing a transfer of interest earnings from ARPA revenue recovery funds; an increase of $209,550 for retirement payouts in the Fire Department; and an increase of $127,190 in Non-Departmental for land development costs offset by revenues transferred from the special program fund. At third quarter, various revenues are amended to bring the budget in line with anticipated receipts for the year. Adjusted for expenditure increases noted above this results in a net revenue surplus of $5,754,684 anticipated for the year. This surplus reduces the approved use of reserves noted above resulting in an estimated net use of $10,275,306 of fund reserves for the fiscal year. General Fund Reserves – In order to ensure adequate reserves, the City Council’s policy reflects that General Fund unappropriated fund reserves of 8.5% of the City’s budgeted General Fund expenditures must be maintained as a reserve to guard against future emergencies. Third Quarter Budget Review Fiscal Year 2022-23 Estimated General Fund reserves at third quarter are approximately $47.6 million, or 23.9% of the preliminary fiscal year 2023/24 General Fund expenditure budget, exceeding our minimum reserve requirement by $30.6 million. Significant amendments to other city operating funds are noted as follows: Parking Fund Amendments to Parking Fund expenditures reflect an increase of $133,265. Overtime costs for the beach guards are increased by $8,265 which is offset by reimbursement revenues from Ruth Eckerd Hall for event coverage by emergency medical technicians at The Sound; and operating expenses for parking operations (contractual services and operating supplies) are increased by a total of $125,000 offset by increased parking revenues anticipated for the year. Capital Improvement Program Third quarter amendments to the capital improvement program reflect a net increase of $17,825,165. Amendments previously approved by Council include an increase of $240,000 in General Fund revenues for the City Hall Demolition project. Amendments also include increases of General Fund revenues of $5,000,000 to the New City Hall project and $10,000,000 to the new MSB Renovations project to fund the approved City Hall concept plan. Project activity not previously approved by the Council is summarized on page 21. Significant amendments include an increase of $62,663 to property owners share revenue in the Pinellas New Mains/Service Lines project; an increase of $150,000 in General Fund revenue in the Clearwater Municipal Cemetery Renovation project; and $250,000 General Fund revenue in the Parks & Beautification R&R project. Special Program Fund The Special Program Fund reflects a net budget increase of $2,350,712 at third quarter. Significant amendments include an increase of $620,735, in public safety grant/governmental revenues for the 23/34 School Resource Officer agreement, grant funding for the Mental Health Co-Responder program and agency assistance programs; $415,981 in contractual service revenue for police extra duty; $129,960 in reimbursement revenue for the Police Safety Officer program at Countryside Christian; $44,020 in donation revenues to support Police, Library, and youth programs in Parks and Recreation; $25,000 for the second year of the Duke Energy Economic Development grant program; $3,100 in foreclosure registry fees collected; $98,460 in fines and court proceeds for public safety programs, and the tree replacement program; $90,978 in insurance reimbursements in the Police Vehicle Replacement program; $3,552 in special events revenues; and $918,926 transferred between existing special programs. CITY OF CLEARWATER THIRD QUARTER SUMMARY 2022/23 FY 22/23 Mid Variance % Adopted Year Third Qtr.YTD Actual vs.YTD vs.Third Qtr.Amended Description Budget Amended Actual Amend Budget Budget Adjustment Budget General Fund: Revenues 183,629,760 184,419,750 155,319,536 29,100,214 84%16,517,292 200,937,042 Expenditures 183,629,760 184,419,750 136,397,166 48,022,584 74%16,517,292 200,937,042 Utility Funds: Water & Sewer Fund Revenues 106,880,100 106,880,100 81,870,082 25,010,018 77%- 106,880,100 Expenditures 100,828,010 100,828,010 83,577,868 17,250,142 83%- 100,828,010 Stormwater Fund Revenues 17,714,840 17,714,840 13,841,168 3,873,672 78%- 17,714,840 Expenditures 16,791,710 16,791,710 13,983,579 2,808,131 83%- 16,791,710 Gas Fund Revenues 59,832,340 59,832,340 39,200,241 20,632,099 66%- 59,832,340 Expenditures 59,832,340 59,832,340 39,299,792 20,532,548 66%- 59,832,340 Solid Waste and Recycling Fund Revenues 30,381,600 30,381,600 25,140,556 5,241,044 83%- 30,381,600 Expenditures 28,437,980 29,137,980 19,198,357 9,939,623 66%- 29,137,980 Enterprise Funds: Marine Fund Revenues 7,038,640 7,038,640 5,408,482 1,630,158 77%- 7,038,640 Expenditures 7,038,640 7,038,640 5,404,458 1,634,182 77%- 7,038,640 Airpark Fund Revenues 406,990 773,990 246,834 527,156 32%- 773,990 Expenditures 406,990 773,990 601,429 172,561 78%- 773,990 Clearwater Harbor Marina Fund Revenues 1,003,610 1,003,610 763,194 240,416 76%- 1,003,610 Expenditures 1,003,610 1,003,610 778,086 225,524 78%- 1,003,610 Parking Fund Revenues 18,867,130 18,867,130 9,022,315 9,844,815 48%133,265 19,000,395 Expenditures 18,867,130 18,867,130 16,550,205 2,316,925 88%133,265 19,000,395 Internal Service Funds: General Services Fund Revenues 6,498,650 6,498,650 4,910,582 1,588,068 76%- 6,498,650 Expenditures 6,462,980 6,462,980 4,426,020 2,036,960 68%- 6,462,980 Administrative Services Revenues 16,150,270 16,150,270 12,077,722 4,072,548 75%- 16,150,270 Expenditures 16,069,230 16,069,230 10,992,059 5,077,171 68%- 16,069,230 Garage Fund Revenues 19,533,130 19,533,130 12,931,283 6,601,847 66%- 19,533,130 Expenditures 19,470,400 19,470,400 11,045,337 8,425,063 57%- 19,470,400 Central Insurance Fund Revenues 35,753,700 35,753,700 24,848,010 10,905,690 69%- 35,753,700 Expenditures 35,752,330 35,752,330 25,158,267 10,594,063 70%- 35,752,330 1 THIRD QUARTER REVIEW AMENDED CITY MANAGER'S FISCAL YEAR 2022-23 REPORT PAGE # General Fund Operating Budget ..................................................................................................... 3 Utility Funds Operating Budget ...................................................................................................... 9 Other Enterprise Funds Operating Budgets ................................................................................. 13 Internal Service Funds Operating Budgets ................................................................................... 17 Capital Improvement Program Budget ........................................................................................ 21 Special Program Fund Budget ....................................................................................................... 30 Special Development Fund ........................................................................................................... 38 Administrative Change Orders ...................................................................................................... 41 Ordinances ..................................................................................................................................... 43 The amended 2022/23 operating budget, presented by operating fund and/or department, is submitted for the City Council review. The actual and projected data contained in this review represents nine months, October 1, 2022, through June 30, 2023. The adjustments, however, represent all data available at the time of the report, including action taken by the City Council after June 30, 2023. Definitions associated with the operating funds information is presented as follows: Definitions: Adopted Budget - The budget as adopted by the City Council on October 6, 2022. Variance YTD Actual vs. Adopted Budget - Difference between year to date actual and adopted budget. % YTD vs. Budget - Percentage of adopted budget expended, year to date. Proposed Amendments - Adjustments that have been approved by the City Council, made at the Manager’s discretion, and/or adjustments proposed based on this quarter’s review. Amended Budget - Adding the Original Budget and Adjustments. 2 Capital Improvement Program The amended 2022/23 Capital Improvement Projects budget report is submitted for the City Council review. This review provides the opportunity to analyze the status of all active projects and present formal amendments to the project budget. The Capital Improvement Program and Special Program fund information is presented as follows: Definitions: Budget - The budget as of October 1, 2022, which includes project budgets from prior years, which have not been completed. Amendment - Amendments which have been approved by the City Council, made at the Manager's discretion, and/or adjustments proposed based on this quarter’s review. Revised Budget - Adding the Budget and Amendment columns. Encumbrance - Outstanding contract or purchase order commitment. Available Balance - Difference between revised budget and expenditure, plus encumbrance. Status - C - project is completed. Amend Ref - Reference number for description of amendment. Increase/ (Decrease)Description 1,079,500 At third quarter,approximately all property tax revenue has been received.The budget is increased by $1,079,500.00 to reflect actual collections to date. 1,290,090 At third quarter,utility tax revenues are increased by $1,290,090.00.Amendments reflect the following:1)an increase of $983,560.00 to electric utility;2)an increase of $300,000.00 to water utility;3)a decrease of $20,000.00 to gas utility;and 4)an increase of $26,530.00 to propane utility taxes.All of these will bring the budget in line with anticipated receipts for the year. (200,000) At third quarter,local business tax receipts are decreased by $200,000.00 to bring the budget in line with anticipated receipts for the year. 806,100 At third quarter,electric franchise fee revenues are increased by $773,040.00 and gas franchise fees are increased by $33,060.00.This will bring the budget in line with anticipated receipts for the year. (245,000) Third quarter amendments to other permits and fees revenues include a decrease of $300,000.00 to building/sign permit revenues,and an increase to forfeited permit fees of $55,000.00 to bring the budget in line with anticipated receipts for the year. 1,520,863 Third quarter amendments to other governmental revenue reflect a net increase $1,520,863.00 to bring the budget in line with anticipated revenues.Amendments include the following:1)an increase of $837,820.00 to state revenue sharing;2)an increase of $813,043.00 to public safety supplemental pension revenue which offset expenditure amendments in the Police and Fire Departments;and 3)a decrease of $130,000.00 to EMS Tax. Local Option, Fuel & Other Taxes Intergovernmental Other Permits and Fees Franchise Fees City of Clearwater General Fund RevenuesThird Quarter Amendments FY 2022/23 Utility Taxes Ad Valorem Taxes 3 Increase/ (Decrease)Description City of Clearwater General Fund RevenuesThird Quarter Amendments FY 2022/23 425,000 Third quarter amendments to charges for service revenues reflect increases totaling $425,000.00 to Pier 60 revenues. 2,200,724 Third quarter amendments to miscellaneous revenue reflect a net increase $2,200,724.00.Amendments include the following:1)an increase of $1,000,000.00 to interest earnings;2)an increase of $1,000,000.00 to beach rental contracts;and 3)an increase of $200,724.00 to surplus land sales for the North Garden Avenue property. 154,699 Third quarter amendments to transfer in revenues reflect a net increase of $154,699.00.Amendments include the following increases:1)$127,190.00 to recognize Community Development Block Grant funding from special program G2302,Economic Development 2023,as approved by the Council on June 15,2023;and 2) $27,509.00 from the special program fund to offset expenditures for grant administration software in Economic Development and Housing. Third quarter amendments reflect the appropriation of $9,485,316.00 from General Fund retained earnings. Amendments include the following: 240,000 1)An appropriation of $240,000.00 from fund reserves to provide additional funding for capital project C2212,City Hall Demolition as approved by the Council on June 15, 2023. 15,000,000 2)A total appropriation of $15,000,000.00 from fund reserves to provide funding for the New City Hall conceptual design plan,distributed as follows: $10,000,000.00 to establish capital improvement project C2306,MSB Renovations,and $5,000,000.00 to capital improvement project ENGF220001,New City Hall as approved by the Council on June 15, 2023. Transfers In Miscellaneous Charges for Service Transfer (to) from Surplus 4 Increase/ (Decrease)Description City of Clearwater General Fund RevenuesThird Quarter Amendments FY 2022/23 (5,754,684) 3)Third quarter amendments reflect a net surplus of $5,754,684.This represents the net of revenue amendments noted above and expenditure amendments and will reduce the use of reserves authorized for this quarter. 9,485,316 16,517,292 Net General Fund Revenue Amendment Net Transfer (to) from Retained Earnings Transfer (to) from Surplus (continued) 5 Increase/(Decrease)Description 100,000 Amendments to City Manager expenditures reflect an increase of $100,000.00 to fund severance payouts as provided in employment agreements. - Third quarter amendments to CRA Administration include the recognition of one additional FTE (CRA Specialist)as approved by CRA trustees on June 12,2023.A funding adjustment is not required for this additional position as sufficient funding is available in the interlocal agreement. 27,509 At third quarter,Economic Development and Housing expenditures reflect an increase of $27,509.00 to fund grant administration software offset by revenues recognizing the use of ARPA interest. 772,824 Third quarter amendments to Fire Department reflect a net increase of $772,824.00.Amendments include:1)an increase of $563,274.00 to Fire supplemental pension plans,which is offset by an amendment increasing supplemental pension revenue;and 2)an increase of $209,550.00 to salaries &wages to fund retirements in the Fire Department. - Third Quarter amendments to Parks &Recreation expenditures reflect net zero amendments totaling $400,000.00. Amendments include:1)a transfer of $150,000.00 in salary savings to capital project M2210,Clearwater Municipal Cemetery Renovations;and 2)a transfer of $250,000.00 in budget savings to capital project M2206,Parks and Beautification R&R. 249,769 At third quarter,amendments to the Police Department include an increase of $249,769.00 to the Police supplemental pension plans which is offset by an amendment increasing supplemental pension revenue.Police Parks & Recreation Fire City of Clearwater General Fund Expenditures Third Quarter Amendments FY 2022/23 Economic Development and Housing City Manager's Office CRA Administration 6 Increase/(Decrease)Description City of Clearwater General Fund Expenditures Third Quarter Amendments FY 2022/23 127,190 At third quarter,Non-Departmental expenditures reflect 88%of total budget resulting from transfers occurring in the first period of the year. A third quarter amendment to Non-Departmental reflects an increase of $127,190.00 to land development,as approved by the Council on June 15,2023.This is offset by a revenue amendment recognizing a transfer from special program G2302, Economic Development 2023. Amendments reflect City Council approved interfund transfers to capital improvement programs as follows: 240,000 1) A transfer of $240,000.00 to capital project C2212, City Hall Demolition, as approved by the Council on June 15, 2023. 10,000,000 2) A transfer of $10,000,000.00 to establish capital project C2306, MSB Renovation, to fund the City Hall conceptual design as approved by the Council on June 15, 2023. 5,000,000 3) A transfer of $5,000,000.00 to capital project ENGF220001, New City Hall, to fund the City Hall conceptual design as approved by the Council on June 15, 2023. 15,240,000 16,517,292 Net General Fund Expenditure Non-Departmental 7 2022/23 Variance %2022/23 MY Amended Year to Date YTD Actual vs.YTD vs.Proposed 3 Qtr Amended Budget Actual Amended Bud Budget Amendment Budget General Fund Revenues Ad Valorem Taxes 80,964,710 82,003,519 (1,038,809) 101%1,079,500 82,044,210 Utility Taxes 17,890,000 12,404,183 5,485,817 69%1,290,090 19,180,090 Local Option, Fuel and Other Taxes 6,430,000 5,110,294 1,319,706 79%(200,000) 6,230,000 Franchise Fees 11,000,000 7,542,878 3,457,122 69%806,100 11,806,100 Other Permits & Fees 3,908,500 3,155,235 753,265 81%(245,000) 3,663,500 Intergovernmental 28,768,720 18,041,815 10,726,905 63%1,520,863 30,289,583 Charges for Services 17,218,270 13,348,872 3,869,398 78%425,000 17,643,270 Judgments, Fines and Forfeitures 1,439,000 926,890 512,110 64%- 1,439,000 Miscellaneous Revenues 3,512,758 5,238,372 (1,725,614) 149%2,200,724 5,713,482 Transfers In 12,497,802 7,547,479 4,950,323 60%154,699 12,652,501 Total Revenues 183,629,760 155,319,536 28,310,224 85%7,031,976 190,661,736 Transfer (to) from Surplus 789,990 - 789,990 0%9,485,316 10,275,306 Adjusted Revenues 184,419,750 155,319,536 29,100,214 84%16,517,292 200,937,042 General Fund Expenditures City Council 533,486 371,323 162,163 70%- 533,486 City Manager's Office 1,032,745 804,890 227,855 78%100,000 1,132,745 City Attorney's Office 2,560,279 1,635,251 925,028 64%- 2,560,279 City Audit 372,930 208,877 164,053 56%- 372,930 City Clerk 1,274,878 770,093 504,785 60%- 1,274,878 CRA Administration 691,422 470,311 221,111 68%- 691,422 Economic Development and Housing 1,954,501 1,416,839 537,662 72%27,509 1,982,010 Finance 2,938,832 2,109,572 829,260 72%- 2,938,832 Fire 33,798,143 24,954,035 8,844,108 74%772,824 34,570,967 Human Resources 2,233,506 1,317,721 915,785 59%- 2,233,506 Library 9,445,675 6,895,421 2,550,254 73%- 9,445,675 Non-Departmental 12,476,346 10,957,909 1,518,437 88%15,367,190 27,843,536 Office of Innovation 891,534 519,367 372,167 58%- 891,534 Parks & Recreation 39,337,937 30,041,121 9,296,816 76%- 39,337,937 Planning & Development 7,605,355 5,059,310 2,546,045 67%- 7,605,355 Police 53,505,918 39,916,370 13,589,548 75%249,769 53,755,687 Public Communications 1,573,275 1,033,623 539,652 66%- 1,573,275 Public Utilities 412,520 310,273 102,247 75%- 412,520 Public Works 11,780,468 7,604,860 4,175,608 65%- 11,780,468 Total Expenditures 184,419,750 136,397,166 48,022,584 74%16,517,292 200,937,042 For the Nine Month Period of October 1, 2022 - June 30, 2023 GENERAL FUND THIRD QUARTER REVIEW 8 2022/23 Variance %2022/23 MY Amended Third Qtr.YTD Actual vs.YTD vs.Proposed 3 Qtr Amended Budget Actual Adopted Bud Budget Amendment Budget WATER & SEWER FUND Water & Sewer Revenues: Charges for Service 103,669,490 79,001,712 24,667,778 76%- 103,669,490 Judgments, Fines and Forfeits 271,000 209,908 61,092 77%- 271,000 Miscellaneous 2,939,610 2,658,462 281,148 90%- 2,939,610 Transfers In - - - ~- - Fund Equity - - - ~- - Total Revenues 106,880,100 81,870,082 25,010,018 77%- 106,880,100 Water & Sewer Expenditures: Public Utilities Administration 3,137,339 2,072,911 1,064,428 66%- 3,137,339 Wastewater Collection 13,624,801 11,947,710 1,677,091 88%- 13,624,801 Public Utilities Maintenance 8,225,723 6,585,465 1,640,258 80%- 8,225,723 WPC / Plant Operations 26,602,163 21,993,155 4,609,008 83%- 26,602,163 WPC / Laboratory Operations 611,067 404,033 207,034 66%- 611,067 WPC / Industrial Pretreatment 999,062 719,283 279,779 72%- 999,062 Water Distribution 19,485,328 16,812,201 2,673,127 86%- 19,485,328 Water Supply 23,124,370 18,901,272 4,223,098 82%- 23,124,370 Reclaimed Water 5,018,157 4,141,836 876,321 83%- 5,018,157 Total Expenditures 100,828,010 83,577,868 17,250,142 83%- 100,828,010 Increase/ (Decrease)Amendment Description: Water and Sewer Fund Revenues:- Water and Sewer Fund Expenditures:- For the Nine Month Period of October 1, 2022 to June 30, 2023 At third quarter, anticipated revenues of the Water and Sewer Fund exceed anticipated expenditures by $6,052,090 for fiscal year 2022/23. No amendments are proposed to Water and Sewer Fund revenues at third quarter. No amendments are proposed to Water and Sewer Fund expenditures at third quarter. UTILITY FUNDS THIRD QUARTER REVIEW 9 2022/23 Variance %2022/23 MY Amended Third Qtr.YTD Actual vs.YTD vs.Proposed 3 Qtr Amended Budget Actual Adopted Bud Budget Amendment Budget For the Nine Month Period of October 1, 2022 to June 30, 2023 UTILITY FUNDS THIRD QUARTER REVIEW STORMWATER FUND Stormwater Revenues: Charges for Service 17,340,280 13,170,822 4,169,458 76%- 17,340,280 Judgments, Fines and Forfeits 73,000 34,332 38,668 47%- 73,000 Miscellaneous 301,560 636,014 (334,454) 211%- 301,560 Transfers In - - - ~- - Fund Equity - - - ~- - Total Revenues 17,714,840 13,841,168 3,873,672 78%- 17,714,840 Stormwater Expenditures: Stormwater Management 10,773,256 10,105,899 667,357 94%- 10,773,256 Stormwater Maintenance 6,018,454 3,877,680 2,140,774 64%- 6,018,454 Total Expenditures 16,791,710 13,983,579 2,808,131 83%- 16,791,710 Increase/ (Decrease)Amendment Description: Stormwater Fund Revenues:- Stormwater Fund Expenditures:- At third quarter, anticipated revenues of the Stormwater Fund exceed anticipated expenditures by $923,130 for fiscal year 2022/23. No amendments are proposed to Stormwater Fund revenues at third quarter. No amendments are proposed to Stormwater Fund expenditures at third quarter. 10 2022/23 Variance %2022/23 MY Amended Third Qtr.YTD Actual vs.YTD vs.Proposed 3 Qtr Amended Budget Actual Adopted Bud Budget Amendment Budget For the Nine Month Period of October 1, 2022 to June 30, 2023 UTILITY FUNDS THIRD QUARTER REVIEW GAS FUND Gas Revenues: Charges for Service 55,595,170 38,688,277 16,906,893 70%- 55,595,170 Judgments, Fines and Forfeits 100,000 65,226 34,774 65%- 100,000 Miscellaneous 321,370 446,738 (125,368) 139%- 321,370 Transfers In - - - ~- - Fund Equity 3,815,800 - 3,815,800 0%- 3,815,800 Total Revenues 59,832,340 39,200,241 20,632,099 66%- 59,832,340 Gas Expenditures: Administration & Supply 29,734,623 16,302,286 13,432,337 55%- 29,734,623 Pinellas Gas Operations 14,305,023 11,012,839 3,292,184 77%- 14,305,023 Pasco Gas Operations 9,115,613 7,676,745 1,438,868 84%- 9,115,613 Marketing & Sales 6,677,081 4,307,923 2,369,158 65%- 6,677,081 Total Expenditures 59,832,340 39,299,792 20,532,548 66%- 59,832,340 Increase/ (Decrease)Amendment Description: Gas Fund Revenues:- Gas Fund Expenditures:- At third quarter, anticipated revenues of the Gas Fund equal anticipated expenditures for fiscal year 2022/23. No amendments are proposed to Gas Fund revenues at third quarter. No amendments are proposed to Gas Fund expenditures at third quarter. 11 2022/23 Variance %2022/23 MY Amended Third Qtr.YTD Actual vs.YTD vs.Proposed 3 Qtr Amended Budget Actual Adopted Bud Budget Amendment Budget For the Nine Month Period of October 1, 2022 to June 30, 2023 UTILITY FUNDS THIRD QUARTER REVIEW SOLID WASTE AND RECYCLING FUND Solid Waste Revenues: Other Permits and Fees 1,000 5,412 (4,412) 541%- 1,000 Charges for Service 26,874,695 21,936,414 4,938,281 82%- 26,874,695 Judgments, Fines and Forfeits 95,000 53,909 41,091 57%- 95,000 Miscellaneous 625,000 977,624 (352,624) 156%- 625,000 Transfers In - - - ~- - Solid Waste Revenues 27,595,695 22,973,359 4,622,336 83%- 27,595,695 Recycling Revenues: Other Permits and Fees 350 - 350 0%- 350 Intergovernmental - - - ~- - Charges for Service 2,557,274 2,007,953 549,321 79%- 2,557,274 Judgments, Fines and Forfeits 8,000 4,988 3,012 62%- 8,000 Miscellaneous 220,281 154,256 66,025 70%- 220,281 Transfers In - - - ~- - Recycling Revenues 2,785,905 2,167,197 618,708 78%- 2,785,905 Fund Equity - - ~- - Total Revenues 30,381,600 25,140,556 5,241,044 83%- 30,381,600 Solid Waste Expenditures: Collection 20,030,254 13,605,886 6,424,368 68%- 20,030,254 Transfer 2,467,042 1,436,972 1,030,070 58%- 2,467,042 Container Maintenance 958,445 629,012 329,433 66%- 958,445 Administration 1,362,394 884,403 477,991 65%- 1,362,394 Solid Waste Expenditures 24,818,135 16,556,272 8,261,863 67%- 24,818,135 Recycling Expenditures: Residential 1,670,431 941,102 729,329 56%- 1,670,431 Multi-Family 430,139 288,617 141,522 67%- 430,139 Commercial 2,219,275 1,412,365 806,910 64%- 2,219,275 Recycling Expenditures 4,319,845 2,642,084 1,677,761 61%- 4,319,845 Total Expenditures 29,137,980 19,198,357 9,939,623 66%- 29,137,980 Increase/ (Decrease)Amendment Description: Solid Waste and Recycling Fund Revenues:- Solid Waste and Recycling Fund Expenditures:- At third quarter, anticipated revenues of the Solid Waste and Recycling Fund exceed anticipated expenditures by $1,243,620 for fiscal year 2022/23. No amendments are proposed to Solid Waste and Recycling Fund revenues at third quarter. No amendments are proposed to Solid Waste and Recycling Fund expenditures at third quarter. 12 2022/23 Third Qtr.Variance %2022/23 MY Amended Year to Date YTD Actual vs.YTD vs.Proposed 3 Qtr Amended Budget Actual Adopted Bud Budget Amendment Budget MARINE FUND Marine Revenues: Intergovernmental - - - ~- - Charges for Service 6,399,710 5,056,453 1,343,257 79%- 6,399,710 Judgments, Fines and Forfeits 3,200 200 3,000 6%- 3,200 Miscellaneous Revenue 149,000 351,829 (202,829) 236%- 149,000 Transfers In - - - ~- - Fund Equity 486,730 - 486,730 0%- 486,730 Total Revenues 7,038,640 5,408,482 1,630,158 77%- 7,038,640 Marine Expenditures: Marina Operations 7,038,640 5,404,458 1,634,182 77%- 7,038,640 Total Expenditures 7,038,640 5,404,458 1,634,182 77%- 7,038,640 Increase/ (Decrease)Amendment Description: Marine Fund Revenues:- Marine Fund Expenditures:- For the Nine Month Period of October 1, 2022 - June 30, 2023 ENTERPRISE FUNDS THIRD QUARTER REVIEW At third quarter, anticipated revenues of the Marine Fund equal anticipated expenditures for fiscal year 2022/23. No amendments are proposed to Marine Fund revenues at third quarter. No amendments are proposed to Marine Fund expenditures at third quarter. 13 2022/23 Third Qtr.Variance %2022/23 MY Amended Year to Date YTD Actual vs.YTD vs.Proposed 3 Qtr Amended Budget Actual Adopted Bud Budget Amendment Budget For the Nine Month Period of October 1, 2022 - June 30, 2023 ENTERPRISE FUNDS THIRD QUARTER REVIEW CLEARWATER HARBOR MARINA FUND Clearwater Harbor Marina Revenues: Intergovernmental - - - ~- - Charges for Service 913,500 696,654 216,846 76%- 913,500 Judgments, Fines and Forfeits 1,000 150 850 15%- 1,000 Miscellaneous Revenue 31,500 66,390 (34,890) 211%- 31,500 Transfers In - - - ~- - Fund Equity 57,610 - 57,610 0%- 57,610 Total Revenues 1,003,610 763,194 240,416 76%- 1,003,610 Clearwater Harbor Marina Expenditures Clearwater Harbor Marina Operations 1,003,610 778,086 225,524 78%- 1,003,610 Total Expenditures 1,003,610 778,086 225,524 78%- 1,003,610 Increase/ (Decrease)Amendment Description: Clearwater Harbor Marina Fund Revenues:- Clearwater Harbor Marina Fund Expenditures:- At third quarter, anticipated revenues of the Clearwater Harbor Marina Fund equal anticipated expenditures for fiscal year 2022/23. No amendments are proposed to Clearwater Harbor Marina Fund revenues at third quarter. No amendments are proposed to Clearwater Harbor Marina Fund expenditures at third quarter. 14 2022/23 Third Qtr.Variance %2022/23 MY Amended Year to Date YTD Actual vs.YTD vs.Proposed 3 Qtr Amended Budget Actual Adopted Bud Budget Amendment Budget For the Nine Month Period of October 1, 2022 - June 30, 2023 ENTERPRISE FUNDS THIRD QUARTER REVIEW AIRPARK FUND Airpark Revenues: Intergovernmental 13,600 - 13,600 0%- 13,600 Charges for Service 18,000 8,433 9,567 47%- 18,000 Miscellaneous Revenue 364,000 238,401 125,599 65%- 364,000 Transfers In - - - ~- - Fund Equity 378,390 - 378,390 0%- 378,390 Total Revenues 773,990 246,834 527,156 32%- 773,990 Airpark Expenditures:- Airpark Operations 773,990 601,429 172,561 78%- 773,990 Total Expenditures 773,990 601,429 172,561 78%- 773,990 Increase/ (Decrease)Amendment Description: Airpark Fund Revenues:- Airpark Fund Expenditures:- At third quarter, anticipated revenues of the Airpark Fund equal anticipated expenditures for fiscal year 2022/23. No amendments are proposed to Airpark Fund revenues at third quarter. No amendments are proposed to Airpark Fund expenditures at third quarter. 15 2022/23 Third Qtr.Variance %2022/23 MY Amended Year to Date YTD Actual vs.YTD vs.Proposed 3 Qtr Amended Budget Actual Adopted Bud Budget Amendment Budget For the Nine Month Period of October 1, 2022 - June 30, 2023 ENTERPRISE FUNDS THIRD QUARTER REVIEW PARKING FUND Parking Revenues: Charges for Service 9,561,080 7,186,311 2,374,769 75%125,000 9,686,080 Judgments, Fines and Forfeits 990,000 1,262,008 (272,008) 127%- 990,000 Miscellaneous Revenue 200,000 571,435 (371,435) 286%8,265 208,265 Transfers In - 2,560 (2,560) ~- - Fund Equity 8,116,050 - 8,116,050 0%- 8,116,050 Total Revenues 18,867,130 9,022,315 9,844,815 48%133,265 19,000,395 Parking Expenditures Public Works/Parking System 16,519,523 14,925,580 1,593,943 90%125,000 16,644,523 Public Works/Parking Enforcement 998,737 635,045 363,692 64%- 998,737 Fire Dept/Beach Guards 1,194,937 889,308 305,629 74%8,265 1,203,202 M&A/Seminole Street Boat Ramp 153,933 100,272 53,661 65%- 153,933 Total Expenditures 18,867,130 16,550,205 2,316,925 88%133,265 19,000,395 Increase/ (Decrease)Amendment Description: Parking Fund Revenues:133,265 Parking Fund Expenditures:133,265 At third quarter, anticipated revenues of the Parking Fund equal anticipated expenditures for fiscal year 2022/23. At third quarter,amendments to Parking Fund revenues reflect a net increase of $133,265.00.Amendments include the following: 1)an increase of $8,265.00 for Ruth Eckerd Hall reimbursement revenue for EMT event coverage at the Sound,and 2)an increase of $125,000.00 to general parking revenues to offset an increase in operating expenditures. At third quarter,amendments to Parking Fund expenditures reflect a net increase of $133,265.00.Amendments include the following:1)an increase of $8,265.00 to overtime salaries for Beach Guards (EMTs)offset by Ruth Eckerd Hall reimbursement revenue for event coverage at the Sound,2)an increase of $100,000.00 to contractual services for increased services provided by Cale,and 3)an increase of $25,000.00 to operating supplies &materials for the purchase of artistic kiosk wraps and parking bumpers for new event lots. 16 2022/23 Variance %2022/23 MY Amended Third Quarter YTD Actual vs.YTD vs.Proposed 3 Qtr Amended Budget Actual Adopted Bud Budget Amendment Budget GENERAL SERVICES FUND General Services Revenues: Charges for Service 6,368,650 4,820,454 1,548,196 76%- 6,368,650 Miscellaneous Revenues 130,000 90,128 39,872 69%- 130,000 Transfers In - - - ~- - Fund Equity - - - ~- - Total Revenues 6,498,650 4,910,582 1,588,068 76%- 6,498,650 General Services Expenditures: Administration 512,198 290,739 221,459 57%- 512,198 Building & Maintenance 5,950,782 4,135,281 1,815,501 69%- 5,950,782 Total Expenditures 6,462,980 4,426,020 2,036,960 68%- 6,462,980 Increase/ (Decrease)Amendment Description: General Services Fund Revenues:- General Services Fund Expenditures:- At third quarter, anticipated revenues of the General Services Fund exceed anticipated expenditures by $35,670 for fiscal year 2022/23. No amendments are proposed to General Services Fund revenues at third quarter. No amendments are proposed to General Services Fund expenditures at third quarter. For the Nine Month Period of October 1, 2022 to June 30, 2023 INTERNAL SERVICE FUNDS THIRD QUARTER REVIEW 17 2022/23 Variance %2022/23 MY Amended Third Quarter YTD Actual vs.YTD vs.Proposed 3 Qtr Amended Budget Actual Adopted Bud Budget Amendment Budget For the Nine Month Period of October 1, 2022 to June 30, 2023 INTERNAL SERVICE FUNDS THIRD QUARTER REVIEW ADMINISTRATIVE SERVICES FUND Administrative Services Revenues: Charges for Service 16,050,270 11,786,195 4,264,075 73%- 16,050,270 Miscellaneous Revenues 100,000 291,527 (191,527) 292%- 100,000 Transfers In - - - ~- - Fund Equity - - - ~- - Total Revenues 16,150,270 12,077,722 4,072,548 75%- 16,150,270 Administrative Services Expenditures: Info Tech / Admin 515,877 297,800 218,077 58%- 515,877 Info Tech / Network Ops & User Suport 4,854,345 3,670,218 1,184,127 76%- 4,854,345 Info Tech / Network Security & Architecture 2,646,074 1,591,655 1,054,419 60%- 2,646,074 Info Tech / Solutions & Programming 2,761,577 2,353,077 408,500 85%- 2,761,577 Info Tech / Telecommunications - - - ~- - Info Tech / Enterprise Systems & Training 1,091,360 322,219 769,141 30%- 1,091,360 Public Comm / Courier 198,577 99,048 99,529 50%- 198,577 Clearwater Customer Service 4,001,420 2,658,042 1,343,378 66%- 4,001,420 Total Expenditures 16,069,230 10,992,059 5,077,171 68%- 16,069,230 Increase/ (Decrease)Amendment Description: Administrative Services Fund Revenues:- Administrative Services Fund Expenditures:- No amendments are proposed to Administrative Services Fund revenues at third quarter. No amendments are proposed to Administrative Services Fund expenditures at third quarter. At third quarter, anticipated revenues of the Administrative Services Fund exceed anticipated expenditures by $81,040 for fiscal year 2022/23. 18 2022/23 Variance %2022/23 MY Amended Third Quarter YTD Actual vs.YTD vs.Proposed 3 Qtr Amended Budget Actual Adopted Bud Budget Amendment Budget For the Nine Month Period of October 1, 2022 to June 30, 2023 INTERNAL SERVICE FUNDS THIRD QUARTER REVIEW GARAGE FUND Garage Fund Revenues Charges for Service 18,908,130 12,224,026 6,684,104 65%- 18,908,130 Miscellaneous Revenues 625,000 707,257 (82,257) 113%- 625,000 Transfers In - - - ~- - Fund Equity - - - ~- - Total Revenues 19,533,130 12,931,283 6,601,847 66%- 19,533,130 Garage Fund Expenditures: Fleet Maintenance 17,789,189 10,565,852 7,223,337 59%- 17,789,189 Radio Communications 1,681,211 479,485 1,201,726 29%- 1,681,211 Total Expenditures 19,470,400 11,045,337 8,425,063 57%- 19,470,400 Increase/ (Decrease)Amendment Description: Garage Fund Revenues:- Garage Fund Expenditures:- At third quarter, anticipated revenues of the Garage Fund exceed anticipated expenditures by $62,730 for fiscal year 2022/23. No amendments are proposed to Garage Fund revenues at third quarter. No amendments are proposed to Garage Fund expenditures at third quarter. 19 2022/23 Variance %2022/23 MY Amended Third Quarter YTD Actual vs.YTD vs.Proposed 3 Qtr Amended Budget Actual Adopted Bud Budget Amendment Budget For the Nine Month Period of October 1, 2022 to June 30, 2023 INTERNAL SERVICE FUNDS THIRD QUARTER REVIEW CENTRAL INSURANCE FUND Central Insurance Revenues: Charges for Service 35,413,700 23,954,396 11,459,304 68%- 35,413,700 Miscellaneous Revenues 340,000 893,614 (553,614) 263%- 340,000 Transfers In - - - ~- - Fund Equity - - - ~- - Total Revenues 35,753,700 24,848,010 10,905,690 69%- 35,753,700 Central Insurance Expenditures: Finance / Risk Management 438,663 265,845 172,818 61%- 438,663 HR / Employee Benefits 414,160 232,302 181,859 56%- 414,160 HR / Employee Health Clinic 1,731,900 887,331 844,569 51%- 1,731,900 Non-Departmental 33,167,607 23,772,789 9,394,818 72%- 33,167,607 Total Expenditures 35,752,330 25,158,267 10,594,063 70%- 35,752,330 Increase/ (Decrease)Amendment Description: Central Insurance Fund Revenues:- Central Insurance Fund Expenditures:- At third quarter, anticipated revenues of the Central Insurance Fund exceed anticipated expenditures by $1,370 for fiscal year 2022/23. No amendments are proposed to Central Insurance Fund revenues at third quarter. No amendments are proposed to Central Insurance Fund expenditures at third quarter. 20 CAPITAL IMPROVEMENT PROGRAM Third Quarter Summary FY 2022/23 21 The amended 2022/23 Capital Improvement Program budget report is submitted for the City Council's third quarter review. The proposed amendment is a net budget increase in the amount of $17,825,165. This review provides the opportunity to examine the status of all active projects and present formal amendments to the project budgets. Fiscally significant budget increases encompassed within this review are as follows: The City Council did not previously approve the following capital improvement budget activity: ➢ Pinellas New Mains/Service Lines – a budget increase of $62,663 in property owners share revenue. ➢ Clearwater Municipal Cemetery Renovation – a budget increase of $150,000 in General Fund revenue. ➢ Parks & Beautification R&R – a budget increase of $250,000 in General Fund revenue. ➢ MSB Renovations – a budget increase of $10,000,000 in General Fund revenue. ➢ New City Hall – a budget increase of $5,000,000 in General Fund revenue. All significant budget increases that have been previously approved by the City Council are listed below: Project Council Budget Increase Approval ➢ City Hall Demolition $240,000 06/15/23 Increase/ Amdmt Project (Decrease)Transfer Net Budget #Number Amount Amount Description Amendment City Hall Demolition 1 C2212 240,000 To record a budget increase of $240,000.00 in General Fund revenue as approved by City Council on June 15th, 2023.240,000 Municipal Services Building Renovations - NEW PROJECT 2 C2306 10,000,000 To establish the project and record a budget increase of $10,000,000.00 in General Fund revenue to fund the new city hall conceptual design ,as approved by City Council on June 15th, 2023.10,000,000 New City Hall 3 ENGF220001 5,000,000 To record a budget increase of $5,000,000.00 in General Fund revenue to fund the new city hall conceptual design, as approved by City Council on June 15th, 2023.5,000,000 Aerial Truck - CLOSE PROJECT 4 91244 (714,601) To record a budget transfer of $714,600.62 in penny revenue to project FD00190002,Fire Station 47 Replacement. This project is complete.(714,601) Fire Boat - CLOSE PROJECT 5 91271 (314,192) To record a budget transfer of $314,191.65 in penny revenue to project FD00190002,Fire Station 47 Replacement. This project is complete.(314,192) Fire Station 47 Replacement 6 FD00190002 2,122,505 1,158,184 To record a net increase of $3,280,686.67 in revenues representing the following project transfers:1)a transfer of $714,600.62 in penny revenue from project 91244,Aerial Truck;2)a transfer of $314,191.65 in penny revenue from project 91271,Fire Boat;3)a transfer of $129,392.02 in penny revenue from project 93530,Consolidated Eastside/SPC Library;and 4)a transfer of $2,122,502.38 in unspent General Fund revenues from special program G2011, Back to Business Grant. 3,280,690 Pinellas New Mains / Service Lines 7 96377 62,663 To record a budget increase of $62,662.97 in property owners share revenue to bring the budget in line with revenues received.62,663 Sanitary Sewer Extensions 8 96630 (1,200,000) To record a budget transfer of $1,2000,000.00 in sewer revenue to project 96686, Pump Station Replacement.(1,200,000) CAPITAL IMPROVEMENT PROGRAM Third Quarter Amendments FY 2022/23 22 Increase/ Amdmt Project (Decrease)Transfer Net Budget #Number Amount Amount Description Amendment CAPITAL IMPROVEMENT PROGRAM Third Quarter Amendments FY 2022/23 Pump Station Replacement 9 96686 1,200,000 To record a budget transfer of $1,2000,000.00 in sewer revenue from project 96630, Sanitary Sewer Extensions.1,200,000 Clearwater Municipal Cemetery Renovation 10 M2210 150,000 To record a budget increase of $150,000.00 in General Fund revenue to increase the scope of the project to fund new software.150,000 Consolidated Eastside/St. Petersburg College Library - CLOSE PROJECT 11 93530 (129,392) To record a budget transfer of $129,392.02 in penny revenue to project FD00190002,Fire Station 47 Replacement. This project is complete.(129,392) Parks & Beautification R&R 12 M2206 250,000 To record a budget increase of $250,000.00 in General Fund revenue to assist with increasing costs.250,000 17,825,168 - - 17,825,168 TOTAL 23 CAPITAL IMPROVEMENT PROGRAM PROGRAM & STATUS SUMMARY THIRD QUARTER: October 1, 2022 to June 30, 2023 Actual Expenditures Budget Amended Revised Project Open Available Amend Description 10/1/23 Prev Qtr Amdmts Budget To Date Encumbrance Balance Status Ref Other General Government 93535 Countryside Library Demolition 75,000 75,000 - 75,000 - - 75,000 94233 Motorized Equip-Cash 2,683,945 2,705,101 2,705,101 2,550,479 43,705 110,917 94246 Fleet Management & Mapping 710,000 710,000 - 710,000 615,964 - 94,036 94729 City-wide Connectivity 5,623,089 5,623,089 - 5,623,089 3,842,046 3,759 1,777,285 94736 Geographic Information Sys 1,260,997 1,260,997 - 1,260,997 954,455 - 306,542 94828 Financial Systems Upgrades 4,258,165 4,258,165 - 4,258,165 2,813,489 31,134 1,413,543 94829 CIS Upgrades / Replacement 1,457,376 1,457,376 - 1,457,376 605,653 135,605 716,118 94830 MS Licensing / Upgrades 1,350,000 1,350,000 - 1,350,000 842,601 - 507,399 94850 Backfile Conversion of Records 500,000 500,000 - 500,000 192,043 - 307,957 94857 Accela Permit & Code Enforce 450,000 450,000 - 450,000 328,512 - 121,488 94873 Citywide Camera System 460,000 460,000 - 460,000 279,700 - 180,300 94874 City Enterprise Timekeep Sys 410,000 410,000 - 410,000 202,802 - 207,198 94880 Granicus Agenda Mgt Sys 260,000 260,000 - 260,000 41,136 - 218,864 94883 Business Proc Review & Improve 1,225,735 1,225,735 - 1,225,735 452,549 65,246 707,940 94888 City EOC & Disaster Recovery Fac 3,360,000 3,360,000 - 3,360,000 3,167,902 71,022 121,077 C1901 Beach Radio Tower 852,370 852,370 - 852,370 - - 852,370 C2004 Lift Stations - General Gov 2,240,000 2,240,000 - 2,240,000 176,562 - 2,063,438 C2006 ADA Transition Plan 1,200,000 1,200,000 - 1,200,000 383,657 - 816,343 C2007 Citywide Audio/Visual Solutions 465,053 465,053 - 465,053 56,499 - 408,554 C2101 North Ward Preservation 77,920 77,920 - 77,920 63,470 - 14,449 C2106 Greenprint Implementation 837,848 837,848 - 837,848 531,809 149,380 156,658 C2212 City Hall Demolition 610,000 610,000 240,000 850,000 334,199 482,133 33,668 1 C2306 MSB Renovations - - 10,000,000 10,000,000 - - 10,000,000 2 G2211 ARPA Fiber Upgrades 3,500,000 3,500,000 - 3,500,000 - 783,475 2,716,525 G2214 ARPA Solar Panels 2,000,000 2,000,000 - 2,000,000 - - 2,000,000 ENGF220001 New City Hall 16,700,300 16,700,300 5,000,000 21,700,300 214,300 2,734,040 18,751,960 3 GSBM180001Air Cond Replace-City Wide 2,079,436 2,079,436 - 2,079,436 1,260,001 221,942 597,493 GSBM180002Flooring for Facilities 1,677,837 1,677,837 - 1,677,837 1,287,045 160,824 229,968 GSBM180003Roof Repair and Replacement 3,154,213 3,154,213 - 3,154,213 2,297,726 11,574 844,914 GSBM180004Painting of Facilities 1,042,923 1,042,923 - 1,042,923 429,297 30,156 583,469 GSBM180005Fencing of Facilities 183,170 183,170 - 183,170 73,199 - 109,970 GSBM180006Light Replacement & Repair 753,197 753,197 - 753,197 374,834 - 378,362 GSBM180007Elevator Refurbish/Modern 860,576 860,576 - 860,576 11,118 - 849,458 GSBM180008B&M Vehicle & Equipment 2,218,377 2,218,377 - 2,218,377 871,611 525 1,346,241 GSBM180009New A/C Chiller System 5,600,000 5,600,000 - 5,600,000 1,752,713 - 3,847,287 GSBM180010General Services R&R 600,000 600,000 - 600,000 413,723 - 186,277 GSBM180011Generator Maintenance 670,000 670,000 - 670,000 78,003 - 591,997 GSBM180012General Faci Bldg Major Reno 2,885,242 2,885,242 - 2,885,242 627,346 - 2,257,897 GSFL180001 Fleet Facility R&R 694,520 694,520 - 694,520 93,527 24,303 576,690 L1902 B&M Vehicle & Equipment 65,000 35,046 - 35,046 35,046 - - C L1906/M2202Telecommunications Upgrade 2,269,047 2,269,047 - 2,269,047 228,239 85,235 1,955,574 L1907/M1911IT Disaster Recovery 705,396 705,396 - 705,396 78,443 20,249 606,704 L1908/M1912Network Infra & Server R&R 2,766,417 2,766,417 - 2,766,417 2,030,623 235,495 500,299 L1910 Motorized Equip Replace - LP 24,448,827 24,448,827 24,448,827 17,652,368 3,413,749 3,382,710 L1911 Garage - Off Cycle Replacements 500,000 640,000 - 640,000 290,660 284,678 64,662 L2301 Motorized Equip Purchases - LP 2,139,150 2,139,150 - 2,139,150 1,035,702 655,578 447,870 M1914 Sustainability Initiatives 200,000 200,000 - 200,000 146,710 - 53,290 M2007 City EOC Maintenance 125,000 125,000 - 125,000 3,853 - 121,147 L2001/M2010P25 Radio Equipment & Infrast 4,507,104 4,507,104 - 4,507,104 2,888,872 - 1,618,232 M2201 Studio/Production Eqp.51,344 51,344 - 51,344 - - 51,344 M2211 Neighborhood Reinvest Fund 200,000 200,000 - 200,000 - - 200,000 Sub-Total 112,964,573 113,095,774 15,240,000 128,335,774 52,610,484 9,643,806 66,081,485 24 CAPITAL IMPROVEMENT PROGRAM PROGRAM & STATUS SUMMARY THIRD QUARTER: October 1, 2022 to June 30, 2023 Actual Expenditures Budget Amended Revised Project Open Available Amend Description 10/1/23 Prev Qtr Amdmts Budget To Date Encumbrance Balance Status Ref Police Protection 94238 Police Vehicles 2,752,032 2,752,032 - 2,752,032 2,491,068 - 260,964 C2201 Police CAD Replacement 900,000 900,000 - 900,000 312,791 - 587,209 C2206 PD Equipment Facility 750,000 750,000 - 750,000 - - 750,000 P1802 Police Equipment Replacement 809,686 855,547 - 855,547 772,235 34,227 49,084 P1803 Command Bus Refurbishment 200,000 154,139 - 154,139 154,139 - - C P1902 Police Information Systems 450,000 450,000 - 450,000 376,790 - 73,210 P2102 Training Range Sound Mitigation 820,000 820,000 - 820,000 787,787 15,408 16,805 PD00180001 Police District 3 Station 13,050,000 13,050,000 - 13,050,000 12,485,662 430,552 133,787 Sub-Total 19,731,718 19,731,718 - 19,731,718 17,380,472 480,187 1,871,059 Fire Protection 91218 Fire Engine Replacement 4,249,366 4,249,366 - 4,249,366 3,482,241 718,190 48,936 91244 Aerial Truck 3,368,080 3,368,080 (714,601) 2,653,479 2,653,479 - - 4 91260 Thermal Imaging Cameras 320,270 320,270 - 320,270 163,939 78,900 77,431 91261 Personal Protection Equip 2,664,250 2,664,250 - 2,664,250 2,158,296 271,060 234,894 91262 SCBA Upgrade - Fill Station 125,000 82,366 - 82,366 82,366 - - C 91264 Fire Hose Replacement 531,460 531,460 - 531,460 341,703 2,609 187,148 91271 Fire Boat 1,008,363 1,008,363 (314,192) 694,171 694,171 - (0) 5 C2207 FD Equipment Facility 750,000 750,000 - 750,000 13,582 - 736,418 FD00190001 Fire Station 46 - Beach 10,350,693 10,350,693 - 10,350,693 7,615,292 2,557,854 177,547 FD00190002 Fire Station 47 Replacement 4,839,441 4,839,441 3,280,687 8,120,127 1,199,068 115,345 6,805,715 6 M2005 Fire Training Tower 400,286 400,286 - 400,286 52,987 31,440 315,859 Sub-Total 28,607,208 28,564,574 2,251,894 30,816,469 18,457,125 3,775,398 8,583,946 Fire Rescue Services 91229 Replace & Upgrade Airpacks 1,341,680 1,384,314 - 1,384,314 921,668 51,401 411,246 91236 Rescue Vehicle 862,500 862,500 - 862,500 495,780 - 366,720 91257 AED Program 315,510 315,510 - 315,510 279,236 - 36,274 91263 Extrication Tools 177,000 177,000 - 177,000 125,708 48,910 2,382 ENGF190002 Beach Guard Tower 324,239 324,239 - 324,239 95,930 - 228,309 ENGF200002 Beach Guard Admin Building 135,000 135,000 - 135,000 65,660 2,700 66,640 Sub-Total 3,155,929 3,198,563 - 3,198,563 1,983,981 103,011 1,111,571 Gas Utility Services 96358 Environmental Remediation 2,134,794 2,134,794 - 2,134,794 1,947,828 88,855 98,111 96365 Line Relocation-Pinellas Maint 836,569 836,569 - 836,569 591,736 - 244,833 96367 Gas Meter Change Out-Pinellas 4,663,000 4,663,000 - 4,663,000 4,393,857 - 269,143 96374 Line Relocation-Pinellas Capital 3,333,500 3,333,500 - 3,333,500 3,144,345 16,100 173,055 96376 Line Relocation - Pasco Maint 361,384 361,384 - 361,384 146,186 - 215,198 96377 Pinellas New Mains / Serv Lines 45,431,671 45,496,393 62,663 45,559,056 37,819,671 131,313 7,608,071 7 96378 Pasco New Mains / Serv Lines 27,922,099 28,036,207 - 28,036,207 25,189,052 7,900 2,839,254 96379 Pasco Gas Meter Change Out 1,592,821 1,592,821 - 1,592,821 915,200 - 677,621 96381 Line Reloc-Pasco-Capitalized 1,847,300 1,847,300 - 1,847,300 1,278,075 - 569,225 96382 Gas Inventory - Work Mgmt Sys 2,492,000 2,492,000 - 2,492,000 856,268 - 1,635,732 96384 Gas System - Pinellas Building 28,857,855 28,857,855 - 28,857,855 28,069,368 - 788,487 96385 Gas Main Extensions 1,807,845 1,807,845 - 1,807,845 1,520,032 - 287,813 96386 Expanded Energy Conservation 16,128,589 16,128,589 - 16,128,589 12,456,287 - 3,672,302 96387 Natural Gas Vehicle 7,684,584 7,684,584 - 7,684,584 6,148,893 908,304 627,386 96389 Future IMS Software & Hardware 1,475,000 1,475,000 - 1,475,000 361,793 - 1,113,207 96391 Gas System Pasco Building 950,000 950,000 - 950,000 1,392 - 948,608 C2301 Pasco Gate Station 1,500,000 1,500,000 - 1,500,000 - - 1,500,000 M1904 Pinellas Building Equip R&R 1,000,000 1,000,000 - 1,000,000 - - 1,000,000 Sub-Total 150,019,009 150,197,840 62,663 150,260,503 124,839,983 1,152,473 24,268,047 25 CAPITAL IMPROVEMENT PROGRAM PROGRAM & STATUS SUMMARY THIRD QUARTER: October 1, 2022 to June 30, 2023 Actual Expenditures Budget Amended Revised Project Open Available Amend Description 10/1/23 Prev Qtr Amdmts Budget To Date Encumbrance Balance Status Ref Solid Waste Control Services 96426 Facility R & R - 1,862,066 - 1,862,066 1,862,066 - (0) C 96443 Res Container Acquisition - 1,733,081 - 1,733,081 1,733,081 - (0) C 96444 Comm Container Acquisition 4,695,420 4,352,448 - 4,352,448 4,352,448 - - C 96445 Solar Trash & Recycling Kiosks 364,414 239,182 - 239,182 239,182 - - C 96448 Solid Waste CNG Station 150,000 - - - - - - C 96449 Solid Waste Truck Wash Fac 555,500 - - - - - - C 96804 Recycling Carts/Dumpsters 1,426,650 925,855 - 925,855 925,855 - - C 96805 Recycling Expan/Particip/R&R 1,341,525 1,222,936 - 1,222,936 1,222,936 - - C C2005/L2005 Underground Refuse Program 2,195,090 2,169,736 - 2,169,736 1,717,107 10,003 442,626 C2302 Rebuild SW Adm Comp - 8,610,526 - 8,610,526 10,288 19,075 8,581,164 L2201 SW/Recyc Add Veh & Equip 185,000 - - - - - - C M2301 SW Facility R&R 200,000 200,000 - 200,000 7,480 53,069 139,451 SR00180003 Processing Ctr Building Replace 5,062,633 4,396 - 4,396 4,396 - 0 C SRTS180001 S.W.Transfer Station Rebuild 19,650,130 19,650,130 - 19,650,130 19,072,802 41,499 535,829 Sub-Total 35,826,361 40,970,356 - 40,970,356 31,147,642 123,645 9,699,069 Water-Sewer Combination Services 96212 Sanitary Sewer Upgrades/Impr 17,345,431 17,345,431 - 17,345,431 8,401,891 6,075,790 2,867,751 96213 Marshall Street Upgrades/Impr 20,044,299 20,044,299 - 20,044,299 10,612,687 4,263,737 5,167,875 96214 East Plant Upgrades/Improve 5,150,000 5,150,000 - 5,150,000 646,172 164,688 4,339,140 96215 N.E. Plant Upgrades/Improve 35,263,620 30,524,945 - 30,524,945 19,039,356 3,765,307 7,720,282 96216 Laboratory Upgrade/Improve 1,155,079 1,155,079 - 1,155,079 12,168 - 1,142,912 96217 Pump Station R&R 1,350,192 1,350,192 - 1,350,192 811,161 - 539,031 96523 Pub Utilities Adm Bldg R&R 556,703 556,703 - 556,703 436,694 - 120,009 96526 Public Utility Admin Building 1,104,306 1,104,306 - 1,104,306 - - 1,104,306 96630 Sanitary Sewer Extension 15,319,608 15,319,608 (1,200,000) 14,119,608 12,615,157 4,557 1,499,895 8 96634 Sanitary Sewer Relocation 4,392,493 4,400,885 - 4,400,885 3,356,534 126,640 917,710 96645 Laboratory Upgrade & R&R 1,146,761 1,146,761 - 1,146,761 1,126,761 - 20,000 96654 Facilities Upgrade & Improve 11,779,876 11,779,876 - 11,779,876 10,588,663 258,998 932,216 96664 Water Pollution Control R & R 30,081,864 30,081,864 - 30,081,864 20,848,249 4,568,354 4,665,261 96665 Sanitary Sewer R&R 84,663,458 83,663,458 - 83,663,458 54,638,059 19,734,917 9,290,482 96686 Pump Station Replacement 9,413,137 15,875,137 1,200,000 17,075,137 5,838,884 110,784 11,125,469 9 96721 System R & R - Maintenance 17,015,686 17,015,686 - 17,015,686 6,563,659 3,264,916 7,187,111 96722 Line Relocation - Maintenance 5,425,071 5,606,588 - 5,606,588 3,630,489 66,181 1,909,918 96739 Reclaimed Water Dist Sys 47,616,014 55,116,014 - 55,116,014 45,782,108 448,205 8,885,700 96742 Line Relocation-Capitalized 5,869,275 5,869,275 - 5,869,275 4,255,780 - 1,613,495 96744 System Expansion 3,945,043 3,945,043 - 3,945,043 3,552,120 - 392,923 96764 RO Plant Exp Res #1 16,499,527 16,499,527 - 16,499,527 13,243,654 39 3,255,834 96767 RO Plant at Res #2 50,495,439 44,495,439 - 44,495,439 41,875,094 882,605 1,737,740 96773 Groundwater Replenishm Fac 7,400,118 6,264,570 - 6,264,570 5,917,653 2,987 343,930 96782 RO Plant @WTP #3 3,069,594 3,069,594 - 3,069,594 998,290 1,222,091 849,213 96783 Water Sys Upgrades/Improve 8,953,600 8,953,600 - 8,953,600 2,663,427 882,862 5,407,310 96784 Reclaim Water Distrib Sys R&R 4,840,936 5,842,078 - 5,842,078 1,448,857 1,686,917 2,706,305 96785 Feasibility Studies/Evalu - Water 3,805,000 3,805,000 - 3,805,000 2,433,595 55,954 1,315,451 96786 Devices/Equipments - Water 1,100,000 1,100,000 - 1,100,000 - - 1,100,000 G2206 Portable Generators 630,000 630,000 - 630,000 - - 630,000 L1904/L1905 /M2008 Vehicle & Equip-Sewer 1,077,913 1,077,913 - 1,077,913 1,000,239 - 77,674 M1905 Marshall Street Plant R&R 4,160,000 4,160,000 - 4,160,000 376,642 95,269 3,688,089 M1906 Northeast Plant R&R 2,279,313 2,279,313 - 2,279,313 431,377 - 1,847,936 M1907 East Plant R&R 5,165,000 5,165,000 - 5,165,000 368,146 166,752 4,630,102 M1908 RO Plant Exp Res #1 R&R 1,300,000 1,300,000 - 1,300,000 47,996 - 1,252,004 M1909 RO Plant at Res #2 R&R 1,250,000 1,250,000 - 1,250,000 252,738 - 997,262 26 CAPITAL IMPROVEMENT PROGRAM PROGRAM & STATUS SUMMARY THIRD QUARTER: October 1, 2022 to June 30, 2023 Actual Expenditures Budget Amended Revised Project Open Available Amend Description 10/1/23 Prev Qtr Amdmts Budget To Date Encumbrance Balance Status Ref Water-Sewer Combination Services (continued) M1910 Water Treatment Plant #3 R&R 898,851 898,851 - 898,851 152,278 - 746,573 M2103 Utilities Bldg & Maint 1,000,000 1,000,000 - 1,000,000 281,593 - 718,407 Sub-Total 432,563,206 434,842,034 - 434,842,034 284,248,168 47,848,548 102,745,318 Flood Protection/SW Management C1908 Stormwater Vehicles & Equip 5,695,930 4,995,930 - 4,995,930 3,703,137 480,924 811,869 ENST180001 Stormwater Pipe System Improve 16,422,507 16,422,507 - 16,422,507 4,528,091 2,200,423 9,693,994 ENST180002 Allen's Creek 3,309,631 4,165,992 - 4,165,992 2,833,258 67,214 1,265,519 ENST180003 Stormwater System Expansion 1,339,146 482,785 - 482,785 50,853 4,147 427,785 ENST180004 Stevenson Creek 3,500,286 2,200,286 - 2,200,286 130,515 87,873 1,981,899 ENST180005 Coastal Basin 4,494,370 4,494,370 - 4,494,370 2,803,794 219,314 1,471,262 ENST180006 Alligator Creek Watershed 4,661,592 3,522,592 - 3,522,592 517,951 118,526 2,886,115 ENST180010 Lower Spring Branch Improve 2,320,000 5,459,000 - 5,459,000 354,030 95,264 5,009,706 Sub-Total 41,743,463 41,743,463 - 41,743,463 14,921,629 3,273,685 23,548,149 Other Physical Environment 93422 Dredging of City Waterways 1,346,204 1,346,204 - 1,346,204 483,487 - 862,717 C2208 Coopers Point 1,400,000 1,400,000 - 1,400,000 - - 1,400,000 C2214 Public Works Complex 1,813,738 1,813,738 - 1,813,738 - - 1,813,738 ENGF180006 City-wide Docks and Seawall 2,636,739 2,636,739 - 2,636,739 1,794,552 - 842,188 ENGF180011 Environmental Assmt & Clean-up 1,209,664 1,209,664 - 1,209,664 139,796 1,421 1,068,447 ENGF180014 Seminole Boat Launch Improve 6,752,000 6,752,000 - 6,752,000 4,295,199 25,429 2,431,372 M2002 Environ Park Remediate & Protect 200,000 200,000 - 200,000 29,025 14,750 156,225 M2006 Right of Way Tree Mgt Prog 800,000 800,000 - 800,000 287,425 - 512,575 M2210 CW Municipal Cemetery Reno 600,000 600,000 150,000 750,000 161,811 24,491 563,698 10 Sub-Total 16,758,345 16,758,345 150,000 16,908,345 7,191,296 66,091 9,650,959 Road and Street Facilities C2102 Fort Harrison Reconstruction 15,249,666 15,249,666 - 15,249,666 1,382,629 1,385,049 12,481,989 C2103 Downtown Streetscaping 17,601,407 17,601,407 - 17,601,407 12,361,106 4,748,252 492,049 C2105 Mercado - Downtown Gateway 927,795 927,795 - 927,795 927,795 - - C ENGF200003 Memorial Causeway Bridge Lighting 200,000 200,000 - 200,000 152,656 - 47,344 ENRD180002 Bridge Maintenance & Improve 9,896,497 9,896,497 - 9,896,497 4,123,327 759,629 5,013,541 ENRD180004 Streets and Sidewalks 25,777,514 25,786,429 - 25,786,429 18,245,213 3,894,064 3,647,152 ENRD180005 City-Wide Intersection Improve 4,522,907 4,522,907 - 4,522,907 1,199,475 19,591 3,303,841 ENRD180006 Traffic Signals 2,524,534 2,524,534 - 2,524,534 969,034 240,000 1,315,501 ENRD180007 Traffic Safety Infrastructure 1,407,155 1,429,186 - 1,429,186 966,129 116,542 346,515 G2213 ARPA Streets & Sidewalks 2,000,000 2,000,000 - 2,000,000 300,000 - 1,700,000 Sub-Total 80,107,475 80,138,421 - 80,138,421 40,627,363 11,163,127 28,347,931 Airports 94817 Airpark Maintenance & Repair 364,245 364,245 - 364,245 338,810 - 25,435 G1901 Replace Hangar C 1,305,000 1,305,000 - 1,305,000 1,264,714 29,765 10,522 G2108 Security System Upgrade 228,000 228,000 - 228,000 175,678 - 52,322 G2306 Apron Relayment 250,000 2,000,000 - 2,000,000 - - 2,000,000 G2307 Aviation Operation Center - 300,000 - 300,000 - - 300,000 Sub-Total 2,147,245 4,197,245 - 4,197,245 1,779,202 29,765 2,388,279 Water Transportation System 93415 Waterway Maintenance 900,000 900,000 - 900,000 738,342 49,590 112,068 Sub-Total 900,000 900,000 - 900,000 738,342 49,590 112,068 27 CAPITAL IMPROVEMENT PROGRAM PROGRAM & STATUS SUMMARY THIRD QUARTER: October 1, 2022 to June 30, 2023 Actual Expenditures Budget Amended Revised Project Open Available Amend Description 10/1/23 Prev Qtr Amdmts Budget To Date Encumbrance Balance Status Ref Parking Facilities ENPK180001 Parking Lot Resurfacing 808,476 808,476 - 808,476 61,304 - 747,172 ENPK180002 Parking Lot Improvements 2,418,802 1,018,802 - 1,018,802 741,012 127,684 150,107 ENPK180003 Parking Facilities 4,128,348 4,828,348 - 4,828,348 2,730,135 258,703 1,839,510 ENPK230001 Downtown Parking Garage 10,500,000 11,200,000 - 11,200,000 140,363 1,400,235 9,659,402 M2102 Seminole Boat Launch Maint 375,083 528,674 - 528,674 33,757 9,875 485,042 Sub-Total 18,230,709 18,384,301 - 18,384,301 3,706,572 1,796,496 12,881,233 Other Transportation 92842 City Wayfinding Project 2,050,000 2,050,000 - 2,050,000 1,280,339 573,065 196,596 ENGF180002 Downtown Intermodal 924,756 924,756 - 924,756 - - 924,756 ENGF180003 Miscellaneous Engineering 404,146 404,146 - 404,146 354,752 - 49,394 ENGF180004 Survey Equipment Replacement 40,288 40,288 - 40,288 - - 40,288 ENGF180013 Imagine Clearwater 84,661,322 84,661,322 - 84,661,322 72,149,959 12,381,871 129,492 Sub-Total 88,080,513 88,080,513 - 88,080,513 73,785,051 12,954,935 1,340,526 Libraries 93527 Books & Other Lib Materials 7,696,601 7,696,601 - 7,696,601 7,689,968 127 6,506 93530 Consolidated Eastside/SPC Libr 5,430,000 5,430,000 (129,392) 5,300,608 5,300,608 - - C 11 93532 Libr Maker Space Maint. & Up 282,560 282,560 - 282,560 227,620 367 54,573 93534 Library FF&E Repair & Replace 465,000 465,000 - 465,000 169,116 50 295,834 94861 Library Technology 1,550,000 1,550,000 - 1,550,000 1,321,171 - 228,829 C2211 Main Library Renovation 1,350,000 1,350,000 - 1,350,000 - 14,700 1,335,300 Sub-Total 16,774,161 16,774,161 (129,392) 16,644,769 14,708,483 15,245 1,921,041 Parks & Recreation 93133 Park Land Acquisition 1,977,351 1,977,351 - 1,977,351 1,968,186 3,200 5,965 93272 Bicycle Paths-Bridges 5,620,232 5,620,232 - 5,620,232 4,282,931 34,880 1,302,421 93602 Sp Events Equip Rep & Rplcmnt 410,000 410,000 - 410,000 323,389 - 86,611 93618 Miscellaneous Park & Rec Contract 1,185,000 1,185,000 - 1,185,000 608,882 301,706 274,412 93646 Rest Rm Expan-Barefoot Bch House 520,950 520,950 - 520,950 518,374 750 1,826 93667 Del Oro Park Renovations 2,686,000 2,686,000 - 2,686,000 2,626,579 24,506 34,915 C1904 Ruth Eckerd Hall 8,500,000 8,500,000 - 8,500,000 7,000,000 - 1,500,000 C2002 Ed Wright/Norton Park Renovations 839,110 855,272 - 855,272 - - 855,272 C2202 Long Center Major Reno 7,000,000 7,000,000 - 7,000,000 79,392 - 6,920,608 C2209 Neighborhood Park Renovations 400,000 400,000 - 400,000 - - 400,000 G2218 ARPA State Street Park Impv 700,000 700,000 - 700,000 - - 700,000 L1901 P&R Vehicle and Equip Additions 546,210 546,210 - 546,210 520,438 - 25,772 M2206 Parks & Beautification R&R 1,925,690 2,004,890 250,000 2,254,890 726,107 598,368 930,416 12 ENGF180007 Phillip Jones Park Renovations 224,726 224,726 - 224,726 64,044 54 160,628 Sub-Total 32,535,269 32,630,631 250,000 32,880,631 18,718,321 963,464 13,198,846 Cultural Services A1901 Miscellaneous Minor Public Art 227,079 227,079 - 227,079 124,833 102,246 A2201 Cultural Arts Plan 85,000 85,000 - 85,000 15,085 - 69,915 Sub-Total 312,078.62 312,079 - 312,079 139,918 - 172,160 28 CAPITAL IMPROVEMENT PROGRAM PROGRAM & STATUS SUMMARY THIRD QUARTER: October 1, 2022 to June 30, 2023 Actual Expenditures Budget Amended Revised Project Open Available Amend Description 10/1/23 Prev Qtr Amdmts Budget To Date Encumbrance Balance Status Ref Special Recreation Facilities 93410 Clwr Harbor Marina Maint R&R 447,500 447,500 - 447,500 390,095 - 57,405 93420 Fuel System R & R 272,752 272,752 - 272,752 168,573 - 104,178 93499 Pier 60/Sailing Center Maint 471,952 471,952 - 471,952 374,015 - 97,937 93642 Phillip-Jones Restroom/Concess 456,944 449,932 - 449,932 449,932 - (0) C 93650 Crest Lake Park Improvement 7,709,222 7,709,222 - 7,709,222 7,709,222 - - C C1905 Beach Marina Upgrade 15,992,258 15,992,258 - 15,992,258 969,590 645,372 14,377,296 C1906 Clw Harbor Marina Repl & Up 2,795,695 2,795,695 - 2,795,695 1,339,171 1,348,114 108,410 C2001 Athletic Flds & Fac Reno/Improve 8,500,000 8,500,000 - 8,500,000 - - 8,500,000 C2204 Soccer Reno EC Moore 100,000 100,000 - 100,000 - - 100,000 C2205 Enterprise Dog Park 260,000 250,849 - 250,849 250,849 - - C C2210 Sailing Center Dock Replacement 732,852 732,852 - 732,852 633,812 - 99,040 C2213 Athletic Field Shade Structures 700,000 770,000 - 770,000 722,595 - 47,406 M1902 Marine Fac Maint Dock R&R 614,970 614,970 - 614,970 456,396 22,990 135,584 M2204 Carpenter & BayCare R&R 2,404,483 2,404,483 - 2,404,483 1,165,254 112,427 1,126,801 M2205 Recreation Center R&R 1,218,101 1,218,101 1,218,101 366,372 55,318 796,411 M2207 Athletic Field R&R 1,367,568 1,367,568 - 1,367,568 166,359 11,906 1,189,303 M2208 Beach Walk/Pier 60 Park R&R 1,498,735 1,498,735 - 1,498,735 1,111,129 307,300 80,306 Sub-Total 45,543,031 45,596,868 - 45,596,868 16,273,364 2,503,427 26,820,077 TOTAL ALL PROJECTS 1,126,000,294 1,136,116,886 17,825,165 1,153,942,051 723,257,395 95,942,892 334,741,763 29 Increase/ Amdmt Program (Decrease)Intrafund Net Budget Number Number Amount Transfer Amount Description Amendment Public Safety Programs Foreclosure Registry - Nuisance Abatement 1 98609 3,100 To record a budget increase of $3,100.00 which represents foreclosure registry fees collected to date to bring the budget in line with actual receipts.3,100 Police Extra Duty 2 99215 415,981 To record a budget increase of $415,981.30 in police service revenue to bring the budget in line with actual receipts.415,981 Police Education Fund 3 99317 6,551 To record a budget increase of $6,550.69 in police education fine revenue which will bring the budget in line with actual receipts.6,551 Investigative Costs Recovery 4 99329 34,877 To record a budget increase of $34,876.71 in fines,forfeitures and penalties revenue to bring the budget in line with actual receipts. 34,877 Florida Contraband Forfeiture Fund 5 99330 33,320 To record a budget increase of $33,320.49 in fines,forfeitures and penalties revenue which will bring the budget in line with actual receipts.33,320 Vehicle Replacement Fund 6 99350 117,599 To record a budget increase of $90,977.64 in insurance reimbursements,and a transfer of $26,621.25 from 99215, Police Extra Duty for revenue collected for vehicle usage on extra duty jobs.117,599 Safe Neighborhood Program 7 99356 47,000 To record an increase of $47,000.00 transferred from 99330, Florida Contraband Forfeiture Fund to support community outreach programs.47,000 Crime Prevention Program 8 99364 5,585 To record a budget increase of $5,585.00 in donation revenues. This will bring the budget in line with actual receipts.5,585 Emergency Alert System - NEW PROGRAM 9 C2304 845,305 To establish the program and record a budget increase of $845,304.92 transferred from program D2001,Covid-19 Prep and Response, as approved by Council on August 3, 2023.845,305 Special Program Fund Third Quarter Amendments FY 2022/23 30 Increase/ Amdmt Program (Decrease)Intrafund Net Budget Number Number Amount Transfer Amount Description Amendment Special Program Fund Third Quarter Amendments FY 2022/23 Public Safety Programs (continued) Pedestrian/Bicycle Safety 2022 - CLOSE PROGRAM 10 G2110 (3,895) To record a budget decrease of $3,894.57 in grant revenue to bring the budget in line with revenues received and close completed program.(3,895) School Resource Officers (SRO) 11 P1801 409,507 To record a budget increase of $409,507.20 in reimbursement revenue from the Pinellas County School Board for the annual SRO agreement for the 2023/24 school year as approved by the Council on August 3, 2023.409,507 Mental Health Co-Responder Team 12 P2101 184,122 To record a budget increase of $184,122 in grant revenues from the Bureau of Justice Assistance for the following awards: 1)$144,000 for the 2022 Edward Byrne Discretionary Community Project Funding reimbursing the first year of the program;and 2)$40,122 for the 2022 Edward Byrne Memorial Justice Assistance Grant as approved by the Council on July 20, 2023.184,122 DEA Overtime Reimbursement 13 P2201 10,000 To record a budget increase of $10,000.00 in reimbursement revenue from the Drug Enforcement Agency (DEA)to account for special duty assignments.10,000 ESST Overtime Reimbursement - NEW PROGRAM 14 P2202 1,000 To record a budget increase of $1,000.00 in reimbursement revenue from the Florida Department of Law Enforcement (FDLE)to account for special duty assignments related to the Electronic Surveillance support Team (ESST).1,000 FBI Overtime Reimbursement 15 P2203 10,000 To record a budget increase of $10,000.00 in reimbursement revenue from the Federal Bureau of Investigation (FBI)to account for special duty assignments.10,000 Secret Service Overtime Reimbursement 16 P2204 10,000 To record a budget increase of $10,000.00 in reimbursement revenue from the US Secret Services Agency to account for special duty assignments.10,000 31 Increase/ Amdmt Program (Decrease)Intrafund Net Budget Number Number Amount Transfer Amount Description Amendment Special Program Fund Third Quarter Amendments FY 2022/23 Public Safety Programs (continued) PSO Countryside Christian - NEW PROGRAM 17 P2302 129,960 To establish the program,record a budget increase of $129,960.00 in reimbursement revenue and increase FTEs by 0.8 to implement the Police Safety Officer (PSO)program at Countryside Christen Academy as approved by Council on August 3, 2023. 129,960 Public Safety Program Totals:2,260,013 - 2,260,013 Physical Environment Programs Tree Replacement Program 18 99970 23,712 To record a budget increase of $23,712.00 in fines,forfeiture and penalties revenue to bring the budget in line with actual receipts.23,712 Physical Environment Program Totals:23,712 - 23,712 Economic Environment Programs Public Facilities 2021 - CLOSE PROGRAM 19 G2101 - (126,322) To record a budget transfer of $126,322.24 in Community Development Block Grant (CDBG)revenues to G2301,Public Facilities 2023 and close prior year program.(126,322) Public Facilities 2022 20 G2201 (100,000) To record budget transfers in Community Development Block Grant (CDBG)revenues of $80,000.00 to G2301,Public Facilities 2023; and $20,000.00 to G2402, Public Facilities 2024.(100,000) Economic Development 2022 21 G2202 (20,000) To record budget transfers in Community Development Block Grant (CDBG)revenues of $20,000.00 to G2402,Public Facilities 2024.(20,000) Program Administration 2022 - CLOSE PROGRAM 22 G2203 (27,221) To record a budget transfer of $27,221.05 in Community Development Block Grant (CDBG)revenues to G2402,Public Facilities 2024 and close prior year program.(27,221) 32 Increase/ Amdmt Program (Decrease)Intrafund Net Budget Number Number Amount Transfer Amount Description Amendment Special Program Fund Third Quarter Amendments FY 2022/23 Economic Environment Programs (Continued) Public Services 2022 - CLOSE PROGRAM 23 G2205 (40,687) To record a budget transfer of $40,687.18 in Community Development Block Grant (CDBG)revenues to G2301,Public Facilities 2023 and close prior year program.(40,687) Duke Energy ED Grant 24 G2209 25,000 To record a budget increase of $25,000 representing an additional year of grant funding from Duke Energy.25,000 Public Facilities 2023 25 G2301 67,009 To record the following budget transfers in Community Development Block Grant (CDBG)revenues:1)$126,322.24 from G2101,Public Facilities 2021;2)$40,687.18 from G2205, Public Services 2022;3)$80,000.00 from G2201,Public Facilities 2022;and 4)a transfer of $180,000.00 to G2402, Public Facilities 2024.67,009 Economic Development 2023 26 G2302 (225,000) To record budget transfers in Community Development Block Grant (CDBG)revenues of $26,863.44 to G2402,Public Facilities 2024,and $198,136.56 to G2403,Economic Development 2024.(225,000) Infill Housing 2023 - CLOSE PROGRAM 27 G2304 (135,000) To record a budget transfer of $135,000 in Community Development Block Grant (CDBG)revenues to G2405,Infill Housing 2024 and close prior year program.(135,000) Public Services 2023 - CLOSE PROGRAM 28 G2305 (30,000) To record budget transfers in Community Development Block Grant (CDBG)revenues of $5,043.95 to G2402,Public Facilities 2024,and $24.956.05 to G2405,Infill Housing 2024 and close prior year program.(30,000) Public Facilities 2024 - NEW PROGRAM 29 G2402 279,128 To establish the program and record the following transfers of Community Development Block Grant (CDBG)revenues:1) $20,000 from G2201,Public Facilities 2022;2)$20,000 from G2202,Economic Development 2022;3)$27,221.05 from G2203,Program Administration 2022;4)$180,000 from G2301,Public Facilities 2023;5)$26,863.44 from G2302, Economic Development 2023;and 6)$5,043.95 from G2305, Public Services 2023.279,128 33 Increase/ Amdmt Program (Decrease)Intrafund Net Budget Number Number Amount Transfer Amount Description Amendment Special Program Fund Third Quarter Amendments FY 2022/23 Economic Environment Programs (Continued) Economic Development 2024 - NEW PROGRAM 30 G2403 198,137 To establish the program and record a budget transfer of $198,136.56 in Community Development Block Grant (CDBG) revenues from G2302, Economic Development 2023.198,137 Infill Housing 2024 - NEW PROGRAM 31 G2405 159,956 To establish the program and record the following transfers of Community Development Block Grant (CDBG)revenues:1) $135,000 from G2304,Infill Housing 2023;and 2)$24,956.05 from G2305, Public Services 2023.159,956 Economic Environment Program Totals:25,000 - 25,000 Culture and Recreation Programs Library Special Account 32 99910 16,184 To record a budget increase of $16,183.50 in donation revenue to bring the budget in line with actual receipts.16,184 Clearwater for Youth Grants 33 G1907 22,252 To record a budget increase of $22,251.77 in donation revenue for youth programs.This will bring the budget in line with actual receipts.22,252 Special Events @ Coachman Park - NEW PROGRAM 34 PRSE230001 3,552 To record a budget increase of $3,552.38 in sales revenue received from opening events at Coachman Park to bring the budget in line with actual receipts.3,552 Culture and Recreation Program Total:41,988 - 41,988 2,350,712 - 2,350,712 Total Budget Increase/(Decrease): 34 Increase/ Amdmt Program (Decrease)Intrafund Net Budget Number Number Amount Transfer Amount Description Amendment Special Program Fund Third Quarter Amendments FY 2022/23 Intrafund/Interfund Transfers Fund Balance 27,509 To record a transfer of $27,509 from fund balance recognizing interest earned on ARPA revenue recovery funds.This revenue is transferred to the General Fund to direct costs in Economic Development for ARPA grant administration. Police Extra Duty 99215 26,621 To record a transfer of $26,621.25 to 99350,Vehicle Replacement,representing revenue collected for vehicle usage on extra duty jobs. Florida Contraband Forfeiture Fund 99330 47,000 To record a transfer of $47,000 in fines,forfeiture and penalty revenue to 99356, Safe Neighborhood Program. Covid-19 Prep & Response D2001 845,305 To record a transfer of $845,304.92 to special program C2304, Emergency Alert System,as approved by Council on August 3, 2023. Back-to-Business Grant Program - CLOSE PROGRAM G2011 2,122,502 To record a transfer of $2,122,502.38 in remaining General Fund revenues to capital project FD00190002,Fire Station 47 Replacement. This program is complete and will be closed. Economic Development 2023 G2302 127,190 To record a transfer of $127,190.00 to the General Fund to provide for demolition on the City's property at 1011 Engman Street as approved by Council on June 15, 2023. Total Interfund Transfers:3,196,128 35 SPECIAL PROGRAM STATUS SUMMARY THIRD QUARTER REVIEW: October 1, 2022 to June 30, 2023 Actual Expenditures Original Amended Revised Project Open Available Amend Description Budget Prev Qtr Amdmt Budget To Date Encumbr Balance Status Ref GENERAL GOVERNMENT PROGRAMS 99857 Stimulus-Elctrnc Plan Submit & Revw 289,000 289,000 - 289,000 149,927 - 139,073 99928 Nagano Sister City Program 378,899 378,899 - 378,899 188,470 - 190,429 M1913 Lien Foreclosure Program 850,984 1,169,784 - 1,169,784 557,703 - 612,082 M2101 Planning Studies Fund 1,025,000 1,025,000 - 1,025,000 396,753 62,172 566,075 Sub-Total 2,543,883 2,862,683 - 2,862,683 1,292,853 62,172 1,507,659 PUBLIC SAFETY PROGRAMS 98609 Foreclosure Registry-Nuisance Abtmnt 170,800 180,600 3,100 183,700 22,163 - 161,538 1 98610 Hurricane Irma 3,918,686 3,918,686 - 3,918,686 2,706,118 - 1,212,567 99215 Police Extra Duty 6,161,622 7,194,404 415,981 7,610,386 7,449,529 - 160,856 2 99279 Police Recruitments 261,010 261,010 - 261,010 109,002 - 152,008 99281 Fed Forfeitures - Treasury 195,885 196,485 - 196,485 141,189 19,389 35,906 99316 Police Volunteers 168,519 183,519 - 183,519 148,210 - 35,308 99317 Police Education Fund 1,445,364 1,463,289 6,551 1,469,839 1,304,567 - 165,272 3 99329 Investigative Recovery Costs 2,939,457 3,025,757 34,877 3,060,634 2,765,462 14,410 280,763 4 99330 FL Contraband Forfeiture Fund 1,158,234 1,282,358 33,320 1,315,678 1,181,028 - 134,651 5 99350 Vehicle Replacement Fund 771,971 859,648 117,599 977,247 528,097 - 449,150 6 99356 Safe Neighborhood Program 1,441,203 1,461,203 47,000 1,508,203 1,407,893 - 100,309 7 99364 Crime Prevention Program 241,674 247,024 5,585 252,609 237,161 - 15,449 8 99387 Federal Forfeiture Sharing 2,504,602 2,582,004 - 2,582,004 2,106,139 - 475,865 99927 Emergency Operations 4,328,870 4,328,870 - 4,328,870 3,267,559 6,954 1,054,357 99982 EMS Incentive/Recognition 69,700 69,700 - 69,700 41,088 - 28,612 C2304 Emergency Alert System - - 845,305 845,305 1,494,379 - (649,074) 9 D2001 COVID-19 Prep & Response 1,981,240 1,981,240 - 1,981,240 1,494,379 - 486,861 G2110 Pedestrian/Bicycle Safety Grant 2022 46,455 46,455 (3,895) 42,560 42,560 - (0) C 10 G2208 Pedestrian/Bicycle Safety Grant 2023 - 21,836 - 21,836 24,184 - (2,348) P1801 School Resource Officers 2,266,427 2,922,016 409,507 3,331,523 2,695,194 - 636,329 11 P2002 Police Body Worn Camera Program 882,922 882,922 - 882,922 812,924 - 69,998 P2101 Mental Health Co-Responder Team 393,800 398,300 184,122 582,422 361,375 - 221,047 12 P2201 DEA OT Reimbursement Program 20,000 35,000 10,000 45,000 32,073 - 12,927 13 P2202 ESST OT Reimbursement Program 2,000 2,000 1,000 3,000 1,471 - 1,529 14 P2203 FBI OT Reimbursement Program 20,000 35,000 10,000 45,000 33,456 - 11,544 15 P2204 Secret Service OT Reimb Program 20,000 35,000 10,000 45,000 32,633 - 12,367 16 P2301 The Sound Acoustic Study - 168,500 - 168,500 - 153,183 15,317 P2302 PSO - Countryside Christian - - 129,960 129,960 - - 129,960 17 Sub-Total 31,410,441 33,782,826 2,260,013 36,042,838 30,439,832 193,937 5,409,069 PHYSICAL ENVIRONMENT PROGRAMS 99970 Tree Replacement Program 1,996,074 2,035,074 23,712 2,058,786 1,062,966 - 995,820 18 Sub-Total 1,996,074 2,035,074 23,712 2,058,786 1,062,966 - 995,820 ECONOMIC ENVIRONMENT PROGRAMS 99802 Brownfield Revolving Loan 1,216,732 1,216,732 - 1,216,732 420,381 - 796,351 99846 Economic Development - QTI 166,879 166,879 - 166,879 71,591 - 95,288 G2010 CDBG-CV Fund 1,549,338 1,549,338 - 1,549,338 671,040 537,890 340,409 G2011 Back to Business Grant Program 3,550,000 3,550,000 - 3,550,000 3,550,000 - - C G2101 Public Facilities 2021 690,825 690,825 (126,322) 564,503 564,503 - - C 19 M2009 Afford Housing & Comm Development 290,853 290,853 - 290,853 16,913 - 273,940 M2105 ED Strategic Plan 153,896 153,896 - 153,896 - - 153,896 G2201 Public Facilities 2022 670,471 670,471 (100,000) 570,471 552,277 11,327 6,867 20 G2202 Economic Development 2022 110,246 110,246 (20,000) 90,246 72,603 608 17,036 21 G2203 Program Administration 2022 211,771 211,771 (27,221) 184,550 184,525 25 - C 22 G2205 Public Services 2022 233,512 233,512 (40,687) 192,825 192,825 - - C 23 G2207 Brownfield MAC Grant - 300,000 - 300,000 53,565 63,821 182,614 G2209 Duke Energy ED Grant 25,000 25,000 25,000 50,000 22,200 - 27,800 24 36 SPECIAL PROGRAM STATUS SUMMARY THIRD QUARTER REVIEW: October 1, 2022 to June 30, 2023 Actual Expenditures Original Amended Revised Project Open Available Amend Description Budget Prev Qtr Amdmt Budget To Date Encumbr Balance Status Ref - - - ECONOMIC ENVIRONMENT PROGRAMS (CONTINUED)- - - G2210 ARPA North Greenwood CRA 5,000,000 5,000,000 - 5,000,000 - - 5,000,000 G2212 ARPA Affordable Housing 3,300,000 3,300,000 - 3,300,000 1,280,595 - 2,019,405 G2219 ARPA Business Incubator 250,000 250,000 - 250,000 - - 250,000 G2301 Public Facilities 2023 636,582 636,582 67,009 703,591 251,586 444,209 7,797 25 G2302 Economic Development 2023 460,575 460,575 (225,000) 235,575 148,515 80,175 6,885 26 G2303 Program Administration 2023 179,495 179,495 - 179,495 149,748 29,584 163 G2304 Infill Housing 2023 135,000 135,000 (135,000) - - - - C 27 G2305 Public Services 2023 134,621 134,621 (30,000) 104,621 92,779 11,842 - C 28 G2402 Public Facilities 2024 - - 279,128 279,128 558,257 837,385 (1,116,514) 29 G2403 Economic Development 2024 - - 198,137 198,137 396,273 594,410 (792,546) 30 G2404 Program Administration 2024 - - - - - - - G2405 Infill Housing 2024 - - 159,956 159,956 319,912 479,868 (639,824) 31 G2406 Public Services 2024 - - - - - - - Sub-Total 18,965,797 19,265,797 25,000 19,290,797 9,570,088 3,091,142 6,629,567 HUMAN SERVICES PROGRAMS 98601 Next Steps to Better Nutrition 9,000 9,000 - 9,000 6,671 - 2,329 98607 Senior Citizens Services - Trips 14,000 14,000 - 14,000 13,960 - 40 99562 HUD Special Education 30,000 30,000 - 30,000 27,600 - 2,400 99844 United Way 18,080 18,080 - 18,080 12,431 - 5,649 99869 Health Prevention Program 190,269 190,269 - 190,269 180,134 - 10,135 G2107 JWB Youth Programming 1,196,323 1,665,220 - 1,665,220 1,131,860 - 533,361 G2215 ARPA Pinellas Community Foundation 1,000,000 1,000,000 - 1,000,000 262,748 737,252 - G2216 ARPA Non-profit Grants 1,000,000 1,000,000 - 1,000,000 571,150 - 428,850 G2217 ARPA Education Grants & Partnerships 750,000 750,000 - 750,000 375,000 375,000 - M2209 Opioid Settlement Funds - 135,281 - 135,281 - - 135,281 Sub-Total 4,207,672 4,811,850 - 4,811,850 2,581,554 1,112,252 1,118,045 CULTURE AND RECREATION PROGRAMS 98608 Clark-Turner Trust (Library)106,077 106,077 - 106,077 - - 106,077 99910 Library Special Account 910,161 940,394 16,184 956,577 924,913 - 31,664 32 C2303 Library - Machan Estate - 1,176,297 - 1,176,297 - - 1,176,297 G1907 Clearwater for Youth Grants 70,095 78,327 22,252 100,579 44,937 - 55,643 33 PRSE190001 Special Events 2,899,058 3,048,251 - 3,048,251 2,842,645 - 205,606 PRSE230001 Special Events @ Coachman Park - 610,620 3,552 614,172 118,690 171,543 323,940 34 Sub-Total 3,985,391 5,959,966 41,988 6,001,954 3,931,184 171,543 1,899,227 TOTAL ALL PROJECTS 63,109,258 68,718,196 2,350,712 71,068,908 48,878,477 4,631,045 17,559,387 37 City of Clearwater SPECIAL DEVELOPMENT FUND Third Quarter FY 2022/23 Increase/ (Decrease)Description Revenues Ad Valorem Taxes 54,408 An increase in ad valorem taxes to bring the budget in line with actual receipts for the year. Local Option Gas Tax 122,850 An increase in Local Option Gas Tax revenues to bring the budget in line with anticipated receipts for the year. Open Space Fees 27,363 An increase in open space fees to bring the budget in line with actual receipts for the year. Recreation Facility Impact Fees 8,327 An increase in recreation facility impact fees to bring the budget in line with actual receipts for the year. Recreation Land Impact Fees 67,258 An increase in recreation land impact fees to bring the budget in line with actual receipts for the year. Interest Earnings 350,000 An increase in interest earnings to bring the budget in line with anticipated receipts for the year. Fee in Lieu of Sidewalks 49,650 An increase in fee in lieu of sidewalks to bring the budget in line with actual receipts for the year. Multi-Modal Impact Fees 213,000 An increase in Multi-Modal Impact Fees to bring the budget in line with actual receipts for the year. 892,856$ Net Revenue Amendments Expenditures Transfer to Capital Improvement Fund - No Amendments are proposed to Special Development Fund expenditures at third quarter. -$ Net Expenditure Amendments 38 SPECIAL REVENUE FUNDS Third Quarter: October 1, 2022 - June 30, 2023 Original First Quarter Mid Year Third Quarter Budget Amended Budget Amended Budget Amended Budget 2022/23 2022/23 2022/23 2022/23 Amendments Revenues: Ad Valorem Taxes 4,050,410 4,050,410 4,050,410 4,104,818 54,408 Infrastructure Tax 16,441,000 16,441,000 16,441,000 16,441,000 - Interest Earnings 450,000 450,000 450,000 800,000 350,000 Open Space Fees - - - 27,363 27,363 Recreation Facility Impact Fees - - - 8,327 8,327 Recreation Land Impact Fees - - - 67,258 67,258 Fee in Lieu of Sidewalks - - - 49,650 49,650 Fee in Lieu of Drainage - - - - - Multi-Modal Impact Fees 140,000 140,000 140,000 353,000 213,000 Local Option Gas Tax 1,327,150 1,327,150 1,327,150 1,450,000 122,850 Allocation of Assigned Fund Balance 6,507,630 6,586,830 6,586,830 6,586,830 - 28,916,190 28,995,390 28,995,390 29,888,246 892,856 Expenditures: Transfer to Capital Improvement Fund - Road Millage 4,050,410 4,050,410 4,050,410 4,050,410 - Infrastructure Tax 22,948,630 22,948,630 22,948,630 22,948,630 - Recreation Facility Impact Fees - 79,200 79,200 79,200 - Multi-Modal Impact fees 140,000 140,000 140,000 140,000 - Local Option Gas Tax 1,327,150 1,327,150 1,327,150 1,327,150 - 28,466,190 28,545,390 28,545,390 28,545,390 - SPECIAL DEVELOPMENT FUND 39 SPECIAL REVENUE FUNDS Third Quarter: October 1, 2022 - June 30, 2023 Original First Quarter Mid Year Third Quarter Budget Amended Budget Amended Budget Amended Budget 2022/23 2022/23 2022/23 2022/23 Amendments Revenues: CDBG Program Income 897,475 897,475 897,475 897,475 - Interest Earnings 125,000 133,091 133,091 133,091 - Intergovernmental Revenue - 1,267,147 1,366,566 1,987,300 620,735 Charges for Service Revenue - 696,016 1,042,583 1,461,664 419,081 Judgments, Fines and Forfeit Revenue - 498,680 583,779 682,239 98,460 Miscellaneous Revenue - 169,614 1,389,387 1,682,897 293,510 Transfers from General Fund:- - 779,120 779,120 - Sister City Program 37,380 37,380 37,380 37,380 - Planning Study Fund 275,000 275,000 275,000 275,000 - United Way Campaign Fund 1,500 1,500 1,500 1,500 - Special Events 70,000 185,200 185,200 185,200 - Police Recruitments 30,000 30,000 30,000 30,000 - Police Mental Health Co-Responder Te 143,200 143,200 147,700 147,700 - Transfers from Special Programs - 283,834 319,713 1,238,639 918,926 1,579,555 4,618,138 7,188,493 9,539,205 2,350,712 Expenditures: General Government 312,380 631,180 631,180 631,180 - Public Safety 173,200 1,812,843 2,545,585 4,805,597 2,260,013 Physical Environment - 30,528 39,000 62,712 23,712 Economic Environment 498,117 798,117 798,117 823,117 25,000 Human Services 1,500 605,678 605,678 605,678 - Culture and Recreation 70,000 215,433 2,044,575 2,086,563 41,988 Interfund Transfers 399,358 399,358 399,358 399,358 - Transfer to Capital Fund 50,000 50,000 50,000 50,000 - 1,504,555 4,543,138 7,113,493 9,464,205 2,350,712 Revenues: HOME Investment Partnerships 509,528 509,528 509,528 509,528 - State Housing Initiatives Partnerships 781,532 781,532 781,532 781,532 - Total - HOME/SHIP Funds 1,291,060 1,291,060 1,291,060 1,291,060 - Expenditures: Economic Environment 988,161 988,161 988,161 988,161 - Interfund Transfers 302,899 302,899 302,899 302,899 - Total - HOME/SHIP Programs 1,291,060 1,291,060 1,291,060 1,291,060 - SPECIAL PROGRAM FUND OTHER HOUSING ASSISTANCE FUNDS 40 ADMINISTRATIVE CHANGE ORDERS Third Quarter Review FY 2022/23 41 In accordance with City of Clearwater Code Section 2.554(6), the City Manager may approve and execute change orders without City Council approval within certain limitations. The following change orders have been administratively approved since the last report to the Council based on the code specified criteria: 1. The city manager may increase any contract up to a total award of one hundred thousand dollars ($100,000.00). 2. The city manager may approve any increase of contract up to a maximum of ten percent (10%) over the most recent award of the city council. 3. No contract price increase shall be approved unless sufficient funds are available for such purpose. 4. Contract price decreases may be approved without limitation. 5. The time for completion may be extended up to ninety (90) days, in any one change or cumulatively for the same project, beyond the most recent city council approved completion time. ***** 05/30/23 Administrative Change Order #1 – Imagine Clearwater Enabling Work GMP 1 (17-0031-EN2). This change order increases and decreases items in accordance with field conditions resulting in a net decrease to the contract. Skanska USA Building, Inc. (74,523.58) 05/30/23 Administrative Change Order #2 – Imagine Clearwater Sitework GMP 2 (17-0031-EN2). This change order increases and decreases items in accordance with field conditions resulting in a net decrease to the contract. Skanska USA Building, Inc. (813,323.88) 05/30/23 Administrative Change Order #1 – WTP3 East Dome and Aerator and Misc. Improvements (20-0012-UT). This change order increases and decreases items in accordance with field conditions resulting in a net zero change to the contract. Razorback, LLC 0.00 06/28/23 Administrative Change Order #1 – MS WRF Process Control Gates Repair (18-0047-UT). This change order increases and decreases items in accordance with field conditions resulting in a net increase to the contract. Poole & Kent, Co. 316,157.82 ADMINISTRATIVE CHANGE ORDERS Third Quarter Review FY 2022/23 42 07/18/23 Administrative Change Order #1 – Municipal Parking Garage Rehabilitation (18-0032-EN). This change order increases, decreases and adds items in accordance with field conditions resulting in a net decrease to the contract. Restocon Corp. (165,416.80) 08/28/23 Administrative Change Order #5 – Cleveland Street Streetscape Phase 3 & Festival Core (16-0003-EN). This change order increases, decreases and adds items in accordance with field conditions resulting in a net-zero change to the contract. Gibbs & Register, Inc. (0.00) ORDINANCE NO. 9716-23 AN ORDINANCE OF THE CITY OF CLEARWATER, FLORIDA, AMENDING THE OPERATING BUDGET FOR THE FISCAL YEAR ENDING SEPTEMBER 30, 2023 TO REFLECT INCREASES AND DECREASES IN REVENUES AND EXPENDITURES FOR THE GENERAL FUND, SPECIAL DEVELOPMENT FUND, SPECIAL PROGRAM FUND, AND PARKING FUND AS PROVIDED HEREIN; PROVIDING AN EFFECTIVE DATE. WHEREAS, the budget for the fiscal year ending September 30, 2023, for operating purposes, including debt service, was adopted by Ordinance No. 9615-22; and WHEREAS, at the third quarter review it was found that an increase of $19,894,125 is necessary for revenues and an increase of $19,001,269 is necessary for expenditures; and WHEREAS, a summary of the amended revenues and expenditures is attached hereto and marked Exhibit A; and WHEREAS, Section 2.519 of the Clearwater Code authorizes the City Council to provide for the expenditure of money for proper purposes not contained in the budget as originally adopted due to unforeseen circumstances or emergencies arising during the fiscal year; now, therefore, BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY OF CLEARWATER, FLORIDA: Section 1. Section 1 of Ordinance No. 9615-22 is amended to read: Pursuant to the Amended City Manager's Annual Report and estimate for the fiscal year beginning October 1, 2022 and ending September 30, 2023 a copy, of which is on file with the City Clerk, the City Council hereby adopts an amended budget for the operation of the City, a copy of which is attached hereto as Exhibit A. Section 2. This ordinance shall take effect immediately upon adoption. PASSED ON FIRST READING PASSED ON SECOND AND FINAL READING AND ADOPTED _ Brian J. Aungst Sr., Mayor Approved as to form: Attest: _ David Margolis, City Attorney Rosemarie Call, City Clerk 43 Ordinance #9716-23 44 Ordinance #9716-23 First Third Quarter Mid-Year Quarter Amended Amended Amended Budget Budget Budget 2022/23 2022/23 2022/23 Special Development Fund 28,916,190 28,995,390 28,995,390 29,888,246 892,856 Special Program Fund 1,579,555 4,618,138 7,188,493 9,539,205 2,350,712 Local Housing Asst Trust Fund 1,291,060 1,291,060 1,291,060 1,291,060 - Utility & Other Enterprise Funds: Water & Sewer Fund 106,880,100 106,880,100 106,880,100 106,880,100 - Stormwater Utility Fund 17,714,840 17,714,840 17,714,840 17,714,840 - Solid Waste & Recycling Fund 30,381,600 30,381,600 30,381,600 30,381,600 - Gas Fund 59,832,340 59,832,340 59,832,340 59,832,340 - Airpark Fund 406,990 406,990 773,990 773,990 - Marine Fund 7,038,640 7,038,640 7,038,640 7,038,640 - Clearwater Harbor Marina 1,003,610 1,003,610 1,003,610 1,003,610 - Parking Fund 18,867,130 18,867,130 18,867,130 19,000,395 133,265 Internal Service Funds: Administrative Services Fund 16,150,270 16,150,270 16,150,270 16,150,270 - General Services Fund 6,498,650 6,498,650 6,498,650 6,498,650 - Garage Fund 19,533,130 19,533,130 19,533,130 19,533,130 - Central Insurance Fund 35,753,700 35,753,700 35,753,700 35,753,700 - EXHIBIT A 2022-23 BUDGET REVENUE Budgeted Revenues 2022/23 Budget Amendment General Fund: Ad Valorem Taxes 80,964,710 80,964,710 80,964,710 82,044,210 1,079,500 Utility Taxes 17,890,000 17,890,000 17,890,000 19,180,090 1,290,090 Local Option, Fuel & Other Taxes 6,430,000 6,430,000 6,430,000 6,230,000 (200,000) Franchise Fees 11,000,000 11,000,000 11,000,000 11,806,100 806,100 Other Permits & Fees 3,908,500 3,908,500 3,908,500 3,663,500 (245,000) Intergovernmental Revenues 28,768,720 28,768,720 28,768,720 30,289,583 1,520,863 Charges for Services 17,218,270 17,218,270 17,218,270 17,643,270 425,000 Judgments, Fines & Forfeitures 1,439,000 1,439,000 1,439,000 1,439,000 - Miscellaneous Revenues 3,512,758 3,512,758 3,512,758 5,713,482 2,200,724 Transfers In 12,497,802 12,497,802 12,497,802 12,652,501 154,699 Transfer (to) from Reserves - 10,870 789,990 10,275,306 9,485,316 Total, General Fund 183,629,760 183,640,630 184,419,750 200,937,042 16,517,292 Special Revenue Funds: Total, All Funds 535,477,565 538,606,218 542,322,693 562,216,818 19,894,125 45 Ordinance #9716-23 EXHIBIT A (Continued) 2022-23 BUDGET EXPENDITURES First Third Quarter Mid Year Quarter Original Amended Amended Amended Budget Budget Budget Budget Budget 2022/23 2022/23 2022/23 2022/23 Amendment General Fund: City Council City Manager's Office 459,136 525,486 533,486 533,486 - 1,032,745 1,032,745 1,032,745 1,132,745 100,000 City Attorney's Office 2,549,409 2,560,279 2,560,279 2,560,279 - City Audit 372,930 372,930 372,930 372,930 - City Clerk 1,274,878 1,274,878 1,274,878 1,274,878 - CRA Administration 691,422 691,422 691,422 691,422 - Economic Development & Housing 2,019,501 1,954,501 1,954,501 1,982,010 27,509 Finance 2,938,832 2,938,832 2,938,832 2,938,832 - Fire 33,798,143 33,798,143 33,798,143 34,570,967 772,824 Human Resources 2,233,506 2,233,506 2,233,506 2,233,506 - Library 9,445,675 9,445,675 9,445,675 9,445,675 - Non-Departmental 11,763,576 11,697,226 12,476,346 27,843,536 15,367,190 Office of Innovation 899,534 899,534 891,534 891,534 - Parks & Recreation 38,162,462 39,337,937 39,337,937 39,337,937 - Planning & Development 7,605,355 7,605,355 7,605,355 7,605,355 - Police 53,505,918 53,505,918 53,505,918 53,755,687 249,769 Public Communications 1,573,275 1,573,275 1,573,275 1,573,275 - Public Utilities 412,520 412,520 412,520 412,520 - Public Works 12,890,943 11,780,468 11,780,468 11,780,468 - Total, General Fund 183,629,760 183,640,630 184,419,750 200,937,042 16,517,292 Special Revenue Funds: Special Development Fund 28,466,190 28,545,390 28,545,390 28,545,390 - Special Program Fund 1,504,555 4,543,138 7,113,493 9,464,205 2,350,712 Local Housing Asst Trust Fund 1,291,060 1,291,060 1,291,060 1,291,060 - Utility & Other Enterprise Funds: Water & Sewer Fund 100,828,010 100,828,010 100,828,010 100,828,010 - Stormwater Utility Fund 16,791,710 16,791,710 16,791,710 16,791,710 - Solid Waste & Recycling Fund 28,437,980 28,737,980 29,137,980 29,137,980 - Gas Fund 59,832,340 59,832,340 59,832,340 59,832,340 - Airpark Fund 406,990 406,990 773,990 773,990 - Marine Fund 7,038,640 7,038,640 7,038,640 7,038,640 - Clearwater Harbor Marina 1,003,610 1,003,610 1,003,610 1,003,610 - Parking Fund 18,867,130 18,867,130 18,867,130 19,000,395 133,265 Internal Service Funds: Administrative Services Fund 16,069,230 16,069,230 16,069,230 16,069,230 - General Services Fund 6,462,980 6,462,980 6,462,980 6,462,980 - Garage Fund 19,470,400 19,470,400 19,470,400 19,470,400 - Central Insurance Fund 35,752,330 35,752,330 35,752,330 35,752,330 - Total, All Funds 525,852,915 529,281,568 533,398,043 552,399,312 19,001,269 ORDINANCE NO. 9717-23 AN ORDINANCE OF THE CITY OF CLEARWATER, FLORIDA, AMENDING THE CAPITAL IMPROVEMENT BUDGET FOR THE FISCAL YEAR ENDING SEPTEMBER 30, 2023, TO REFLECT AN INCREASE OF $17,825,168 PROVIDING AN EFFECTIVE DATE. WHEREAS, the Capital Improvement Budget for the fiscal year ending September 30, 2023 was adopted by Ordinance No. 9616-22; and WHEREAS, Section 2.519 of the Clearwater Code authorizes the City Council to provide for the expenditure of money for proper purposes not contained in the budget as originally adopted due to unforeseen circumstances or emergencies arising during the fiscal year; now, therefore, BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY OF CLEARWATER, FLORIDA; Section 1. Section 1 of Ordinance No. 9616-22 is amended to read: Pursuant to the Third Quarter Amended Capital Improvement Program Report and estimated budget for the fiscal year beginning October 1, 2022, and ending September 30, 2023, a copy of which is on file with the City Clerk, the City Council hereby adopts a Third Quarter Amended budget for the capital improvement fund for the City of Clearwater, a copy of which is attached hereto as Exhibit A. Section 2. This ordinance shall take effect immediately upon adoption. PASSED ON FIRST READING PASSED ON SECOND AND FINAL READING AND ADOPTED Brian J. Aungst Sr., Mayor Approved as to form: Attest: David Margolis, City Attorney Rosemarie Call, City Clerk 46 Ordinance #9717-23 EXHIBIT A CAPITAL IMPROVEMENT PROGRAM FOR FISCAL YEAR 2022/23 Ordinance # 9717-23 47 First Qtr. Mid-Year Third Qtr. Amended Amended Amended Budget Budget Budget 2022/23 2022/23 2022/23 Original Budget 2022/23 Amendments Other General Government 22,981,700 22,972,902 23,112,902 38,352,902 15,240,000 Police Protection 305,000 305,000 305,000 305,000 - Fire Protection 1,044,250 1,001,616 1,001,616 3,253,510 2,251,894 Fire Rescue Services 538,000 580,634 580,634 580,634 - Gas Utility Services 13,625,000 13,775,913 13,803,831 13,866,494 62,663 Solid Waste Services 450,000 265,000 239,646 239,646 - Water-Sewer Services 30,500,040 33,914,415 32,778,867 32,778,867 - Flood Protection/Stormwater Mgmt 6,958,010 6,958,010 6,958,010 6,958,010 - Other Physical Environment 570,000 570,000 570,000 720,000 150,000 Road and Street Facilities 10,451,650 10,451,650 10,482,596 10,482,596 - Airports 275,000 275,000 2,325,000 2,325,000 - Water Transportation Systems 150,000 150,000 150,000 150,000 - Parking Facilities 11,179,000 11,332,591 11,332,591 11,332,591 - Other Transportation 56,500 56,500 56,500 56,500 - Libraries 735,000 735,000 735,000 605,608 (129,392) Parks & Recreation 4,065,000 4,160,363 4,160,363 4,410,363 250,000 Cultural Services 40,000 40,000 40,000 40,000 - Special Recreation Facilities 21,338,030 21,391,867 21,391,867 21,391,867 - TOTAL PROJECT EXPENDITURES 125,262,180 128,936,461 130,024,423 147,849,588 17,825,165 GENERAL SOURCES: General Operating Revenue 14,819,980 14,819,980 14,819,980 32,582,482 17,762,502 Penny for Pinellas 22,948,630 22,948,630 22,948,630 22,948,630 - Road Millage 4,050,410 4,050,410 4,050,410 4,050,410 - Local Option Gas Tax 1,327,150 1,327,150 1,327,150 1,327,150 - Grants 200,000 662,000 1,166,452 1,166,452 - County Fire Reimbursements 340,170 340,170 340,170 340,170 - Other Governmental - 2,952,375 2,952,375 2,952,375 - Special Program Fund 50,000 50,000 50,000 50,000 - Multi-Modal Impact Fee 140,000 140,000 140,000 140,000 - Recreation Facility Impact Fee - 79,200 79,200 79,200 - Donations - 70,000 70,000 70,000 - Other - 21,156 21,156 21,156 - Reimbursements - - 170,946 170,946 - EXHIBIT A CAPITAL IMPROVEMENT PROGRAM FOR FISCAL YEAR 2022/23 Ordinance # 9717-23 48 First Qtr. Mid-Year Third Qtr. Amended Amended Amended Budget Budget Budget 2022/23 2022/23 2022/23 Amendments SELF SUPPORTING FUNDS: Parking Revenue Original Budget 2022/23 11,295,000 11,448,591 11,448,591 11,448,591 - Marine Revenue 1,400,000 1,400,000 1,400,000 1,400,000 - Clearwater Harbor Marina Revenue 175,000 175,000 175,000 175,000 - Airpark Revenue 75,000 75,000 485,000 485,000 - Water Revenue 10,606,750 10,606,750 10,606,750 10,606,750 - Sewer Revenue 11,691,790 11,691,790 11,691,790 11,691,790 - Utility R&R 12,225,590 12,225,590 12,225,590 12,225,590 - Water Impact Fees 160,000 160,000 160,000 160,000 - Sewer Impact Fees 50,000 50,000 50,000 50,000 - Stormwater Utility Revenue 6,958,010 6,958,010 6,958,010 6,958,010 - Gas Revenue 13,625,000 13,775,913 13,803,831 13,866,494 62,663 Solid Waste Revenue 450,000 450,000 450,000 450,000 - INTERNAL SERVICE FUNDS: Garage Revenue 260,000 260,000 260,000 260,000 - Administrative Services Revenue 1,900,000 1,900,000 1,900,000 1,900,000 - General Services Revenue 100,000 100,000 100,000 100,000 - Central Insurance Revenue 172,000 172,000 172,000 172,000 - - BORROWING - GENERAL SOURCES: Lease Purchase - General Fund - - - - - BORROWING - SELF SUPPORTING FUNDS: Lease Purchase - Solid Waste/Recycling - (185,000) (210,354) (210,354) - BORROWING - INTERNAL SERVICE FUNDS: Lease Purchase - Garage 9,791,700 9,761,746 9,761,746 9,761,746 - Lease Purchase - Administrative Services 450,000 450,000 450,000 450,000 - TOTAL ALL FUNDING SOURCES: 125,262,180 128,936,461 130,024,423 147,849,588 17,825,165 Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#23-1138 Agenda Date: 9/21/2023 Status: City Manager ReportVersion: 1 File Type: Action ItemIn Control: City Clerk Agenda Number: 9.2 SUBJECT/RECOMMENDATION: Appoint two individuals to the Community Development Board to fill the remainder of an unexpired term through February 28, 2026 and one through April 30, 2026. SUMMARY: BOARD: Community Development Board TERM: 4 years APPOINTED BY: City Council FINANCIAL DISCLOSURE: Yes RESIDENCY REQUIREMENT: City of Clearwater MEMBERS: 7 & 1 alternate CHAIRPERSON: TBD MEETING DATES: 3rd Tues., 1:00 p.m. PLACE: Main Library APPTS. NEEDED: 2 SPECIAL QUALIFICATIONS: Per the Clearwater Community Development Code, Section 5-202: “the city commission shall seek a membership with diverse economic, social and professional representation and shall include members qualified and experienced in the fields of architecture, planning, landscape architecture, engineering, construction, planning and land use law and real estate.” THE FOLLOWING ADVISORY BOARD MEMBERS HAVE RESIGNED OR HAVE AN EXPIRED TERM WHICH NOW REQUIRES NEW APPOINTMENTS: 1.Andrew Caudell - 420 Druid Road West, 33756 - General Contractor Original Appointment: 2/17/2022 (was serving 1st term set to expire 02/28/26) Absences: 6/21/22, 9/20/22, 12/20/22, 1/17/23, 4/18/23 Resignation Date: 7/19/23 2.Samuel Hutkin - 755 Eldorado Avenue, 33767 - Alt Member/Commercial Real Estate Original Appointment: 4/7/22 (was serving 1st term set to expire 4/30/26) Absences: 6/21/22, 7/19/22, 9/20/22, 2/21/23, 5/16/23 Resignation Date: 7/19/23 THE FOLLOWING APPLICANTS HAVE THE DESIRED PROFESSIONAL BACKGROUNDS: Page 1 City of Clearwater Printed on 9/19/2023 File Number: ID#23-1138 1.Nicholas Anderson - 115 S Keystone Dr., 33755 - Realtor 2.Kurt Hinrichs - 3151 Oyster Bayou Way, 33759 - Civil Engineer 3.Michael Boutzoukas - 2433 Bond Avenue, 33759 - Real Estate Attorney THE FOLLOWING APPLICANTS ARE ALSO BEING SUBMITTED FOR CONSIDERATION: 1.Rebekka Ervin - 920 N Osceola Ave, 33755 - Consultant/Broker 2.William (Bill) Jonson - 2694 Redford Court W, 33761 - Project Manager & Elected Rep 3.Polly Ward - 2009 Sea Front Ct., 33763 - Sales 4.Jessica Martin - 3003 Saint John Drive, 33759 - Real Estate Investor 5.John Carey - 1504 Laura St., 33755 - IT Manager, Retired Zip Codes of current members: 1 at 33759 1 at 33761 1 at 33764 3 at 33767 Current categories: Real Estate Developer Sr. Project Administrator Engineer Construction/Real Estate Real Estate Broker/Developer Corporate General Counsel Page 2 City of Clearwater Printed on 9/19/2023 Rebekka Ervin rervinnyc@gmail.com 214-412-8524 or 646-946-9944 Professional Profile High-energy professional with 26 years’ experience in consultative sales and marketing accomplishments in the CPG industry. National and International Account Management with branded and private label experience. Worked in private, public, and private equity owned businesses. Seasoned in managing and growing revenues by developing and driving strategic marketing plans and budgets. Recognized as a highly motivated passionate leader that consistently surpasses both company and customer expectations; Inspires and engages people through vision, dialogue, and challenge. Self-starter with track record of advancement due to insight and analysis of store operations and market conditions. Values building strong customer relationships through consultative selling model. Focuses on getting strategies right, aligning execution, and driving excellence. Recently relocated to Florida to launch my own business. With one child graduated from University and the other attending, I am once again looking to use my time and skills to contribute locally. Professional Experience Details Owner, Inner Elevation LLC, Clearwater, FL 2021-Present • Develop and execute go-to-market strategy for national and international products • Gain and grow US business retail distribution for International manufacturers; currently managing +100M Global VP Sales, Walmart Global Team Lead: Ranir Global Holdings, New York, NY 2004-2021 • Development and execution of consultative selling model with a strong commitment to growing company and customer business, retailers and wholesalers in the Oral Care Industry • Innovate and execute marketing strategies for SKU maximization, promotion performance and overall share growth, meeting or exceeding retail dollar and profitability goals • Progressed to manage the largest customer and greatest % of revenue, growth and profit for the company, growing by +2600% in 10 years • Increased annual revenue over 50% at every account of responsibility; tripling gross profit • Maintain and utilize comprehensive knowledge of Retail Link, AC Nielsen and IRI data to effectively manage category and market trends • Establish Global strategy, coordinating with worldwide teams, managing both in-house and retail market brokers • Successfully managed accounts and relationships through two private equity acquisitions and one public • Established strong relationships with Top Mass and Grocery Customers; pioneered business into Club Channel Regional Vice President, Sales Tyco Healthcare, Dallas, TX 2002-2004 • Managed 14% of company revenue and 13% of company profit • Gained new business across all categories of responsibility • Business management and development for retailers and wholesalers and brokers in the diaper, training pant, sanitary, adult incontinence and wound care categories, developing marketing strategies to strengthen market share and retailer profitability • Developed and achieved sales objectives and marketing budgets for combined businesses • Successfully managed accounts and relationships while growing revenue over 25% during acquisition Customer Development Manager, Paragon Trade Brands, Dallas TX 1997-2002 • Developed and managed private label diaper and training pant business throughout the USA, quickly penetrating accounts and gaining strong relationships at key retailers • Increased customer profitability while increasing retailer dollars and profit, resulting in promotion in 2 years • Conceived and implemented Destination Own Brand at wholesaler account, including packaging redesign, SKU line-up, improved pricing structure and shelf placement • Maintained excellent customer relationships during Chapter 11 and two transfers of ownership Marketing and Office Manager, Daymon Associates, Inc., Salt Lake City, UT 1996-1997 • Provided marketing support for a national retail food and drug broker’s key accounts; presentations, sales reports, correspondence, scheduling and account maintenance • Supervised all office procedures, hiring, employee evaluations and training Account Executive, Phone Directories Company, Orem, UT 1994-1996 • Worked as a member of a team committed to providing a solid customer base for market area yellow pages publications, increasing revenue by up to 30% in all areas assigned • Relocated to Alaska to open the Fairbanks and Juneau markets, successfully establishing over 200 new accounts Community Leadership Volunteer Sunday Ministry with Pastor Barry Nehls: Brooksville & Springhill Florida 2021-2023 Board Member, Zaytoon International 2010-2014 Zaytoon International was a non-governmental org centered in Amman, Jordan, committed to empowering individuals and improving communities through training and resources to promote economic and social progress Utah State Delegate 2011 Elected by local caucus to represent district at state and county convention Advisory Board and Student Mentor for the Center for the Advancement of Leadership (CAL) at Utah Valley University 2009-2010 Responsible for fundraising as a board member and served as a mentor to individual business students, engaging them in leadership training, workshops and hands-on activities President of Professional Republican Women of Salt Lake City 2011 Board of Professional Republican Women of Salt Lake City 2008-2011 Elected as treasurer and then elected as President to lead, review policy, and train women to take leadership roles in politics and support worthy causes/policies by representing at Utah Capitol Board of JDWC Cottonwood Cotillion 2008-2011 Cotillion is designed to introduce students to social skills training through dance to develop personal confidence, an understanding of courtesy, consideration and respect Chairman School Administration Committee for Mountainville Academy 2006-2011 Worked closely with charter school administration through start-up phase to success story Various church and community volunteer opportunities 2005-2018 Volunteer Yoga Instruction at Retirement Community and Alcohol Recovery Treatment Center 2005-2010 Education/Honors/Activities BS Business Management, Western Governors University Yoga RYT 200 Multiple year Ranir Global Holdings Tigress Award for “Outstanding Revenue Results”, “Sales Associate of the Year” Pilates – Yoga – Reading – Boating – Cooking – Interior Design