Loading...
2025 SIDEWALKS - 25-0001-EN• • INVITATION TO BID 25 -0001 -EN SIDEWALKS INSTRUCTIONS TO BIDDERS 1. COPIES OF BIDDING DOCUMENTS 1.1. Bid Documents, any attachments and addenda are available for download at: https://procurementopenciov.com/portalimyclearwater/proiects/1 53471 .Bidding Documents may include, but are not limited to, plans, specifications, bond forms, contract form, affidavits, bid/proposal form, and addendums. 1.2. Complete sets of Bidding Documents must be used in preparing bids. Neither the City nor the Engineer shall be liable for errors or misinterpretations resulting from the use of incomplete sets of Bidding Documents, by Bidders, sub -bidders, or others. 2. QUALIFICATION OF BIDDERS 2. 1 Each prospective Bidder must pre -qualify to demonstrate, to the complete satisfaction of the City of Clearwater, that the Bidder has the necessary facilities, equipment, ability, financial resources and experience to perform the work in a satisfactory manner. An application package for pre -qualification may be obtained by contacting the City of Clearwater, Engineering Division by phone at (727) 562- 4750. Pre -qualification requirement information is also available on the City of Clearwater Website at address: www. myclearwater.com/govern ment/city-departments/eng i n eeri nq/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. 3. EXAMINATION OF CONTRACT DOCUMENTS AND SITE 3.1.It is the responsibility of each Bidder, before submitting a Bid, to (a) examine the Contract Documents thoroughly; (b) visit the site to become familiar with local conditions that may in any manner affect cost, progress, performance or furnishing of the work; (c) consider and abide by all applicable v. 7.2024 Procurement Division PO Box 4748 33758-4748 Clearwater FL 727-562-4630 federal, state and local laws, ordinances, rules and regulations; and (d) study and carefully correlate Bidder's observations with the Contract Documents, and notify Engineer in writing of all conflicts, errors or discrepancies in the Contract Documents. 3.2.For the purposes of bidding or construction, bidder may rely upon the accuracy of the technical data contained in reports of explorations and tests of subsurface conditions at the site which have been utilized by the Engineer in the preparation of the Contract Documents, but not upon non-technical data, interpretations or opinions contained therein or for the completeness thereof. Drawings relating to physical conditions of existing surface and subsurface conditions (except Underground Facilities) which are at or contiguous to the site and which have been utilized by the Engineer in preparation of the Contract Documents, may be relied upon by Bidder for accuracy of the technical data contained in such drawings but not upon the completeness thereof for the purposes of bidding or construction. 3.3.Information and data reflected in the Contract Documents with respect to Underground Facilities at or contiguous to the site are based upon information and data furnished to the City and Engineer by owners of such Underground Facilities or others, and the City does not assume responsibility for the accuracy or completeness thereof unless expressly provided in the Contract Documents. 3.4.Provisions concerning responsibilities for the adequacy of data furnished to prospective Bidders on subsurface conditions, Underground Facilities, other physical conditions, possible conditions, and possible changes in the Contract Documents due to differing conditions appear in the General Conditions. 3.5. Before submitting a Bid, each Bidder shall, at Bidder's own expense, make or obtain any additional examinations, investigations, explorations, tests and studies and obtain any additional information and data which pertain to the physical conditions (surface, subsurface and Underground Facilities) at or contiguous to the site or otherwise which may affect cost, progress, performance or furnishing the work in accordance with the time, price and other terms and conditions of the Contract Documents. 3.6. On request in advance, City will provide each Bidder access to the site to conduct such explorations and tests at Bidder's own expense as each Bidder deems necessary for submission of a Bid. Bidder shall fill all holes and clean up and restore the site to its former condition upon completion of such explorations and tests. 3.7. The lands upon which the Work is to be performed, rights-of-way and easements for access thereto and other lands designated for use by the Contractor in performing the Work are identified in the Contract Documents. All additional lands and access thereto required for temporary construction facilities or storage of materials and equipment are to be provided by the Contractor. Easements for permanent structures or permanent changes in existing structures are to be obtained and paid for by the City unless otherwise provided in the Contract Documents. 3.8. The submission of a Bid will constitute an unequivocal representation by the Bidder that the Bidder has complied with every requirement of these Instructions to Bidders and that, without exception, the Bid is premised upon performing and furnishing the Work required by the Contract Documents by such means, methods, techniques, sequences or procedures of construction as may be indicated in or required by the Contract Documents, and that the Contract Documents are sufficient in scope and detail to indicate and convey understanding of all terms and conditions of performance and furnishing of the work. 4. INTERPRETATIONS AND ADDENDA 4.1. All questions as to the meaning or intent of the Contract Documents are to be directed in writing to the Engineer. Interpretations or clarifications considered necessary by the Engineer in response to such v. 7.2024 2 • • • • • questions will be issued by Addenda, via OpenGov. Questions received after the time frame specified on the pre-bid meeting agenda, prior to the date for opening of Bids, may not be answered. Only information provided by formal written Addenda will be binding. Oral and other interpretations of clarifications will be without legal effect. 4.2. Addenda may also be issued to modify the Bidding Documents as deemed advisable by the City or Engineer. 5. BID SECURITY OR BID BOND 5.1. Each Bid must be accompanied by Bid Security made payable to the City of Clearwater in an amount equal to ten percent (10%) of the Bidder's maximum Bid price and in the form of a certified or cashier's check or a Proposal/Bid Bond (on form provided in Section V) issued by a surety meeting the requirements of the General Conditions. 5.2. The Bid Security of the Successful Bidder will be retained until such Bidder has executed the Agreement and furnished the required Payment and Performance bonds, whereupon the Bid Security will be returned. If the Successful Bidder fails to execute, deliver the Agreement and furnish the required Bonds within ten (10) days after the award of contract by the City Council, the City may annul the bid and the Bid Security of the Bidder will be forfeited. The Bid Security of any Bidder whom the City believes to have a reasonable chance of receiving the award may be retained by the City until the successful execution of the agreement with the successful Bidder or for a period up to ninety (90) days following bid opening. Security of other Bidders will be returned approximately fourteen (14) days after the Bid Opening. 5.3. The Bid Bond shall be issued in the favor of the City of Clearwater by a surety company qualified to do business in, and having a registered agent in, the State of Florida. 6. CONTRACT TIME 6.1. The number of consecutive calendar days within which the work is to be completed is set forth in the Technical Specifications. 7. LIQUIDATED DAMAGES 7.1. Provisions for liquidated damages are set forth in the Contract Agreement, Section V. 8. SUBSTITUTE MATERIAL AND EQUIPMENT 8.1. The contract, if awarded, will be on the basis of material and equipment described in the Drawings or specified in the Specifications without consideration of possible substitute or "or equal" items. Whenever it is indicated in the Drawings or specified in the Specifications that a substitute or "or equal" item may be furnished or used, application for its acceptance will not be considered by the Engineer until after the effective date of the Contract Agreement. The procedure for submittal of any such application is described in the General Conditions and as supplemented in the Technical Specifications. 9. SUBCONTRACTORS 9.1. If requested by the City or Engineer, the Successful Bidder, and any other Bidder so requested, shall, within seven (7) days after the date of the request, submit to the Engineer an experience statement with pertinent information as to similar projects and other evidence of qualification for each Subcontractor, supplier, person and organization to be used by the Contractor in the completion of the Work. The amount of subcontract work shall not exceed fifty percent (50%) of the Work except as may v. 7.2024 3 be specifically approved by the Engineer. If the Engineer, after due investigation, has reasonable objection to any proposed Subcontractor, supplier, other person or organization, he may, before recommending award of the Contract to the City Council, request the Successful Bidder to submit an acceptable substitute without an increase in Contract Price or Contract Time. If the Successful Bidder declines to make any such substitution, the City may award the contract to the next lowest and most responsive Bidder that proposes to use acceptable Subcontractors, Suppliers, and other persons and organizations. Declining to make requested substitutions will not constitute grounds for sacrificing the Bid Security to the City of any Bidder. Any Subcontractor, supplier, other person or organization listed by the Contractor and to whom the Engineer does not make written objection prior to the recommendation of award to the City Council will be deemed acceptable to the City subject to revocation of such acceptance after the Effective Date of the Contract Agreement as provided in the General Conditions. 9.2. No Contractor shall be required to employ any Subcontractor, supplier, person, or organization against whom he has reasonable objection. 10. BID/PROPOSAL FORM 10.1. The Bid/Proposal Form is included with the Contract Documents and shall be printed in ink or typewritten. All blanks on the Bid/Proposal Forms must be completed. Unit Prices shall be to no more than two decimal points in dollars and cents. The Bidder must state in the Bid/Proposal Form in words and numerals without delineation's, alterations or erasures, the price for which they will perform the work as required by the Contract Documents. Bidders are required to bid on all items in the Bid/Proposal form. The lump sum for each section or item shall be for furnishing all equipment, materials, and labor for completing the section or item as per the plans and contract specifications. Should it be found that quantities or amounts shown on the plans or in the proposal, for any part of the work, are exceeded or should they be found to be Tess after the actual construction of the work, the amount bid for each section or item will be increased or decreased in direct proportion to the unit prices bid for the listed individual items. 10.2. Bids by corporations shall be executed in the corporate name by the president or a vice-president (or other corporate officer accompanied by evidence of authority to sign) and the corporate seal shall be affixed. The corporate address and state of incorporation shall be shown below the Signature. If requested, the person signing a Bid for a corporation or partnership shall produce evidence satisfactory to the City of the person's authority to bind the corporation or partnership. 10.3. Bids by partnerships shall be executed in the partnership name and signed by a general partner, whose title shall appear under the signature and the official address of the partnership shall be shown below the signature. 10.4. All names shall be typed or printed below the signature. 11. SUBMISSION OF BIDS 11.1. It is recommended that bids are submitted electronically through the City's e -Procurement Portal located at https://procurement.opengov.com/portal/myclearwater. By way of the e -Procurement Portal, responses will be locked and digitally encrypted until the submission deadline passes. Sealed Bids not submitted electronically shall be submitted at or before the time and at the place indicated in the Advertisement for Bids and shall be submitted in a sealed envelope with the project name and number on the bottom left-hand corner. If forwarded by mail, the Bid shall be enclosed in another envelope with the notation "Bid Enclosed" on the face thereof and addressed to the City of Clearwater, v. 7.2024 4 • • • • • • attention Purchasing Manager. Bids will be received at the office indicated in the Advertisement until the time and date specified. Bids in any other form will not be accepted. 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 bid that is not properly addressed and identified. 11.2. If submitting a hard copy, the sealed bid envelope shall contain, but not be limited to, the Proposal/Bid Bond and corresponding Power of Attorney, Affidavit, Non -Collusion Affidavit, Proposal (pages one and two), Addendum Sheet, Bidder's Proposal, Scrutinized Companies and Business Operations with Cuba and Syria Certification Form, and E -Verify form. 12. MODIFICATION AND WITHDRAWAL OF BIDS 12.1. For bids submitted electronically, vendors may use the "Unsubmit Response" button located on the Response Details page of their submission. Responses may be resubmitted once they have been edited or modified as needed. For mailed in or hand delivered bids, written requests to modify or withdraw the bid received by the City prior to the scheduled opening time will be accepted and will be corrected after opening. Written requests must be addressed and labeled in the same manner as the bid and marked as a MODIFICATION or WITHDRAWAL of the bid. No oral requests will be allowed. Requests for withdrawal after the bid opening will only be granted upon proof of undue hardship and may result in the forfeiture of any bid security. Any withdrawal after the bid opening shall be allowed solely at the City's discretion. 13. REJECTION OF BIDS 13.1. To the extent permitted by applicable State and Federal laws and regulations, the City reserves the right to reject any, and all Bids, and to waive any, and all informalities. Grounds for the rejection of a bid include but are not limited to a material omission, unauthorized alteration of form, unauthorized alternate bids, incomplete or unbalanced unit prices, or irregularities of any kind. Also, the City reserves the right to reject any Bid if the City believes that it would not be in the best interest of the public to make an award to that Bidder, whether because the Bid is not responsive or the Bidder is unqualified or of doubtful financial ability or fails to meet any other pertinent standard or criteria established by the City. The City reserves the right to decide which bid is deemed to be the lowest and best in the interest of the public. 14. DISQUALIFICATION OF BIDDER 14.1. Any or all bids will be rejected if there is any reason for believing that collusion exists among the bidders, the participants in such collusion will not be considered in future proposals for the same work. Each bidder shall execute the Non -Collusion Affidavit contained in the Contract Documents. 15. OPENING OF BIDS 15.1. Bids will be opened and read publicly at the location and time stated in the Advertisement for Bids. Bidders are invited to be present at the opening of bids. 16. LICENSES, PERMITS, ROYALTY FEES AND TAXES v. 7.2024 5 16.1. The Contractor shall secure all licenses and permits (and shall pay all permit fees) except as specifically stated otherwise in the Technical Specifications. The Contractor shall comply with all Federal and State Laws, County and Municipal Ordinances and regulations, which in any manner effect the prosecution of the work. City of Clearwater building permit fees and impact fees will be waived except as specifically stated otherwise in the Technical Specifications. 16.2. The Contractor shall assume all liability for the payment of royalty fees due to the use of any construction or operation process, which is protected by patent rights except as specifically stated otherwise in the Technical Specifications. The amount of royalty fee, if any, shall be stated by the Contractor. 16.3. The Contractor shall pay all applicable sales, consumer, use, and other taxes required by law. The Contractor is responsible for reviewing the pertinent State Statutes involving the sales tax and sales tax exemptions and complying with all requirements. 16.4. The City of Clearwater is exempt from state sales tax on materials purchased by the City and incorporated into the WORK. The City of Clearwater reserves the right to implement the Owner Direct Purchase (ODP) Option, as may be indicated in the Scope of Work Description in Section IV — Technical Specifications and as defined in Section III — General Conditions. 17. IDENTICAL TIE BIDSNENDOR DRUG FREE WORKPLACE 17.1. In accordance with the requirements of Section 287.087 Florida Statutes regarding a Vendor Drug Free Workplace, in the event of identical tie bids, preference shall be given to bidders with drug- free workplace programs. Whenever two or more bids which are equal with respect to price, quality, and service are received by the City for the procurement of commodities or contractual services, a bid received from a business that certifies that it has implemented a drug-free workplace program shall be given preference in the award process. Established procedures for processing tie bids will be followed if none or all of the tied bidders have a drug-free workplace program. In order to have a drug- free workplace program, a contractor shall supply the City with a certificate containing the following six statements and the accompanying certification statement: (1)Publish a statement notifying employees that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the workplace and specifying the actions that will be taken against employees for violations of such prohibition. (2) Inform employees as to the dangers of drug abuse in the workplace, the business's policy of maintaining a drug-free workplace, any available drug counseling, rehabilitation, and employee assistance programs, and the penalties that may be imposed upon employees for drug abuse violations. (3) Give each employee engaged in providing the commodities or contractual services that are under bid a copy of the statement specified in subsection (1). (4) In the statement specified in subsection (1), notify the employees that, as a condition of working on the commodities or contractual services that are under bid, the employee will abide by the terms of the statement and will notify the employer of any conviction of, or plea of guilty or nolo contendere to, any violation of chapter 893, or of any controlled substance law, of the United States, or of any state, for a violation occurring in the workplace no later than five (5) days after such conviction. (5) Impose a sanction on or require the satisfactory participation in a drug abuse assistance or rehabilitation program if such is available in the employee's community, by any employee who is so convicted. v. 7.2024 6 • • • • • • (6) Make a good faith effort to continue to maintain a drug-free workplace through implementation of this section. I certify that this firm does/does not (select only one) fully comply with the above requirements. 18. AWARD OF CONTRACT 18.1. Discrepancies between words and figures will be resolved in favor of words. Discrepancies in the multiplication of units of work and unit prices will be resolved in favor of the unit prices. Discrepancies between the indicated sum of any column of figures and the correct sum thereof will be resolved in favor of the correct sum. 18.2. In evaluating the Bids, the City will consider the qualifications of the Bidders, whether the Bids comply or not with the prescribed requirements, unit prices, and other data as may be requested in the Bid/Proposal form. The City may consider the qualifications and experience of Subcontractors, suppliers and other persons and organizations proposed by the Contractor for the Work. The City may conduct such investigations as the City deems necessary to assist in the evaluation of any Bid and to establish the responsibility, qualifications and financial ability of Bidders, proposed Subcontractors, Suppliers and other persons, and organizations to perform and furnish the Work in accordance with the Contract Documents to the City's satisfaction within the prescribed time. 18.3. If the Contract is to be awarded, it will be awarded to the lowest responsible, responsive Bidder whose evaluation by the City indicates to the City that the award will be in the best interest of the City. 18.4. Award of contract will be made for that combination of base bid and alternate bid items in the best interest of the City, however, unless otherwise specified all work awarded will be awarded to only one Contractor. 18.5. The successful bidder/contractor will be required to comply with Section 119.0701, Florida Statutes, specifically to: A. Keep and maintain public records that ordinarily and necessarily would be required by the City of Clearwater in order to perform the service; B. Provide the public with access to public records on the same terms and conditions that the City of Clearwater would provide the records and at a cost that does not exceed the cost provided in this chapter or as otherwise provided by law; C. Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law; and D. Meet all requirements for retaining public records and transfer, at no cost, to the City of Clearwater all public records in possession of the contractor upon termination of the contract and destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. All records stored electronically must be provided to the public agency in a format that is compatible with the information technology systems of the City of Clearwater. 19. BID PROTEST 19.1. RIGHT TO PROTEST: 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 v. 7.2024 7 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. 20. TRENCH SAFETY ACT 20.1. The Bidder shall comply with the provisions of the City of Clearwater's Ordinance related to trench digging (Ordinance No. 7918-08) along with the Florida Trench Safety Act (Sections 553.60- 553.64, Florida Statutes) and the provisions of the Occupational Safety and Health Administration's (OSHA) excavation safety standards, 29 C.F.R.s 1926.650 Subparagraph P, or current revisions of these laws. 21. CONSTRUCTION SITE EROSION AND SEDIMENT CONTROL MANAGEMENT MEASURES 21.1. The Bidder shall comply with the provisions of the Environmental Protection Agency (EPA) National Pollution Discharge Elimination System (NPDES) stormwater permit and implement stormwater pollution prevention plans (SWPPP's) or stormwater management programs (both using best management practices (BMPs) that effectively reduce or prevent the discharge of pollutants into receiving waters. A. The control of construction -related sediment loadings is critical to maintaining water quality. The implementation of proper erosion and sediment control practices during the construction stage can significantly reduce sediment loadings to surface waters. B. Prior to land disturbance, prepare and implement an approved erosion and sediment control plan or similar administrative document that contains erosion and sediment control provisions. NPDES Management Measures available at City of Clearwater Engineering Environmental Division and EPA websites to help address construction -related Best Management Practices. GENERAL CONDITIONS DEFINITIONS Addenda Written or graphic instruments issued prior to the opening of Bids which clarify, correct, or change the Bidding Requirements or the contract documents. Agent Architect, engineer or other outside agency, consultant or person acting on behalf of the City. Agreement The written contract between Owner and Contractor covering the Work to be performed; other Contract Documents are attached to the Agreement and made a part thereof as provided therein. Application for Payment The form accepted by Engineer which is to be used by Contractor in requesting progress or final payments and which is to be accompanied by such supporting documentation as is required by the Contract Documents. v. 7.2024 8 • • • • • • Approve The word approve is defined to mean satisfactory review of the material, equipment, or methods for general compliance with the design concepts and with the information given in the Contract Documents. It does not imply a responsibility on the part of the Engineer to verify in every detail conformance with the Drawings and Specifications. Bid The offer or proposal of the bidder submitted on the prescribed form setting forth the prices for the work to be performed. Bidding Documents The advertisement or invitation to Bid, instructions to bidders, the Bid form, and the proposed Contact Documents (including all Addenda issued prior to receipt of Bids). Bonds Performance and payment bonds and other instruments of security. Change Order A written order to Contractor signed by Owner and Contractor authorizing an addition, deletion or revision in the Work, or an adjustment in the Contract Price or the Contract Time issued on or after the effective date of the Agreement. City The City of Clearwater, Pinellas County, Florida. Construction Inspector A person who is the authorized representative of the Construction Manager and inspects City construction projects in order to ensure the Contractor's work complies with the intent of the Contract Documents. Construction Manager The person who is typically in responsible charge of City construction projects. The Construction Manager assumes responsibility for the management of construction contracts at the Preconstruction Conference. The Construction Manager chairs the Preconstruction Conference and is the authority on any disputes or decisions regarding contract administration and performance. The Construction Manager typically acts as the Owner's Representative during construction. Contract Documents The Agreement, Addenda (which pertain to the Contract Documents), Contractor's Bid (including documentation accompanying the bid and any post -Bid documentation submitted prior to the execution of the Agreement) when attached as an exhibit to the Agreement, the Bonds, Instructions to Bidders, these General Conditions, any Supplementary Conditions, the Specifications and the Drawings, any other exhibits identified in the Agreement, together with all Modifications issued after the execution of the Agreement. Contract Price The Contract price constitutes the total compensation (subject to authorized adjustments) payable by Owner to Contractor for performing the Work. Contract Time The number of days or the date stated in the Agreement for the completion of the Work. Contractor The Person with whom the Owner has entered into the Agreement. For the purposes of this contract, the person, firm, or corporation with whom this contract or agreement has been made by the City of Clearwater or its duly authorized representative. v. 7.2024 9 Critical Path Method Construction Schedule (CPM) A graphic format construction schedule that displays construction activities as they relate to one another for the purpose of identifying the most efficient way to perform the work in a timely manner. The critical path identifies which activity is critical to the execution of the schedule. Day A calendar day of twenty-four (24) hours measured from midnight to the next midnight. Defective An adjective which when modifying the word Work refers to Work that is unsatisfactory, faulty or deficient, or does not conform to the Contract Documents or does not meet the requirements of any inspection, reference standard, test or approval referred to in the Contract Documents, or has been damaged prior to Engineers recommendation of final payment. Drawings The drawings, which will be identified in Technical Specifications or the Agreement, which show the character and scope of the Work to be performed and which have been prepared or approved by Engineer and are referred to in the contract documents. Shop drawings are not Drawings as so defined. Engineer The duly appointed representative of the City Manager of the City of Clearwater. For the purposes of this contract, the City Engineer of the City of Clearwater, Pinellas County, Florida, or his authorized representative. For certain projects, the Engineer may serve as the Owner's Representative during construction. Engineer's Consultant A Person having a contract with Engineer to furnish services as Engineer's independent professional associate or consultant with respect to the Project and who is identified as such in the Supplementary Conditions. F. D.O. T. Specifications The Standard Specifications for Road and Bridge Construction as issued by the Florida Department of Transportation (latest English edition). Furnish The words "furnish", "furnish and install", "install", and "provide" or words of similar meaning shall be interpreted, unless otherwise specifically stated, to mean "furnish and install complete in place and ready for service". Inspection The term "inspection" and the act of inspecting means examination of construction to ensure that it conforms to the design concept expressed in the Drawings and Specifications. These terms shall not be construed to mean supervision, superintending, or overseeing. Laws and Regulations Any and all applicable laws, rules, regulations, ordinances, codes, and orders of any kind of governmental bodies, agencies, authorities, and courts having jurisdiction. Liens Liens, charges, security interests or encumbrances upon real property or personal property. Milestone A principal event specified in the contract Documents relating to an intermediate completion date or time prior to the final completion date. v. 7.2024 10 • • • • • Notice to Proceed (NTP) A written notice given by the Owner to the Contractor fixing the date on which the Contract Time will commence to run and on which Contractor shall start to perform his obligations under the Contract Documents. Owner The City of Clearwater, Florida. For the purposes of this contract, the person who is the City's authorized representative from the City's Department with whom will be responsible for the maintenance and operation of the Work once the Work is completed. For certain projects, a designee of the Owner may serve as the Owner's Representative during construction. Owner's Representative Designee of the Owner with authority to act on behalf of the Owner during construction. Person A natural person, or a corporation, partnership, firm, organization, or other artificial entity. Project The total construction of which the Work to be provided under the Contract Documents may be the whole or a part as indicated elsewhere in the Contract Documents. Partial Utilization Use by Owner of a substantially completed part of the Work for the purpose for which is intended (or a related purpose) prior to Final Completion of all the Work. Representative of Contractor The Contractor shall assign a responsible person or persons, one of whom shall be at the construction site at all times, that work is progressing. The names and positions of these persons shall be submitted to the City Engineer at the time of the pre -construction conference. This person or persons shall not be changed without written approval of City Engineer. Request for Information (RFI) An official written request for clarification of the intent of the contract documents from the Contractor to the Engineer. Shop Drawing All drawings, diagrams, illustrations, schedules and other data which are specifically prepared by or for Contractor to illustrate some portion of the Work and all illustrations, brochures, standard schedules, performance charts, instructions, diagrams and other information prepared by a supplier and submitted by Contractor to illustrate material or equipment for some portion of the Work. Specifications Those portions of the Contract Documents consisting of written technical descriptions of materials, equipment, construction systems, standards and workmanship as applied to the Work and certain administrative details applicable thereto. Subcontractor A person having a direct contract with Contractor or with any other Subcontractor for the performance of a part of the Work at the site. Substantial Completion The Work (or a specified part thereof) which has progressed to the point where, in the opinion of Engineer, as evidenced by Engineer's definitive certificate of Substantial Completion, it is sufficiently complete, in accordance with the Contract documents, so that the Work (or specified part) can be utilized for the purposes for which it is intended; or if no such certificate is issued, when the Work is complete and ready for final payment as evidenced by the Engineer's recommendation of final payment. The terms v. 7.2024 11 "substantially complete" and "substantially completed" as applied to all or part of the Work refer to Substantial Completion thereof. Supplementary Conditions The part of the Contract which amends or supplements these General Conditions. Supplier A manufacturer, fabricator, supplier, distributor, material man or vendor having a direct contract with Contractor or with any Subcontractor to furnish materials or equipment to be incorporated in the Work by the Contractor. Surety Any person, firm or corporation which is bound with Contractor and which engages to be responsible for Contractor and his acceptable performance of the Work by a Bid, Performance or Payment Bond. Underground Facilities All pipelines, conduits, ducts, cables, wires manholes, vaults, tanks, tunnels or other such facilities or attachments, and any encasements containing such facilities which have been installed underground to furnish any of the following services or materials: electricity, gases, steam, liquid petroleum products, telephone or other communications, cable television, sewage and drainage removal or treatment, traffic or other control systems or water. Unit Price Work Work to be paid for on the basis of unit prices. Work The entire completed construction or the various separately identifiable parts thereof required to be furnished under the Contract Documents. Work includes and is the result of performing or furnishing labor and incorporating materials and equipment into the construction, and performing or furnishing services and furnishing documents, all as required by the Contract Documents. Work Change Directive A written directive to Contractor, issued on or after the Effective Date of the Agreement and signed by the Engineer, ordering an addition, deletion, or revision in the Work, or responding to differing or unforeseen physical conditions under which the Work is to be performed or emergencies. Work Change Directive will not change the Contract Price or Contract Time but is evidence that the parties expect that the change directed or documented by a Work Change Directive will be incorporated in a subsequently issued Change Order following negotiations by the parties as to its effect, if any, on the Contract Price or Contract Times. 2. PRELIMINARY MATTERS 2.1. DELIVERY OF BONDS AND CERTIFICATES OF INSURANCE When Contractor delivers the executed Agreements to the Owner, Contractor shall also deliver to the Owner such Bonds and Certificates of Insurance as Contractor may be required to furnish by this contract. 2.2. COPIES OF DOCUMENTS Engineer shall furnish to Contractor one (1) copy of Contract Documents for execution. Additional copies will be furnished, upon request, at the cost of reproduction. 2.3. COMMENCEMENT OF CONTRACT TIME/NOTICE TO PROCEED, STARTING THE PROJECT The Contract Time will commence on the day indicated in the Notice to Proceed. Contractor shall start to perform the work on the date the Contract Time commences to run. No work shall be done at the site prior to the date that the Contract Time commences to run. Pursuant to Section 255.05(1)(b), Florida Statutes, v. 7.2024 12 • • • • • • the Notice to Proceed cannot be issued until Contractor provides City with a certified copy of the recorded bond issued by the Pinellas County Clerk of Court. 2.4. BEFORE STARTING CONSTRUCTION Before undertaking each part of the Work, Contractor shall carefully study and compare the Contract Documents and check and verify pertinent figures shown thereon and all applicable field measurements. Contractor shall promptly report in writing to Engineer any conflict, error or discrepancy which Contractor may discover; and shall obtain a written interpretation or clarification from Engineer before proceeding with any work effected thereby; however, Contractor shall not be liable to the Owner for failure to report any conflict, error or discrepancy in the Drawings or Specifications, unless Contractor had actual knowledge thereof or should reasonably have known thereof. No verbal agreement or conversation with any officer, Agent or employee of the Owner or Engineer's Consultant, either before or after the execution of this Contract, shall affect or modify any of the terms or obligations herein contained. Contractor shall not commence any work at any time without approved insurance required by these General Conditions. Failure to obtain this insurance will be the sole responsibility of the Contractor. 2.5. PRECONSTRUCTION CONFERENCE After Contract has been fully executed and before the start of the Work, the Owner's Representative shall schedule a preconstruction conference to be attended by Contractor, Engineer, Owner and others as appropriate to establish a working understanding among the parties as to the Work and to discuss the schedule of the Work and general Contract procedures. The Contractor shall submit to the Owner's Representative prior to the Notice to Proceed, a color Critical Path Method (CPM) Construction Schedule. This is to be a sequence of events including submittal review and procurement. Notice to Proceed is usually established at the preconstruction conference and such date can be inserted into the schedule at that time. The Contractor shall also submit a Submittal Schedule for review by the Engineer. This is to make sure that the list is complete, and this schedule shall be the basis of a Submittal Log. The Contractor shall submit to the Owner's Representative prior to the Notice to Proceed, a completed Emergency Call List, a completed Authorized Signature List, and Verification of Illegal Discharge Construction Site Training. 2.6. PROGRESS MEETINGS The Contractor is required to attend Progress Meetings. These meetings will be scheduled on a weekly, bi- weekly, or monthly basis depending on the needs of the project. The Contractor shall bring to each meeting an updated submittal log, an updated request for information (RFI) log, a Zook -ahead schedule to cover the project activity from the current meeting to the next meeting, and all material test reports generated in the same time period. 3. CONTRACT DOCUMENTS, INTENT 3.1. INTENT The Contract Documents comprise the entire Agreement between Owner and the Contractor concerning the Work. They may be altered only by written agreement. The Contract Documents are complementary; what is called for by one is as binding as if called for by all. It is the intent of the Contract Documents to describe a functionally complete project (or part thereof) to be constructed in accordance with the Contract Documents. Any Work, materials or equipment which may reasonably be inferred from the Contract Documents or from prevailing custom or from trade usage as being required to produce the intended result will be furnished and performed whether or not specifically called for. When words or phrases, which have v. 7.2024 13 a well-known technical or construction industry or trade meaning, are used to describe Work, materials or equipment, such words or phrases shall be interpreted in accordance with that meaning. Clarifications and interpretations of the Contract Documents shall be issued by the Owner's Representative. Reference to standards, specifications, manuals or codes of any technical society, organization or association, or to the code, Laws or Regulation of any governmental authority, whether such reference be specific or by implication, shall mean the latest standard specification, manual or code, or Laws or Regulations in effect at the time of opening of Bids except as may be otherwise specifically stated in the Contract Documents. However, no provision of any referenced standard specification, manual or code, whether or not specially incorporated by reference in the responsibilities of Owner or Contractor as set forth in the Contract Documents, shall change the duties and responsibilities of Owner, Contractor, Engineer or Owner's Representative, or any of their Agents or employees from those set forth in the Contract Documents. Clarifications and interpretations of the Contract shall be issued by the Owner's Representative. Each and every provision of law and clause required by law to be inserted in these Contract documents shall be deemed to be inserted herein, and they shall be read and enforced as through it were included herein, and if through mistake or otherwise, any such provision is not inserted, or if not correctly inserted, then upon the application of either party, the Contract Documents shall forthwith be physically amended to make such insertion. 3.2. REPORTING AND RESOLVING DISCREPANCIES If, during the performance of the Work, Contractor discovers any conflict, error, ambiguity or discrepancy within the Contract Documents or between the Contract Documents and any provision of any such Law or Regulation applicable to the performance of the Work or of any such standard, specification, manual or code or of any instruction of any Supplier, Contractor shall report it to the Owner's Representative in writing at once, and Contractor shall not proceed with the Work affected thereby (except in an emergency) until an amendment or supplement to Contract Documents has been issued by one of the methods provided in these General Specifications, provided however, that Contractor shall not be liable to Owner, or Owner's Representative for failure to report any such conflict, error, ambiguity or discrepancy unless Contractor knew or reasonably should have known thereof. 4. AVAILABILITY OF LANDS, SUBSURFACE AND PHYSICAL CONDITIONS, REFERENCE POINTS 4.1. AVAILABILITY OF LANDS The Owner shall furnish, as indicated in the Contract Documents, the lands upon which the Work is to be Performed, rights-of-way, easements, rights of entry for access thereto, and such other lands which are designated for the use of Contractor. The Owner shall identify any encumbrances or restrictions not of general application but specifically related to use of lands so furnished with which Contractor will have to comply in performing the Work. Easements for permanent structures or permanent changes in existing facilities will be obtained and paid for by the Owner, unless otherwise provided in the Contract Documents. 4.2. INVESTIGATIONS AND REPORTS Reference is made to the Supplementary Conditions and Technical Specifications for identification of those reports of investigations and tests of subsurface and latent physical conditions at the site or otherwise affecting cost, progress or performance of the Work which have been relied upon by Engineer in preparation of the Drawings and Specifications. Such reports are not guaranteed as to accuracy or completeness and are not part of the Contract Documents. Contractor shall promptly notify the Owner's Representative in writing of any subsurface or latent physical conditions at the site, or in an existing structure, differing materially from those indicated or referred to in the Contract Documents. Engineer will promptly review those conditions and advise if further investigation or tests are necessary. Owner or Engineer shall obtain the necessary additional investigations and tests and furnish copies to the Engineer and Contractor. If Engineer finds that the results of such investigations or tests indicate that there are subsurface or latent v. 7.2024 14 • • • • • • physical conditions, which differ materially from those, indicated in the contract Documents, and which could not reasonably have been anticipated by Contractor, a work change, or Change Order will be issued incorporating the necessary revisions. 4.3. PHYSICAL CONDITIONS, UNDERGROUND FACILITIES The information and data shown or indicated in the Contract Documents with respect to existing Underground Facilities at or contiguous to the site is based on information and data furnished to Owner or Engineer by the owners of such Underground Facilities or by others. Unless otherwise expressly provided in the Contract Documents, Owner and Engineer shall not be responsible for the accuracy or completeness of any such information or data; and the cost of all the following will be included in the Contract Price and Contractor shall have full responsibility for: (i) reviewing and checking all such information and data, (ii) locating all Underground Facilities shown or indicated in the Contract Documents, (iii) coordination of the Work with the owners of such Underground Facilities during construction, and (iv) the safety and protection of all such Underground Facilities and repairing any damage thereto resulting from the Work. The Contractor is required to call the Sunshine State One Call of Florida prior t� any excavation per State regulations and to notify any utility owners who are not a member of the Sunshine State One Call of Florida prior to any excavation. The Sunshine State One Call of Florida is an agency for the protection and location of utilities prior to any excavation and contact number is available in local telephone directory. 4.4. REFERENCE POINTS Engineer shall provide engineering surveys to establish reference points for construction, which in Engineer's judgment are necessary to enable Contractor to proceed with the Work. Contractor shall be responsible for laying out the Work, unless otherwise noted in the Contract, shall protect and preserve the established reference points and shall make no changes or relocations without the prior written approval of the Owner and Engineer. Contractor shall report to Engineer whenever any reference point is lost or destroyed or requires relocation because of necessary changes in grades or locations and shall be responsible for the accurate replacement or relocation of such reference points by a surveyor licensed in the State of Florida. The Contractor is referred to the Technical Specifications for more specific information regarding the provision of construction surveys. If a City survey crew is assigned to the project and there is excessive stake replacement caused by negligence of Contractor's forces after initial line and grade have been set, as determined by the Engineer, the Contractor will be charged at the rate of $200.00 per hour. Time shall be computed for actual time on the project. All time shall be computed in one-hour increments with a minimum charge of one hour. 5. BONDS AND INSURANCE 5.1. PERFORMANCE AND PAYMENT BOND/CONTRACT BOND Contractor shall furnish a Performance and Payment Bond pursuant to Section 255.05, Florida Statutes in an amount equal to the Contract Price as security for the faithful performance and payment of all Contractor's obligations under the Contract Documents. This bond shall remain in effect at least one year after the date when final payment becomes due unless a longer period of time is prescribed by laws and regulations or by the Contract Documents. Contractor shall also furnish such other Bonds as are required by the Supplementary Conditions. All Bonds shall be in the form prescribed by the Contract Documents in Section V and shall be executed by such sureties as are named in the current list of "Companies Holding Certificates of Authority as Acceptable Sureties on Federal Bonds and as Acceptable Reinsuring Companies" as published in Circular 570 (amended) by the Audit Staff, Bureau of Government Financial Operations, U.S. Treasury Department. All bonds signed by an agent must be accompanied by a certified copy of such agents' authority to act. All bonds shall be deemed to contain all of the Conditions of Section 255.05, Florida Statutes, even if such language is not directly contained within the bond and the Surety shall be licensed and qualified to do business in the State of Florida. Owner reserves the right to reject any surety. If the Surety on any Bond furnished by the Contractor is declared bankrupt or becomes insolvent or v. 7.2024 15 its right to do business is terminated in any state where any part of the Project is located or it ceases to meet the requirements of these Contract Documents, the Contractor shall within five days after notice thereof substitute another Bond and surety, both of which must be acceptable to Owner. 5.2. INSURANCE REQUIREMENTS The Contractor shall, at its own cost and expense, acquire and maintain (and cause any 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 Contractor must carry the following minimum types and amounts of insurance on an occurrence basis or in the case of coverage that cannot be obtained on an occurrence basis, then coverage can be obtained on a claims -made basis with a minimum four (4) year tail following the termination or expiration of this Agreement: The following insurance limits may be achieved by a combination of primary and umbrella/excess liability policies. 5.2.1. COMMERCIAL GENERAL LIABILITY INSURANCE Commercial General Liability Insurance coverage, including but not limited to, premises operations, products/completed operations, products liability, contractual liability, advertising injury, personal injury, death, and property damage in the minimum amount of $1,000,000 (one million dollars) per occurrence and $2,000,000 (two million dollars) general aggregate. 5.2.2. COMMERCIAL AUTOMOBILE LIABILITY INSURANCE Commercial Automobile Liability Insurance coverage for any owned, non -owned, hired or borrowed automobile is required in the minimum amount of $1,000,000 (one million dollars) combined single limit. 5.2.3. WORKERS' COMPENSATION AND EMPLOYER'S LIABILITY INSURANCE Statutory Workers' Compensation Insurance coverage in accordance with the laws of the State of Florida, and Employer's Liability Insurance in the minimum amount of $100,000 (one hundred thousand dollars) each employee each accident, $100,000 (one hundred thousand dollars) each employee by disease and $500,000 (five hundred thousand dollars) aggregate by disease with benefits afforded under the laws of the State of Florida. Coverage should include Voluntary Compensation, Jones Act, and U.S. Longshoremen's and Harbor Worker's Act coverage where applicable. Coverage must be applicable to Employees, Contractors, Subcontractors, and Volunteers, if any. 5.2.4. PROFESSIONAL LIABILITY/MALPRACTICE/ERRORS OR OMISSIONS INSURANCE Professional Liability/Malpractice/Errors or Omissions Insurance coverage appropriate for the type of business engaged in by the Contractor with minimum limits of $1,000,000 (one million dollars) per occurrence. If a claims -made form of coverage is provided, the retroactive date of coverage shall be no later than the inception date of claims -made coverage, unless prior policy was extended indefinitely to cover prior acts. Coverage shall be extended beyond the policy year either by a supplemental extended reporting period (ERP) of as great a duration as available, and with no less coverage and with reinstated aggregate limits, or by requiring that any new policy provide a retroactive date no later than the inception date of claims -made coverage. 5.2.5. CONTRACTOR'S EQUIPMENT/INLAND MARINE/PROPERTY INSURANCE If Contractor is using its own property in connection with the performance of its obligations under this Agreement, then Contractor's Equipment—Inland Marine Insurance and/or Property Insurance on an "All v. 7.2024 16 • • • • • • Risks" basis with replacement cost coverage for property and equipment in the care, custody and control of others is recommended. City is not responsible for Contractor's (or any Subcontractors, Representatives, or Agents) equipment or property. 5.2.6. BUILDER'S RISK INSURANCE The City will provide at its expense, Builder's Risk Insurance for the project to cover all risks of loss in the complete and full value of the project. Contractor agrees to cooperate in a timely manner with providing any information or documentation required for the application and by the carrier as the project proceeds. 5.3. OTHER INSURANCE PROVISIONS Upon approval of this Agreement by City Council, and then annually upon the anniversary date(s) of the insurance policy's renewal date(s) for as long as this Agreement remains in effect, the Contractor will furnish the City with a Certificate of Insurance(s) (using appropriate ACORD certificate, SIGNED by the Issuer, and with applicable endorsements) evidencing all of the coverage set forth above and naming the City as an "Additional Insured." In addition, when requested in writing from the City, Contractor will provide the City with certified copies of all applicable policies. The address where such certificates and certified policies shall be sent or delivered is as follows: Attn: Contract and City of Engineering P.O. Box Clearwater, FL 33758-4748 Procurement Specialist Clearwater Department 4748 A. The Description (of Operations/Locations/Vehicles) should specify Project Name and Project Number. B. Contractor shall provide thirty (30) days written notice of any cancellation, non -renewal, termination, material change or reduction in coverage. C. Contractor's insurance as outlined above shall be primary and non-contributory coverage for Contractor's negligence. D. Contractor reserves the right to appoint legal counsel to provide for the Contractor's defense, for any and all claims that may arise related to Agreement, work performed under this Agreement, or to Contractor's design, equipment, or service. Contractor agrees that the City shall not be liable to reimburse Contractor for any legal fees or costs as a result of Contractor providing its defense as contemplated herein. The stipulated limits of coverage above shall not be construed as a limitation of any potential liability to the City, and the City's failure to request evidence of this insurance shall not be construed as a waiver of Contractor's (or Subcontractors, Representatives, or Agents) obligation to provide the insurance coverage specified. 5.4. WAIVER OF RIGHTS The Owner and Contractor intend that all policies purchased in accordance with Article on Insurance will protect the Owner, Contractor, Subcontractors, Engineer, Engineer's Consultants and all other persons or entities identified in the Supplementary Conditions to be listed as insured or additional insured in such policies and will provide primary coverage for all losses and damages caused by the perils covered thereby. All such policies shall contain provisions to the effect that in the event of payment of any loss or damage the insurers will have no rights of recovery against any of the insured or additional insured thereunder, the Owner and Contractor waive all rights against each other and their respective officers, directors, employees v. 7.2024 17 and agents for all losses and damages caused by, arising out of or resulting from any of the perils covered by such policies and any other property insurance applicable to the work; and, in addition, waive all such rights against Subcontractors, Engineer, Engineer's Consultants and all other persons or entities identified in the Supplementary Conditions to be listed as insured or additional insured under such policies for losses and damages so caused. None of the above waivers shall extend to the rights that any party making such waiver may have to the proceeds of insurance otherwise payable under any policy so issued. In addition, the Owner waives all rights against Contractor, Subcontractors, Engineer, Engineer's Consultant and the officers, directors, employees and agents of any of them for: (i) Toss due to business interruption, loss of use or other consequential loss extending beyond direct physical loss or damage to the Owner property or the Work caused by, arising out of or resulting from fire or other peril, whether or not insured by the Owner and; (ii) loss or damage to the completed Project or part thereof caused by, arising out of or resulting from fire or other insured peril covered by any property insurance maintained on the completed Project or part thereof by the Owner during partial utilization, after substantial completion or after final payment. 6. CONTRACTOR'S RESPONSIBILITIES 6.1. SUPERVISION AND SUPERINTENDENCE Contractor shall supervise, inspect, and direct the Work competently and efficiently, devoting such attention thereto and applying such skills and expertise as may be necessary to perform the Work in accordance with the Contract Documents. Contractor shall be solely responsible for the means, methods, techniques, sequences, and procedures of construction. Contractor shall not be responsible for the negligence of others in the design or specification of a specific means, method, technique, sequence, or procedure of construction which is shown or indicated in and expressly required by the Contract Documents. Contractor shall be responsible to see that the completed work complies accurately with the Contract Documents. Contractor shall keep on the work at all times during its progress a competent resident superintendent, who shall not be replaced without notice to the Owner's Representative except under extraordinary circumstances. The superintendent will be Contractor's representative at the site and shall have authority to act on behalf of Contractor. All communications to the superintendent shall be as binding as if given to Contractor. The Contractor's superintendent shall keep a mobile cell phone on his person, so he can be contacted whenever necessary. Contractor shall employ only competent persons to do the work and whenever the Owner's Representative shall notify Contractor, in writing, that any person on the work appears to be incompetent, unfaithful, disorderly, disrespectful or otherwise unsatisfactory, such person shall be removed from the project and shall not again be employed on it except with the written consent of the Owner's Representative. Contractor represents the City of Clearwater and shall conduct themselves in a professional manner to the public at all times. Contractor shall reimburse Owner for additional engineering and inspection costs incurred as a result of overtime work in excess of the regular working hours or on the Owner normally approved holidays. At such times when Inspector overtime is required, the Contractor shall sign an overtime slip documenting such hours and the Contractor shall be provided a copy for his records. At the end of the project and prior to payment of withheld retainage funds, the Contractor shall deliver to the Owner a check made out to the Owner of Clearwater for full reimbursement of all Inspector overtime hours. Withheld retainage shall not be released until the Owner has received this check. Minimum number of chargeable hours for inspection costs on weekends or holidays shall be four hours. The cost of overtime inspection per hour shall be $80.00 per hour. Contractor shall provide and maintain in a neat and sanitary condition, such sanitary accommodations for the use of Contractor's employees as may be necessary to comply with the requirements of Laws and Regulations and the Engineer. 6.2. LABOR, MATERIALS AND EQUIPMENT v. 7.2024 18 • • • • • • Contractor shall provide competent, suitably qualified personnel to survey, lay out and construct the work as required by the Contract Documents. Contractor shall at all times maintain good discipline and order at the site. Except as otherwise required for the safety or protection of persons or the work or property at the site or adjacent thereto, and except as otherwise indicated in the Contract Documents, all work at the site shall be performed during regular working hours. Contractor shall adhere to the Community Development Code, Section 3-1508 regarding noise restrictions from 6:00 p.m. to 7:00 a.m. any day and all -day Sunday. Contractor will not permit overtime work or the performance of work on Saturday, Sunday, or any legal holiday without Owner consent given after prior notice to Engineer. Unless otherwise specified in the General Requirements, Contractor shall furnish and assume full responsibility for all materials, equipment, labor, transportation, construction equipment and machinery, tools, appliances, fuel, power, light, heat, telephone, water, sanitary facilities, temporary facilities, and all other facilities and incidentals necessary for the furnishing, performance, testing, start-up and completion of the Work. All materials and equipment installed in the Work shall be of good quality and new, except as otherwise provided in the Contract Documents. If required by Engineer, Contractor shall furnish satisfactory evidence (including reports of required tests) as to the quality of materials and equipment. The Contractor shall provide suitable and secure storage for all materials to be used in the Work so that their quality shall not be impaired or injured. Materials that are improperly stored, may be rejected by the Engineer without testing. All materials and equipment shall be applied, installed, connected, erected, used, cleaned, and conditioned in accordance with the instructions of the applicable manufacturer, fabricator, supplier, or distributor, except as otherwise provided in the Contract Documents. The City of Clearwater, at its sole discretion, reserves the right to purchase major equipment or materials to be incorporated into the Work under the Owner Direct Purchase (ODP) Option, per Section III, Article 21. In such event, the Contractor shall cooperate and assist the Owner of Clearwater, at no additional cost, to implement the ODP documents and procedures. 6.3. SUBSTITUTES AND "OR EQUAL" ITEMS Whenever an item of material or equipment is specified or described in the Contract Documents by using the name of a proprietary item or the name of a particular Supplier, the specification or description is intended to establish the type, function and quality required. Unless the specification or description contains or is followed by words reading that no like, equivalent or "or equal" item or no substitution is permitted, other items of material or equipment or material or equipment of other Suppliers may be accepted by Engineer. If in Engineer's sole discretion an item of material or equipment proposed by Contractor is functionally equal to that named and sufficiently similar so that no change in related Work will be required, it may be considered by Engineer for approval. If in the Engineer's sole discretion an item of material or equipment proposed by Contractor does not qualify as an "or equal" item, it may be considered as a proposed substitute item. Contractor shall submit sufficient information as required by the Engineer to allow the Engineer to determine that the item of material or equipment proposed is essentially equivalent to that named and is an acceptable substitute, therefore. Request for review of proposed substitute and "or equal" will be not be accepted by Engineer from anyone other than Contractor. Request for substitute and "or equal" items by Contractor must be submitted in writing to Owner's Representative and will contain all information as Engineer deems necessary to make a determination. Request for substitute shall identify why a substitute is submitted and include advantages to the Owner. All data provided by Contractor in support of any proposed substitute or "or equal" item will be at Contractor's expense. Engineer will be allowed a reasonable time to evaluate each proposal or submittal made per this paragraph. Engineer will be sole judge of acceptability. 6.4. SUBCONTRACTORS, SUPPLIERS AND OTHERS v. 7.2024 19 The Contractor shall deliver to the Owner's Representative before or at the preconstruction conference a list of all Subcontractors, suppliers and other persons and organizations proposed by the Contractor for Work to be performed on the Project. The Contractor shall include with this list the qualifications and references for each Subcontractor, supplier or other person and organization for review and approval. Any changes to this list must be submitted to the Owner's Representative for approval prior to the substitution of any Subcontractors, suppliers or other persons and organizations before performing any Work on the Project for the Contractor. Contractor shall be fully responsible to Owner and Engineer for all acts and omissions of the Subcontractors, Suppliers and other persons performing or furnishing any of the work under a direct or indirect contract with Contractor just as Contractor is responsible for Contractor's own acts and omissions. Nothing in the Contract Documents shall create for the benefit of any such Subcontractor, Supplier or other person any contractual relationship between Owner or Engineer and any Subcontractor, Supplier or other person, nor shall it create any obligation on the part of Owner or Engineer to pay or to see to the payment of any moneys due any such Subcontractor, Supplier or other person. Contractor shall be solely responsible for scheduling and coordinating the work of Subcontractors, Suppliers and other persons performing or furnishing any of the work under a direct or indirect contract with Contractor. Contractor shall require all Subcontractors, Suppliers and such other persons performing or furnishing any of the work to communicate with the Engineer through Contractor. The divisions and sections of the Specifications and the identifications of any Drawings shall not control Contractor in dividing the work among Subcontractors or Suppliers or delineating the work to be performed by any specific trade. All work performed for Contractor by a Subcontractor or Supplier will be pursuant to an appropriate agreement between Contractor and the Subcontractor or Supplier which specifically binds the Subcontractor or Supplier to the applicable terms and conditions of the Contract Documents for the benefit of Owner and Engineer. Contractor shall not pay or employ any Subcontractor, Supplier or other person or organization whether initially or as a substitute, against whom Owner or Engineer may have reasonable objection. Contractor shall not be required to employ any Subcontractor, Supplier or other person or organization to furnish or perform any of the work against whom Contractor has reasonable objection. Owner or Engineer will not undertake to settle any differences between Contractor and his Subcontractors or between Subcontractors. 6.5. USE OF PREMISES Contractor shall confine construction equipment, the storage of materials and equipment and the operations of works to the site and land areas identified in and permitted by the Contract Documents on other land areas permitted by Laws and Regulations, right-of-way, permits and easements, and shall not unreasonably encumber the premises with construction equipment or other materials or equipment. Contractor shall assume full responsibility for any damage to any such land or area, or to the owner or occupant thereof or of any adjacent land or areas, resulting from the performance of the Work. Should any claim be made by any such owner or occupant because of the performance of the Work, Contractor shall promptly settle with such other party by negotiation or otherwise resolve the claim by arbitration or other dispute resolution proceed in or at law. Contractor shall, to the fullest extent permitted by Laws and Regulations, indemnify and hold harmless Owner, Engineer, Engineer's Consultant and their officials, directors, employees and agents from and against all claims, costs, losses and damages arising out of or resulting from any claim or action, legal or equitable, brought by any such owner or occupant against Owner, Engineer or any other party indemnified hereunder to the extent caused by or based upon Contractor's performance of the Work. During the progress of the Work, Contractor shall keep the premises free from accumulations of waste materials, rubbish and other debris resulting from the Work. At the completion of the Work or at intervals v. 7.2024 20 • • • • • established by the Engineer, Contractor shall remove all waste materials, rubbish and debris from and about the premises as well as all tools, appliances, construction equipment and machinery and surplus materials. Contractor shall restore to original condition all property not designated for alteration by the Contract Documents. 6.5.1. STAGING AREAS The Contactor shall obtain and deliver to the City written permission for the use of all staging and storage areas outside of the Limits of Construction. Use of right of way within the limits of construction must be approved by the City. All applicable erosion control, tree barricade and restoration, including time limits, specifications, etc., must be followed. Contractor must provide portable restroom that is lockable for the safety of the Contractor and the surrounding residents. 6.5.2. RESTORATION TIME LIMITS The timely restoration of all impacted areas, especially in the Right -of -Ways, is very important to the Citizens of Clearwater therefore, these time limits are imposed: • Debris piles shall be removed within five (5) consecutive calendar days. • Concrete driveways and sidewalks shall be replaced within ten (10) consecutive calendar days of removal. Resident access shall be maintained at all times. • All arterial and collector roadways shall be restored ASAP. • Local streets and asphalt driveways shall be restored as soon as a sufficient quantity is generated, however, this is never to exceed fifteen (15) consecutive calendar days. Local and resident access shall be maintained at all times. • Any irrigation systems or components damaged or impacted by construction activities shall be repaired or replaced "in-kind" within forty-eight (48) hours to minimize the loss of turfgrass or landscape plantings, particularly during periods of drought. • Sod must be restored "in-kind" within fourteen (14) consecutive calendar days of a successful pipe pressure test, removal of concrete forms, backfill of excavations, replacement of driveways or sidewalks or another project specific milestone. It must be watered for a period of thirty (30) days after it is placed. Erosion control and dust control of denuded areas must be maintained at all times. If the project or a portion of it does not involve right -of ways, then a different schedule of sod restoration may be considered. 6.6. LICENSE AND PATENT FEES, ROYALTIES AND TAXES Contractor shall pay all license fees and royalties and assume all costs incident to the use in the performance of the work or the incorporation in the Work of any invention, design, process, product or device which is the subject of patent rights or copyrights held by others. If a particular invention, design, process, product or device is specified in the Contract Documents for use in the performance of the work and if to the actual knowledge of Owner or Engineer its use is subject to patent rights or copyrights calling for the payment of any license fee or royalty to others, the existence of such rights shall be disclosed by Owner or Engineer in the Contract Documents. To the fullest extent permitted by Laws and Regulations, Contractor shall indemnify and hold harmless Owner, Engineer, Engineer's Consultants and the officers, directors, employees, agents and other consultants of each and any of them from and against all claims, costs, losses and damages arising out of v. 7.2024 21 or resulting from any infringement of patent rights or copyrights incident to the use in the performance of the Work or resulting from the incorporation in the Work of any invention, design, process, product or device not specified in the Contract Documents, and shall defend all such claims in connection with any alleged infringement of such rights. Contractor shall pay all sales, consumer, use, and other taxes required to be paid by Contractor in accordance with the Laws and Regulations of the State of Florida and other governmental agencies, which are applicable during the performance of the work. 6.7. LAWS AND REGULATIONS Contractor shall give all notices and comply with all Laws and Regulations applicable to furnishing and performance of the Work. Except where otherwise expressly required by applicable Laws and Regulations, neither Owner nor Owner's Representative shall be responsible for monitoring Contractor's compliance with any Laws or Regulations. If Contractor performs any work knowing or having reason to know that it is contrary to Laws or Regulations, Contractor shall bear all claims, costs, losses and damages caused by or arising out of such work: however, it shall not be Contractor's primary responsibility to make certain that the Specifications and Drawings are in accordance with Laws and Regulations, but this shall not relieve Contractor of Contractor's obligations to the Owner to report and resolve discrepancies as described above. 6.7.1. E -VERIFY Contractor and its Subcontractors shall register with and use the E -Verify system to verify the work authorization status of all newly hired employees. Contractor will not enter into a contract with any Subcontractor unless each party to the contract registers with and uses the E -Verify system. Subcontractor must provide Contractor with an affidavit stating that Subcontractor does not employ, contract with, or subcontract with an unauthorized alien. Contractor shall maintain a copy of such affidavit. The City may terminate this Contract on the good faith belief that Contractor or its Subcontractors knowingly violated Florida Statutes 448.09(1) or 448.095(2)(c). If this Contract is terminated pursuant to Florida Statute 448.095(2)(c), Contractor may not be awarded a public contract for at least 1 year after the date of which this Contract was terminated. Contractor is liable for any additional costs incurred by the City as a result of the termination of this Contract. See Section 448.095, Florida Statutes (2020). See "VERIFICATION OF EMPLOYMENT ELIGIBILITY FORM" in Appendix. 6.8. PERMITS Unless otherwise provided in the Supplementary Conditions, Contractor shall obtain and pay for all construction permits and licenses. The Owner shall assist Contractor, when necessary, in obtaining such permits and licenses. Contractor shall pay all governmental charges and inspection fees necessary for the prosecution of the Work, which are applicable at the time of opening of Bids. Contractor shall pay all charges of utility owners for connections to the work, and the Owner shall pay all charges of such utility owners for capital costs related thereto such as plant investment fees. Unless otherwise stated in the Contract Documents, Clearwater Building Permit Fees will be waived. 6.9. SAFETY AND PROTECTION Contractor shall be responsible for initiating, maintaining, and supervising all safety precautions and programs in connection with the Work. Contractor shall take all necessary precautions for the safety of, and shall provide the necessary protection to prevent damage, injury or loss to: (i) all persons on the work site or who may be affected by the work, (ii) all the Work and materials and equipment to be incorporated therein, whether in storage on or off the site; and (iii) other property at the site or adjacent thereto, including v. 7.2024 22 • • • • • • trees, shrubs, lawns, walks, pavements, roadways, structures, utilities and Underground Facilities not designated for removal, relocation or replacement in the course of construction. In the event of temporary suspension of the work, or during inclement weather, or whenever Owner's Representative may direct; Contractor shall, and shall cause Subcontractors, to carefully protect the Work and materials against damage or injury from the weather. If, in the opinion of the Owner's Representative, any portion of Work or materials shall have been damaged or injured by reason of failure on the part of the Contractor or any Subcontractors to so protect the Work, such Work and materials shall be removed and replaced at the expense of Contractor. The Contractor shall initiate and maintain an accident prevention program which shall include but shall not be limited to the establishment and supervision of programs for the education and training of employees in the recognition, avoidance and prevention of unsafe conditions and acts. Contractor shall provide first aid services and medical care to his employees. The Contractor shall develop and maintain an effective fire protection and prevention program and good housekeeping practices at the site of contract performance throughout all phases of construction, repair, alteration, or demolition. Contractor shall require appropriate personal protective equipment in all operations where there is exposure to hazardous conditions. The Engineer may order that the work stop if a condition of immediate danger to the Owner's employees, equipment or if property damage exists. This provision shall not shift responsibility or risk of Toss for injuries of damage sustained from the Contractor to Owner, and the Contractor shall remain solely responsible for compliance with all safety requirements and for the safety of all persons and property at the site of Contract performance. The Contractor shall instruct his employees required to handle or use toxic materials or other harmful substances regarding their safe handling and use. The Contractor shall take the necessary precautions to protect pedestrians and motorists from harm, and to prevent disruptions of such traffic due to construction activity. Contractor shall comply with all applicable Laws and Regulations of any public body having jurisdiction for safety of persons or property and to protect them from damage, injury, or loss; and shall erect and maintain all necessary safeguards for such safety and protection. Contractor shall notify owners of adjacent property and of Underground Facilities and utility owners when execution of the work may affect them, and shall cooperate with them in the protection, removal, relocation, and replacement of their property. All damage, injury or Toss to any property caused, directly or indirectly, in whole or part, by Contractor, any Subcontractor, Supplier or any other person or organization directly or indirectly employed by any of them to perform or furnish any of the work or anyone for whose acts any of them may be liable, shall be remedied by Contractor. Contractor's duties and responsibilities for safety and for protection of the Work shall continue until such time as all the Work is completed and Engineer has issued a notice to Owner and Contractor that the Work is acceptable. 6.10. EMERGENCIES In emergencies affecting the safety or protection of persons or the Work or property at the site or adjacent thereto, Contractor, with or without special instruction or authorization from Owner or the Owner's Representative, is obligated to act to prevent damage, injury or Toss. Contractor shall give Engineer prompt written notice if Contractor believes that any significant changes in the Work or variations from the Contract Documents have been caused thereby. If the Owner's Representative determines that a change in the Contract Documents is required because of the action taken by Contractor in response to such an emergency, a Work Change Directive or Change Order will be issued to document the consequences of such action. 6.11. DRAWINGS 6.11.1. SHOP DRAWINGS, SAMPLES, RFIs, AND SUBMITTAL REVIEW Contractor shall submit Shop Drawings to Engineer for review and approval as called for in the Technical Specifications or required by the Engineer. The data shown on the Shop Drawings will be complete with respect to quantities, dimensions, specified performance and design criteria, materials and similar data to show Engineer the materials and equipment Contractor proposes to provide and to enable Engineer to v. 7.2024 23 review the information. Contractor shall also submit Samples to Engineer for review and approval. Before submitting each Shop Drawing or Sample, Contractor shall have determined and verified: (i) all field measurements, quantities, dimensions, specified performance criteria, installation requirements, materials, catalog numbers and similar information with respect thereto, (ii) all materials with respect to intended use, fabrication, shipping, handling, storage, assembly and installation pertaining to the performance of the Work, and (iii) all information relative to Contractor's sole responsibilities in respect to means, methods, techniques, sequences and procedures of construction and safety precautions and programs incident thereto. Contractor shall also have reviewed and coordinated each Shop Drawing or Sample with other Shop Drawings and Samples with the requirements of the Work and the Contract Documents. Each submittal will have a transmittal cover sheet identifying the shop drawing name, number, and technical specification reference; will bear a stamp or specific written indication that Contractor has satisfied Contractor's obligations under the Contract Documents with respect to Contractor's review and approval of that submittal. At the time of submission, Contractor shall give Engineer specific written notice of such variations, if any, that the Shop Drawing or Sample submitted may have from the requirements of the Contract Documents, such notice to be in a written communication separate from the submittal; and, in addition, shall cause a specific notation to be made on each Shop Drawing and Sample submitted to Engineer for review and approval of each such variation. The Contractor shall maintain a submittal log as mentioned in Article 2.5. The Engineer shall receive updated copies at each progress meeting, and the Engineer shall respond to each submittal within fourteen (14) consecutive calendar days. The Contractor shall maintain a request for information (RFI) log as mentioned in Article 2.5. The Engineer shall receive updated copies at each progress meeting, and the Engineer shall respond to each RFI within fourteen (14) consecutive calendar days. The untimely submission of Submittal or RFIs shall not be grounds for a delay claim from the Contractor. Engineer's review and approval of Shop Drawings and Samples will be only to determine if the items covered by the submittals will, after installation or incorporation in the Work, conform to the information given in the Contract Documents and be compatible with the design concept of the completed Project as a functioning whole as indicated the Contract Documents. Engineer's review and approval will not extend to means, methods, techniques, sequences or procedures of construction (except where a particular means method, technique, sequence or procedure of construction is specifically and expressly called for by the Contract Documents) or to safety precautions or programs incident thereto. The review and approval of a separate item as such will not indicate approval of the assembly in which the item functions. Contractor shall make corrections required by Engineer and shall return the required number of corrected copies of Shop Drawings and submit as required new Samples for review and approval. Contractor shall direct specific attention in writing to revisions other than the corrections called for by Engineer on previous submittals. Engineer's review and approval of Shop Drawings or Samples shall not relieve Contractor from responsibility for any variation from the requirements of the Contract Documents unless Contractor has in writing called Engineer's attention to each such variation at the time of submission and Engineer has given written approval of each such variation by specific written notation thereof incorporated in or accompanying the Shop Drawing or Sample approval; nor will any approval by the Engineer relieve the Contractor from responsibility for complying with the requirements of paragraph above discussing field measurements by the Contractor. Contractor shall furnish required submittals with complete information and accuracy in order to achieve required approval of an item within two (2) submittals. Owner's Representative reserves the right to back charge Contractor, for Engineer's costs for resubmittals that account for a number greater than twenty percent (20%) of the total number of first-time submittals, per the approved initial submittal log. Owner's Representative reserves the right to back charge Contractor for all third submittals. The number of first-time submittals shall be equal to the number of submittals agreed to by Engineer and Contractor. All costs to Engineer involved with subsequent submittal of Shop Drawings, Samples or other items requiring approval v. 7.2024 24 • • • • • • will be back charged to Contractor at the rate of 3.0 times direct technical labor cost by deducting such costs from payments due Contractor for Work completed. In the event, that Contractor requests a substitution for a previously approved item, all of Engineer's costs in the reviewing and approval of the substitution will be back charged to Contractor, unless the need for such substitution is beyond the control of Contractor. 6.11.2. AS -BUILT DRAWINGS The Contractor shall keep and maintain one set of blueprints, As -Built Drawings, in good order and legible condition to be continuously marked -up at the job site. The Contractor shall mark and annotate neatly and clearly all project conditions, locations, configurations and any other changes or deviations which may vary from the details represented on the original Contract Plans, including revisions made necessary by Addenda, Shop Drawings, and Change Orders during the construction process. The Contractor shall record the horizontal and vertical locations, in the plan and profile, of all buried utilities that differ from the locations indicated or which were not indicated on the Contract Plans and buried (or concealed), construction and utility features which are revealed during the construction period. All abandoned during construction pipes and utilities must be clearly identified on the As-Builts including the methods used to abandon. The As -Built Drawings shall be available for inspection by the Engineer, Engineer's Consultant, and the Owner's Representative at all times during the progress of the Project. The As -Built Drawings shall be reviewed by the Owner's Representative, or his designee, for accuracy and compliance with the requirements of "As -Built Drawings" prior to submittal of the monthly pay requests. The pay requests shall be rejected if the marked -up redline prints do not conform to the "As -Built Drawings" requirements. As -Built Drawings shall be submitted to the Owner Inspector for approval upon completion of the project and prior to acceptance of final pay request. Final pay request shall not be processed until As -Built Drawings have been reviewed by the Engineer or the Engineer's Consultant for accuracy and completeness. Prior to placing new potable water mains in service, the Contractor shall provide the Engineer intersection drawings, as specified for the water mains. The Owner's acceptance of the As -Built Drawings does not relieve the Contractor of the sole responsibility for the accuracy and completeness of the As -Built Drawings. 6.11.2.1. General The Contractor shall prepare an AS -BUILT SURVEY per chapter 5J-17.052, Florida Administrative Code (see definition below), signed and sealed by a Florida registered land surveyor. The Contractor will deliver to the Owner two hard copies of signed and sealed As -Built Drawings and an AutoCAD file. 5J-17.050 Definition: (10)(a) As -Built Survey: a survey performed to obtain horizontal and/or vertical dimensional data so that constructed improvements may be located and delineated: also known as Record Survey. This survey shall be clearly titled "AS -BUILT SURVEY" and shall be signed and sealed by a Florida registered land surveyor. The survey must be delivered to the Owner of Clearwater Construction Division upon substantial completion of the project. If this condition is not met, the Owner will procure the services of a Professional Surveyor and Mapper registered in the State of Florida and will back charge the Contractor a fee of $1,800 per day or any portion thereof to provide the Owner with the required As -Built Survey. 6.11.2.2. Sanitary and Storm Sewer Piping Systems A. Manholes and inlets shall be located by survey coordinates (northing, easting, and elevation) based on the approved horizontal and vertical datum or utilize the stationing supplied on the construction plans. New and replaced service connections shall be dimensioned to the nearest v. 7.2024 25 downstream manhole. All manholes, cleanouts and catch basin invert and rim elevations, manhole and catch basin dimensions, pipe sizes, and pipe material shall also be noted on the plan view and also on the profile if one exists. The terminal ends of all subdrains, inverts of all pipe in structures, and the flow line of inlets shall also be noted on the plan view and also on the profile if one exists. B. Pipe materials and areas of special construction shall be noted. 6.11.2.3. Pressure Pipe construction (Water, Reclaimed Water, Force Main) All pipes shall be located by survey coordinates (northing, easting, and elevation) based on the approved horizontal and vertical datum or utilize the stationing supplied on the construction plans. Coordinates shall be at all pipe bends, tees, valves, reducers, and deflections. Also, all new and replaced service connections for potable and reclaimed water will be located as described above. Additionally, there must be survey coordinates no further than 100 feet apart on linear type construction and shall denote top of pipe elevation at those points. 6.11.2.4. Electrical and Control Wiring The As -Built Drawings shall include all changes to the original Contract Plans. The As -Built Drawings shall also include the size, color, and number of wires and conduit. For projects where this information is too voluminous to be contained on the blueline prints, the Contractor shall prepare supplemental drawings, on same size sheets as the blueline prints, showing the additional conduit runs, 1 -line diagrams, ladder diagrams, and other information. The wiring schematic diagrams shall show termination location and wiring identification at each point on the ladder diagram. 6.11.2.5. Horizontal and Vertical Control The As -Built Survey shall be based on the original datum used for the construction design plans or if required by the Owner the datum shall be referenced to the North American Datum of 1983/90 (horizontal) and the North American Vertical Datum of 1988. The unit of measurement shall be the United States Foot. Any deviation or use of any other datum, (horizontal and or vertical), must be approved by the Owner of Clearwater Engineering Department. 6.11.2.6. Standards The As -Built Survey shall meet the Minimum Technical Standards per Chapter 5J-17 and the Clearwater CAD STANDARDS set forth below. In addition to locating all improvements that pertain to the As -Built Survey it is the requirement of the Owner to have minimum location points at every change in direction and no more than 100 feet apart on all pressure pipes. 6.11.2.7. Other The As -Built Drawings shall reflect any differences from the original Contract Plans, in the same level of detail and units of dimensions as the Plans. 6.11.3. CAD STANDARDS 6.11.3.1. Layer Naming 6.11.3.1.1. Prefixes and Suffixes AB-... prefix denotes As -Built information DI-... prefix denotes digitized or scanned entities DEMO-... prefix denotes demolition P-... prefix denotes proposed entities — line work and symbols v. 7.2024 26 • • • • • F-... prefix denotes future entities (proposed but not part of this contract) - line work and symbols X-... prefix denotes existing entities — line work and symbols ... -CANOPY Suffix denotes tree canopies ...-CL suffix denotes centerline of road, ditch, swale etc. ...-LN suffix denotes all linework ...-PT suffix denotes points from survey data or from design stakeout ...-TX suffix denotes text — use for all text, no matter the prefix 6.11.3.1.2. Layer Naming Definitions: BENCH benchmark, temporary benchmarks BLDG buildings, sheds, finished floor elevation BOC curbs BOLLARD bollards BRUSH brush lines CABLE cable TV lines and appurtenances CONCSLAB concrete slabs DRIVE driveways EASEMENT easements EOP edge of pavement without curbs FENCE all fences FLOW flow lines GRADE grade slopes, grade breaks GROUND soft ground (unpaved, unimproved) HANDRAIL handrails HEDGE hedges LANDSCAPE landscape areas LOT platted lot lines information MISC miscellaneous linework MONU property corners, monumentation PHONE telephone lines and appurtenances PROPERTY property lines information v. 7.2024 27 ROAD roads ROW Right -of -Way information SEAWALL seawalls SHORE shoreline, water elevation SWALE swales TOB top of bank TOE toe of slope TRAFFIC signal poles, control boxes TREE trees, bushes, planters UT-ELEC power lines and appurtenances UT -GAS gas lines and appurtenances UT-RCW reclaimed water UT -SAN sanitary lines and appurtenances UT -STM storm lines and appurtenances UT-TCOM telecommunication systems UT-WAT potable water lines and appurtenances, sprinklers WALK sidewalk WALL walls, except seawall Other layers may be created as required or needed, using above format or easy to understand logic. 6.11.3.2. Layer Properties All AutoCAD objects shall be drawn with their General Properties to be "ByLayer", pertaining to "Color", "Linetype", and "Lineweight". 6.11.3.3. Text Styles All text shall use standard AutoCAD fonts. Text style for X-... (existing) layers shall use the Simplex font, oblique angle of 0°, and a text height of 0.06 times the plot scale. Text style for P-... (proposed) and F-... (future) layers shall use the Simplex font, oblique angle of 22.5°, and a text height of 0.1 times the plot scale. 6.11.4. DELIVERABLES The As -Built Survey shall be produced on bond material, 24" x 36" at a scale of 1"=20' unless approved otherwise. The consultant shall deliver two hard copies and one digital copy of all drawings. Requested file formats are Autodesk DWG and Adobe PDF files. Please address any questions regarding format to Mr. Tom Mahony, at (727) 562-4762 or e-mail address Thomas. Mahony(cr�myClearwater.com. v. 7.2024 28 • • • • 6.12. CONTRACTORS GENERAL WARRANTY AND GUARANTEE Contractor warrants and guarantees to Owner, Engineer and Engineer's Consultants that all Work will be in accordance with the Contract Documents and will not be defective. Contractor's warranty and guarantee hereunder includes defects or damage caused by abuse, vandalism, modification, or operation by persons other than Contractor, Subcontractors or Suppliers. Until the acceptance of the Work by the Owner, the Work shall be under the charge and care of the Contractor, and he shall take every necessary precaution against injury or damage to any part thereof by action of the elements, or from any other cause whatsoever, arising from the execution or non -execution of the Work. The Contractor shall rebuild, repair, and make good, at his own expense, all injuries or damages to any portion of the Work occasioned by any cause before its completion and final acceptance by the Owner. In addition, "the Contractor shall remedy any defects in the work at his own expense and pay for any damage to other work resulting therefrom which appear within a period of one year from the date of final acceptance". Contractor's warranty and guarantee hereunder excludes improper maintenance and operation by Owner's employees and normal wear and tear under normal usage for any portion of the Work, which has been partially accepted by the Owner for operation prior to final acceptance by the Owner. Contractor's obligation to perform and complete the Work in accordance with the Contract Documents shall be absolute. None of the following will constitute an acceptance of Work that is not in accordance with the Contract Documents or a release of Contractor's obligation to perform the Work in accordance with the Contract Documents: (i) observations by Owner's Representative, (ii) recommendation of any progress or final payment by Owner's Representative, (iii) the issuance of a certificate of Substantial Completion or any payment by the Owner to contractor under the Contract Documents, (iv) use or occupancy of the Work or any part thereof by Owner, (v) any acceptance by Owner or any failure to do so, (vi) any review and approval of a Shop Drawing or Sample submittal or the issuance of a notice of Acceptance by the Engineer. 6.13. CONTINUING THE WORK Contractor shall carry on the work and adhere to the progress schedule during all disputes or disagreements with the Owner. No work shall be delayed or postponed pending resolution of any disputes or disagreements, except as the Owner or Contractor may otherwise agree in writing. 6.14. INDEMNIFICATION To the fullest extent permitted by law, Contractor agrees to defend, indemnify, and hold the City, its officers, agents, and employees, harmless from and against any and all liabilities, demands, claims, suits, losses, damages, causes of action, fines or judgments, including costs, attorneys', witnesses', and expert witnesses' fees, and expenses incident thereto, relating to, arising out of, or resulting from: (i) the services provided by Contractor personnel under this Agreement; (ii) any negligent acts, errors, mistakes or omissions by Contractor or Contractor personnel; and (iii) Contractor or Contractor personnel's failure to comply with or fulfill the obligations established by this Agreement. Contractor will update the City during the course of the litigation to timely notify the City of any issues that may involve the independent negligence of the City that is not covered by this indemnification. The City assumes no liability for actions of Contractor and will not indemnify or hold Contractor or any third party harmless for claims based on this Agreement or use of Contractor -provided supplies or services. Notwithstanding anything contained herein to the contrary, this indemnification provision shall not be construed as a waiver of any immunity to which Owner is entitled or the extent of any limitation of liability pursuant to § 768.28, Florida Statutes. Furthermore, this provision is not intended to nor shall be interpreted as limiting or in any way affecting any defense Owner may have under § 768.28, Florida Statutes or as consent to be sued by third parties. 6.15. CHANGES IN COMPANY CONTACT INFORMATION v. 7.2024 29 Contractor shall notify Owner by US mail addressed to the City Engineer of any changes in company contact information. This includes contact phone, address, project manager, email addresses, etc. 6.16. PUBLIC RECORDS The CONTRACTOR will be required to comply with Section 119.0701, Florida Statutes. 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 Rosemarie.Call(a�myclearwater.com, 600 Cleveland Street, Suite 600, Clearwater, FL 33755. The Contractor's duty 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 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 public records that are exempt or confidential and exempt from public records disclosure requirements. If the Contractor keeps and maintains public records upon completion of the contract, the Contractor shall meet all applicable requirements for the retaining public records. All records stored electronically must be provided to the public agency, upon request from the public agency's custodian of public records in a format that is compatible with the information technology systems of the public agency. 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. v. 7.2024 30 • • • • 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: A. The court determines that the Contractor unlawfully refused to comply with the public records request within a reasonable time; and B. At least 8 business days before filing the action, the plaintiff provided written notice of the public request, including a statement that the Contractor has not complied with the request, to the public agency and to the Contractor. I. A notice complies with subparagraph (h)2. if it is sent to the public agency's custodian of public records and to the Contractor at the Contractor's address listed on its contract with the public agency or to the Contractor's registered agent. Global Express Guaranteed, or certified mail, with postage or shipping paid by the sender and with evidence of delivery, which may be in an electronic format. J. A Contractor who complies with a public records request within 8 business days after the notice is sent is not liable for the reasonable costs of enforcement. 7. OTHER WORK 7.1. RELATED WORK AT SITE The City reserves the right to have its own forces enter the construction site at any time and perform work as necessary in order to perform infrastructure repair or maintenance, whether related to the project or not. The Contractor will allow complete access to all utility owners for these purposes. The City may have its own forces perform new work related to the project, however, this work will be identified in the Contract Scope of Work and coordination will be such that this activity is denoted in the Contractor's CPM Schedule so as not to cause any delays or interference with the Contractor's work or schedule. 7.2. COORDINATION If the Owner contracts with others for the performance of other work on the Project at the site, the following will be set forth in the Scope of Work: (i) the person who will have authority and responsibility for coordination of the activities among the various prime Contractors will be identified; (ii) the specific matters to be covered by such authority and responsibility will be itemized; and (iii) the extent of such authority and responsibilities will be provided. Unless otherwise provided in the Supplementary Conditions, the Owner shall have sole authority and responsibility in respect of such coordination. 8. OWNER'S RESPONSIBILITY Except as otherwise provided in these General Conditions, the Owner shall issue all communications from the Owner to the Contractor through Owner's Representative. The Owner shall furnish the data required of the Owner under the Contract Documents promptly and shall make payments to Contractor promptly when they are due as provided in these General Conditions. The Owner is obligated to execute Change Orders as indicated in the Article on Changes In The Work. The Owner's responsibility in respect of certain inspections, tests, and approvals is set forth in the Article on Tests and Inspections. v. 7.2024 31 In connection with the Owner's right to stop work or suspend work, see the Article on Engineer may Stop the Work. The Article on Suspension of Work and Termination deals with the Owner's right to terminate services of Contractor under certain circumstances. Owner shall not supervise, direct or have control or authority over, nor be responsible for, Contractor's means, methods, techniques, sequences or procedures of construction or the safety precautions and programs incident thereto, or for any failure of Contractor to comply with Laws and Regulations applicable to the furnishing or performance of the Work. The Owner will not be responsible for Contractor's failure to perform or furnish the Work in accordance with the Contract Documents. 9. OWNER REPRESENTATIVE'S STATUS DURING CONSTRUCTION 9.1. OWNER'S REPRESENTATIVE Dependent of the project type, the Owner's Representative during the construction period will either be the Construction Manager, the Engineer, or a designee of the Project's Owner. The duties, responsibilities and the limitations of authority of Owner's Representative during construction are set forth in the Contract Documents and shall not be extended without written consent of Owner and Engineer. 9.2. CLARIFICATIONS AND INTERPRETATIONS Engineer will issue with reasonable promptness such written clarifications or interpretations of the requirements of the Contract Documents regarding design issues only, in the form of Submittal responses, RFI responses, Drawings or otherwise, as Engineer may determine necessary, which shall be consistent with the intent of and reasonably inferable from Contract Documents. All other clarifications and interpretations of the Contract Documents shall be issued form the Owner's Representative. Such written clarifications and interpretations will be binding on the Owner and Contractor. If Contractor believes that a written clarification or interpretation justifies an adjustment in the Contract Price or the Contract Time and the parties are unable to agree to the amount or extent thereof, if any, Contractor may make a written claim therefore as provided in the Articles for Change of Work and Change of Contract Time. 9.3. REJECTING OF DEFECTIVE WORK The Owner's Representative or the Engineer will have authority to disapprove or reject Work which Owner's Representative or the Engineer believes to be defective, or that Owner's Representative or the Engineer believes will not produce a completed Project that conforms to the Contract Documents or that will prejudice the integrity of the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. The Owner's Representative or the Engineer will also have authority to require special inspection or testing of the Work whether or not the Work is fabricated, installed or completed. 9.4. SHOP DRAWINGS, CHANGE ORDERS, AND PAYMENTS In connection with Engineer's authority as to Shop Drawings and Samples, see articles on Shop Drawings and Samples. In connection with Owner's Representative authority as to Change Orders, see the articles on Changes of Work, Contract Price and Contract Time. In connection with Owner's Representative authority as to Applications for Payment, see the articles on Payments to Contractor and Completion. 9.5. DECISIONS ON DISPUTES The Owner's Representative will be the initial interpreter of the requirements of the Contract Documents and judge of the acceptability of the work thereunder. Claims, disputes and other matters relating to the acceptability of the work or the interpretation of the requirements of the Contract Documents pertaining to the performance and furnishing of the work and Claims under the Articles for Changes of Work, Changes of Contract Time and Changes of Contract Price will be referred initially to Owner's Representative in writing with a request for a formal decision in accordance with this paragraph. Written notice of each such claim, dispute or other matter will be delivered by the claimant to Owner's Representative and the other party to v. 7.2024 32 • • • • • • the Agreement promptly, but in no event later than thirty (30) days, after the start of the occurrence or event giving rise thereto, and written supporting data will be submitted to Owner's Representative and the other party within sixty (60) days after the start of such occurrence or event unless Owner's Representative allows an additional period of time for the submission of additional or more accurate data in support of such claim, dispute or other matter. The opposing party shall submit any response to Owner's Representative and the claimant within thirty (30) days after receipt of the claimant's last submittal unless Owner's Representative allows additional time. Owner's Representative will render a formal decision in writing within thirty (30) days after receipt of the opposing party's submittal, if any, in accordance with this paragraph. Owner Representative's written decision on such claim, dispute or other matter will be final and binding upon the Owner and Contractor unless (i) an appeal from Owner Representative's decision is taken within thirty (30) days of the Owner Representative's decision, or the appeal time which may be stated in a Dispute Resolution Agreement between Owner and Contractor for the settlement of disputes or (ii) if no such Dispute Resolution Agreement has been entered into, a written notice of intention to appeal from Owner Representative's written decision is delivered by the Owner or Contractor to the other and to Owner's Representative within thirty (30) days after the date of such decision and a formal proceeding is instituted by the appealing party in a forum of competent jurisdiction to exercise such rights or remedies as the appealing party may have with respect to such claim, dispute or other matter in accordance with applicable Laws and Regulations within sixty (60) days of the date of such decision, unless otherwise agreed in writing by the Owner and Contractor. When functioning as interpreter and judge, Owner's Representative will not show partiality to the Owner or Contractor and will not be liable in connection with any interpretation or decision rendered in good faith in such capacity. The rendering of a decision by Owner's Representative with respect to any such claim, dispute or other matter will be a condition precedent to any exercise by the Owner or Contractor of such rights or remedies as either may otherwise have under the Contract Documents or by Laws or Regulations in respect of any such claim, dispute or other matter pursuant the Article on Dispute Resolution. 9.6. LIMITATIONS ON OWNER REPRESENTATIVE'S RESPONSIBILITIES Neither Owner Representative's authority or responsibility under this paragraph or under any other provision of the Contract Documents nor any decision made by Owner's Representative in good faith either to exercise or not exercise such authority or responsibility or the undertaking, exercise or performance of any authority or responsibility by Owner's Representative shall create, impose or give rise to any duty owed by Owner's Representative to Contractor, any Subcontractor, any Supplier, any other person or organization or to any surety for or employee or agent of any of them. Owner's Representative will not supervise, direct, control or have authority over or be responsible for Contractor's means, methods, techniques, sequences or procedures of construction, or the safety precautions and programs incident thereto, or for any failure of Contractor to comply with Laws and Regulations applicable to the furnishing or performance of the work. Owner's Representative will not be responsible for Contractor's failure to perform or furnish the work in accordance with the Contract Documents. Owner's Representative will not be responsible for the acts or omissions of Contractor or of any Subcontractor, any Supplier, or of any other person or organization performing or furnishing any of the work. Owner Representative's review of the final Application for Payment and accompanying documentation and all maintenance and operating instructions, schedules, guarantees, bonds and certificates of inspection, tests and approvals and other documentation required to be delivered by the Contractor will only be to determine generally that their content complies with the requirements of the Contract Documents and, in the case of certificates of inspections, tests and approvals that the results certified indicate compliance with the Contract Documents. v. 7.2024 33 The limitations upon authority and responsibility set forth in this paragraph shall also apply to Owner Representative's CEI, the Engineer's Consultants, and assistants. 10. CHANGES IN THE WORK Without invalidating the Agreement and without notice to any surety, the Owner may, at any time or from time to time, order additions, deletions, or revisions in the Work. Such additions, deletions, or revisions will be authorized by a Written Amendment, a Change Order, or a Work Change Directive. Upon receipt of any such document, Contractor shall promptly proceed with the Work involved which will be performed under the applicable conditions of the Contract Documents (except as may otherwise be specifically provided). If the Owner and Contractor are unable to agree as to the extent, if any, of an adjustment in the Contract Price or an adjustment of the Contract Time that should be allowed as a result of a Work Change Directive, a claim may be made therefore as provided in these General Conditions. Contractor shall not be entitled to an increase in the Contract Price or an extension of the Contract Time with respect to any Work performed that is not required by the Contract Documents as amended, modified and supplemented as provided in these General Conditions except in the case of an emergency as provided or in the case of uncovering work as provided in article for Uncovering Work. The Owner and Contractor shall execute appropriate Change Orders or Written Amendments recommended by Owner's Representative covering: • changes in the work which are (i) ordered by the Owner (ii) required because of acceptance of defective work under the article for Acceptance of Defective Work or correcting defective Work under the article for Owner May Correct Defective Work or (iii) agreed to by the parties; • changes in the Contract Price or Contract Time which are agreed to by the parties; and • changes in the Contract Price or Contract Time which embody the substance of any written decision rendered by Owner's Representative pursuant to the article for Decisions on Disputes; • provided that, in lieu of executing any such Change Order, an appeal may be taken from any such decision in accordance with the provisions of the Contract Documents and applicable Laws and Regulations, but during any such appeal, Contractor shall carry on the Work and adhere to the progress schedule as provided in the article for Continuing the Work. If notice of any change affecting the general scope of the work or the provisions of the Contract Documents (including, but not limited to, Contract Price or Contract Time) is required by the provisions of any Bond to be given to a surety, the giving of any such notice will be Contractor's responsibility, and the amount of each applicable Bond will be adjusted accordingly. 11. CHANGES IN THE CONTRACT PRICE 11.1. CHANGES IN THE CONTRACT PRICE The Contract Price constitutes the total compensation (subject to authorized adjustments) payable to Contractor for performing the Work. All duties, responsibilities and obligations assigned to or undertaken by Contractor shall be at Contractor's expense without change in the Contract Price. The Contract Price may only be adjusted by a Change Order or by a Written Amendment. Any claim for an adjustment in the Contract Price shall be based on a written notice of claim stating the general nature of the claim, to be delivered by the party making the claim to the other party and to Owner's Representative or promptly (but in no event later than thirty days) after the start of the occurrence or event giving rise to the claim. Notice of the amount of the claim with supporting data shall be delivered within sixty (60) days after the start of such occurrence or event, unless Owner's Representative allows additional time for claimant to submit v. 7.2024 34 • • • • • • additional or more accurate data in support of the claim, and shall be accompanied by claimant's written statement that the claimed adjustment covers all known amounts to which the claimant is entitled as a result of said occurrence or event. No claim for an adjustment in the Contract Price will be valid if not submitted in accordance with this paragraph. The value of any Work covered by a Change Order or of any claim for an adjustment in the Contract Price will be determined as follows: (i) where the Work involved is covered by unit prices contained in the Contract Documents, by application of such unit prices to the quantities of the items involved (ii) where the Work involved is not covered by unit prices contained in the Contract Documents, by a mutually agreed lump sum (which may include an allowance for overhead and profit), (iii) where the Work is not covered by unit prices contained in the Contract Documents and agreement is reached to establish unit prices for the Work. Where the work involved is not covered by unit prices contained in the Contract Documents and where the Owner's Representative, the Owner, the Engineer, the Engineer's Consultant, and Contractor cannot mutually agree on a lump sum price, the City of Clearwater shall pay for directed changes in the Work, on "COST REIMBURSEMENT" basis. The Contractor shall apply for compensation, detailing Contractors forces, materials, equipment, Subcontractors, and other items of direct costs required for the directed work. The application for Cost Reimbursement shall be limited to the following items: A. Labor, including foremen, for those hours associated with the direct work (actual payroll cost, including wages, fringe benefits, labor insurance and labor taxes established by law). Expressly excluded from this item are all costs associated with negotiating the subject change. B. Materials associated with the change, including sales tax. The costs of materials shall be substantiated through vendors' invoices. C. Rental or equivalent rental costs of equipment, including necessary transportation costs if specifically used for the Work. The rental rates shall not exceed the current rental rates prevailing in the locality or as defined in the rental Rate Blue Book for Construction Equipment (a.k.a. DataQuest Blue Book). The rental rate is defined as the full -unadjusted base rental rate for the appropriate item of construction equipment and shall cover the costs of all fuel, supplies, repairs, insurance, and other costs associated with supplying the equipment for work ordered. Contractor - owned equipment will be paid for the duration of time required to complete the work. Utilize lowest cost combination of hourly, daily, weekly, or monthly rates. Do not exceed estimated operating costs given in Blue Book. Operating costs will not be allowed for equipment on stand- by. D. Additional costs for Bonds, Insurance if required by the City of Clearwater. The following fixed fees shall be added to the costs of the directed work performed by the Contractor or Subcontractor. A. A fixed fee of fifteen percent (15%) shall be added to the costs of Item 1 above. If work is performed by a Subcontractor, the Contractor's fee shall not exceed five percent (5%), and the Subcontractor's fee shall not exceed ten percent (10%). B. A fixed fee of ten percent (10%) shall be added to the costs of Item 2 above. C. No markup shall be added to the costs of Items 3 and 4. The fixed fees shall be considered the full compensation for all cost of general supervision, overhead, profit, and other general expense. 11.2. ALLOWANCES AND FINAL CONTRACT PRICE ADJUSTMENT v. 7.2024 35 It is understood that Contractor has included in the Contract Price all allowances so named in the Contract Documents and shall cause the Work so covered to be furnished and performed for such sums as may be acceptable to Owner and Engineer. Contractor agrees that: (i) the allowances include the cost to Contractor (less any applicable trade discounts) of materials and equipment required by the allowances to be delivered at the Site, and all applicable taxes; and (ii) Contractor's costs for unloading and handling on the site, labor, installation costs, overhead, profit and other expenses contemplated for the allowances have been included in the Contract Price and not in the allowances and no demand for additional payment on account of any of the foregoing will be valid. Prior to final payment, an appropriate Change Order will be issued as recommended by Owner's Representative to reflect actual amounts due Contractor on account of Work covered by allowances and all the Work actually performed by the Contractor, and the Contract Price shall be correspondingly adjusted. 11.3. UNIT PRICE WORK Where the Contract Documents provide that all or part of the Work is to be Unit Price Work, initially the Contract Price will be deemed to include for all Unit Price Work an amount equal to the sum of the established unit price for each separately identified item of unit price work times the estimated quantity of each item as indicated in the Agreement. The estimated quantities of items of Unit Price Work are not guaranteed and are solely for the purpose of comparison of Bids and determining an initial Contract Price. Determinations of the actual quantities and classifications of Unit Price Work performed by Contractor will be made by Owner's Representative. Each unit price will be deemed to include an amount considered by Contractor to be adequate to cover Contractor's overhead and profit for each separately identified item. The Owner or Contractor may make a claim for an adjustment in the Contract Price if: (i) the quantity of any item of Unit Price Work performed by Contractor differs materially and significantly from the estimated quantity of such item indicated in the Contract Documents; and (ii) there is no corresponding adjustment with respect to any other item of Work; and (iii) if Contractor believes that Contractor is entitled to an increase in Contract Price as a result of having incurred additional expense or the Owner believes that the Owner is entitled to a decrease in Contract Price and the parties are unable to agree as to the amount of any such increase or decrease. On unit price contracts, Owner endeavors to provide adequate unit quantities to satisfactorily complete the construction of the project. It is expected that in the normal course of project construction and completion that not all unit quantities will be used in their entirety and that a finalizing change order which adjusts contract unit quantities to those unit quantities actually used in the construction of the project will result in a net decrease from the original Contract Price. Such reasonable deduction of final Contract Price should be anticipated by the Contractor in his original bid. 12. CHANGES IN THE CONTRACT TIME The Contract Time (or Milestones) may only be changed by a Change Order or a Written Amendment. Any claim for an adjustment of the Contract Time (or Milestones) shall be based on written notice delivered by the party making the claim to the other party and to Owner's Representative promptly, but in no event later than thirty (30) days, after the occurrence of the event giving rise to the claim and stating the general nature of the claim. Notice of the extent of the claim with supporting data shall be delivered within sixty (60) days after such occurrence, unless Owner's Representative allows an additional period of time to ascertain more accurate data in support of the claim, and shall be accompanied by the claimant's written statement that the adjustment claimed is the entire adjustment to which the claimant has reason to believe it is entitled as a result of the occurrence of said event. All claims for adjustment in the Contract Time (or Milestones) shall be determined by Owner's Representative. No claim for an adjustment in the Contract Time (or Milestones) will be valid if not submitted in accordance with the requirements of this paragraph. All time limits stated in the Contract Documents are of the essence of the Agreement. Where Contractor is prevented from completing any part of the work within the Contract Time (or Milestones) due to delay beyond the control of Contractor, the Contract Time (or Milestones) may be v. 7.2024 36 • • • • • • extended in an amount equal to the time lost due to such delay if a claim is made therefore as provided in the article for Changes in the Work. Delays beyond the control of Contractor shall include, but not be limited to, acts by the Owner, acts of utility owners or other contractors performing other work as contemplated by the article for Other Work, fires, floods, epidemics, abnormal weather conditions or acts of God. Delays attributable to and within the control of a Subcontractor or Supplier shall be deemed to be delays within the control of Contractor. Where Contractor is prevented from completing any part of the Work within the Contract Times (or Milestones) due to delay beyond the control of both the Owner and Contractor, an extension of the Contract Time (or Milestones) in an amount equal to the time lost due to such delay shall be Contractor's sole and exclusive remedy for such delay. In no event shall the Owner be liable to Contractor, any Subcontractor, any Supplier, any other person, or to any surety for or employee or agent of any of them, for damages arising out of or resulting from (i) delays caused by or within the control of Contractor, or (ii) delays beyond the control of both parties including but not limited to fires, floods, epidemics, abnormal weather conditions, acts of God or acts by utility owners or other contractors performing other work as contemplated by paragraph for Other Work. 13. TESTS AND INSPECTIONS, CORRECTION, REMOVAL OR ACCEPTANCE OF DEFECTIVE WORK 13.1. TESTS AND INSPECTION Contractor shall give Owner's Representative and Engineer timely notice of readiness of the Work for all required inspections, tests or approvals, and shall cooperate with inspection and testing personnel to facilitate required inspections or tests. Contractor shall employ and pay for the services of an independent testing laboratory to perform all inspections, tests, or approvals required by the Contract Documents. The costs for these inspections, tests or approvals shall be borne by the Contractor except as otherwise provided in the Contract Documents. If Laws or Regulations of any public body having jurisdiction require any Work (or part thereof) specifically to be inspected, tested or approved by an employee or other representative of such public body including all Owner Building Departments and Owner Utility Departments, Contractor shall assume full responsibility for arranging and obtaining such inspections, tests or approvals, pay all costs in connection therewith, and furnish Owner's Representative the required certificates of inspection or approval. Unless otherwise stated in the Contract Documents, Owner permit and impact fees will be waived. Contractor shall also be responsible for arranging and obtaining and shall pay all costs in connection with any inspections, tests or approvals required for Owner's and Engineer's acceptance of materials or equipment to be incorporated in the Work, or of materials, mix designs, or equipment submitted for approval prior to Contractor's purchase thereof for incorporation of the Work. If any Work (or the work of others) that is to be inspected tested or approved is covered by Contractor without written concurrence of Owner's Representative, it must, if requested by Owner's Representative, be uncovered for observation. Uncovering Work as provided in this paragraph shall be at Contractor's expense unless Contractor has given Owner's Representative and Engineer timely notice of Contractor's intention to cover the same and Owner's Representative has not acted with reasonable promptness in response to such notice. 13.2. UNCOVERING THE WORK If any Work is covered contrary to the written request of Owner's Representative, it must, if requested by Owner's Representative, be uncovered for Owner Representative's observation and replaced at Contractor's expense. v. 7.2024 37 If Owner's Representative considers it necessary or advisable that covered Work be observed by Owner's Representative or inspected or tested by others, Contractor, at Owner Representative's request, shall uncover, expose or otherwise make available for observation, inspection or testing as Engineer or Owner's Representative may require, that portion of the Work in question, furnishing all necessary labor, material and equipment. If it is found that such Work is defective, Contractor shall pay all claims, costs, losses and damages caused by, arising out of or resulting from such uncovering, exposure, observation, inspection and testing and of satisfactory replacement or reconstruction (including but not limited to all costs of repair or replacement of work of others); and the Owner shall be entitled to an appropriate decrease in the Contract Price for the costs of the investigation, and, if the parties are unable to agree as to the amount thereof, may make a claim therefore as provided in the article for Change in Contract Price. If, however, such Work is not found to be defective, Contractor shall be allowed an increase in the Contract Price or an extension of the Contract Time (or Milestones), or both, directly attributable to such uncovering, exposure, observation, inspection, testing, replacement and reconstruction; and, if the parties are unable to agree as to the amount or extent thereof, Contractor may make a claim therefore as provided the article for Change in Contract Price and Change of Contract Time. 13.3. OWNER'S REPRESENTATIVE MAY STOP THE WORK If the Work is defective, or Contractor fails to supply sufficient skilled workers or suitable materials or equipment, or fails to furnish or perform the Work in such a way that the completed Work will conform to the Contract Documents, Engineer or Owner's Representative may order Contractor to stop the Work, or any portion thereof, until the cause for such order has been eliminated; however, this right of Owner's Representative to stop the Work shall not give rise to any duty on the part of Owner's Representative or Owner to exercise this right for the benefit of Contractor or any surety or other party. If the Owner's Representative stops Work under this paragraph, Contractor shall be entitled to no extension of Contract Time or increase in Contract Price. 13.4. CORRECTION OR REMOVAL OF DEFECTIVE WORK If required by Engineer or Owner's Representative, Contractor shall promptly, as directed, either correct all defective Work, whether or not fabricated, installed or completed, or, if the Work has been rejected by Engineer or Owner's Representative, remove it from the site and replace it with Work that is not defective. Contractor shall pay all claims, costs, losses and damages caused by or resulting from such correction or removal (including but not limited to all costs of repair or replacement of work of others). 13.5. WARRANTY/CORRECTION PERIOD If within one year after the date of Substantial Completion or such longer period of time as may be prescribed by Laws or Regulations or by the terms of any applicable special guarantee required by the Contract Documents or by any specific provision of the Contract Documents, any Work is found to be defective, Contractor shall promptly, without cost to the Owner and in accordance with the Owner's written instructions; (i) correct such defective Work, or, if it has been rejected by the Owner, remove it from the site and replace it with Work that is not defective and (ii) satisfactorily correct or remove and replace any damage to other Work or the work of others resulting therefrom. If Contractor does not promptly comply with the terms of such instructions, or in an emergency where delay would cause serious risk of loss or damage, the Owner may have the defective Work corrected or the rejected. Work removed and replaced, and all claims, costs, losses and damages caused by or resulting from such removal and replacement (including but not limited to all costs of repair or replacement of work of others) will be paid by Contractor. In special circumstances where a particular item of equipment is placed in continuous service before Final Completion of all the Work, the correction period for that item may start to run from an earlier date if specifically, and expressly so provided in the Specifications or by Written Amendment. Where defective Work (and damage to other Work resulting therefrom) has been corrected, removed or replaced under this paragraph the correction period hereunder with respect to such Work will be extended v. 7.2024 38 • • • • • for an additional period of one year after such correction or removal and replacement has been satisfactorily completed. 13.6. ACCEPTANCE OF DEFECTIVE WORK If, instead of requiring correction or removal and replacement of defective Work, the Owner prefers to accept it, the Owner may do so. Contractor shall pay all claims, costs, losses, and damages attributable to the Owner's evaluation of and determination to accept such defective Work such costs to be approved by Owner's Representative as to reasonableness. If any such acceptance occurs prior to Owner Representative's recommendation of final payment, a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work; and the Owner shall be entitled to an appropriate decrease in the Contract Price, and, if the parties are unable to agree as to the amount thereof, the Owner may make a claim therefore as provided in article for Change of Contract Price. If the acceptance occurs after the Owner Representative's recommendation for final payment an appropriate amount will be paid by Contractor to the Owner. 13.7. OWNER MAY CORRECT DEFECTIVE WORK If Contractor fails within a reasonable time after written notice from Owner's Representative to correct defective Work or to remove and replace rejected Work as required by Owner's Representative in accordance with the article for Correction and Removal of Defective Work or if Contractor fails to perform the Work in accordance with the Contract Documents, or if Contractor fails to comply with any other provision of the Contract Documents, the Owner may, after seven days' written notice to Contractor, correct and remedy any such deficiency. In exercising the rights and remedies under this paragraph the Owner shall proceed expeditiously. In connection with such corrective and remedial action, the Owner may exclude Contractor from all or part of the site, take possession of all or part of the Work, and suspend Contractor's services related thereto, and incorporate in the Work all materials and equipment stored at the site or for which the Owner has paid Contractor but which are stored elsewhere. Contractor shall allow Owner, Owner's Representatives, Agents and Employees, the Owner's other contractors, and Owner's Representative, Engineer, and Engineer's Consultants access to the site to enable the Owner to exercise the rights and remedies under this paragraph. All claims, costs, losses and damages incurred or sustained by the Owner in exercising such rights and remedies will be charged against Contractor and a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work; and the Owner shall be entitled to an appropriate decrease in the Contract Price, and, if the parties are unable to agree as to the amount thereof, the Owner may make a claim therefore as provided in the article for Change of Contract Price. Such claims, costs, losses and damages will include but not be limited to all costs of repair or replacement of work of others destroyed or damaged by correction, removal or replacement of Contractor's defective Work. Contractor shall not be allowed an extension of the Contract Time (or Milestones) because of any delay in the performance of the Work attributable to the exercise by the Owner of the Owner's rights and remedies hereunder. 14. PAYMENTS TO CONTRACTOR AND COMPLETION Requests for payment shall be processed in accordance with F.S. 218.735 and as described herein. Progress payments on account of Unit Price Work will be based on the number of units completed. 14.1. APPLICATION FOR PROGRESS PAYMENT Contractor shall submit (not more often than once a month) to Owner's Representative for review an Application for Payment filled out and signed by Contractor covering the Work completed once each month and accompanied by such supporting documentation as is required by the Owner's Representative and the Contract Documents. Unless otherwise stated in the Contract Documents, payment will not be made for materials and equipment not incorporated in the Work. Payment will only be made for that portion of the Work, which is fully installed including all materials, labor, and equipment. A retainage of not less than five v. 7.2024 39 (5%) of the amount of each Application for Payment for the total of all Work, including As -Built Survey and Inspector overtime reimbursement, completed to date will be held until final completion and acceptance of the Work covered in the Contract Documents. No progress payment shall be construed to be acceptance of any portion of the Work under contract. The Contractor shall review with the Engineer or the Construction Inspector all quantities and work for which payment is being applied for and reach agreement prior to submittal of an Official Pay Request. The Engineer or the Construction Inspector will verify that the on-site marked up As -Built Drawings are up to date with the work and are in compliance with the Contract Documents. In addition to all other payment provisions set out in this contract, the Owner's Representative may require the Contractor to produce for Owner, within fifteen (15) days of the approval of any progress payment, evidence and/or payment affidavit that all Subcontractors and Suppliers have been paid any sum or sums then due. A failure on the part of the Contractor to provide the report as required herein shall result in further progress or partial payments being withheld until the report is provided. 14.2. CONTRACTOR'S WARRANTY OF TITLE Contractor warrants and guarantees that title to all Work, materials and equipment covered by any Application for Payment, whether incorporated in the Project or not, will pass to the Owner no later than the time of payment, free and clear of liens. No materials or supplies for the Work shall be purchased by Contractor or Subcontractor subject to any chattel mortgage or under a conditional sale contact or other agreement by which an interest is retained by the seller. Contractor warrants that he has good title to all materials and supplies used by him in the Work, free from all liens, claims or encumbrances. Contractor shall indemnify and save the Owner harmless from all claims growing out of the lawful demands of Subcontractors, laborers, workmen, mechanics, materialmen, and furnishers of machinery and parts thereof, equipment, power tools, and all supplies incurred in the furtherance of the performance of this Contract. Contractor shall at the Owner's request, furnish satisfactory evidence that all obligations of nature hereinabove designated have been paid, discharged, or waived. If Contractor fails to do so, then the Owner may, after having served written notice on said Contractor either pay unpaid bills, of which the Owner has written notice, or withhold from the Contractor's unpaid compensation a sum of money deemed reasonably sufficient to pay any and all such lawful claims until satisfactory evidence is furnished that all liabilities have been fully discharged, whereupon payment to Contractor shall be resumed in accordance with the terms of this Contract, but in no event shall the provisions of this sentence be construed to impose any obligations upon the Owner to the Contractor or the Surety. In paying any unpaid bills of the Contractor, the Owner shall be deemed the agent of Contractor and any payment so made by the Owner shall be considered as payment made under the Contract by the Owner to Contractor, and the Owner shall not be liable to Contractor for any such payment made in good faith. 14.3. REVIEW OF APPLICATIONS FOR PROGRESS PAYMENTS The Owner's Representative will within twenty (20) business days after receipt authorize and process payment by the Owner a properly submitted and documented Application for payment unless the application requires review by an Agent. If the Application for payment requires review and approval by an Agent, properly submitted and documented Applications for payment will be paid by the Owner within twenty-five (25) business days. If an Application for payment is rejected, notice shall be given within twenty (20) business days of receipt indicating the reasons for refusing payment. The reasons for rejecting an Application will be submitted in writing, specifying deficiencies, and identifying actions that would make the Application proper. In the latter case, Contractor may make the necessary corrections and resubmit the Application. The Owner's Representative or Agent may refuse to recommend the whole or any part of any payment to Owner. Owner's Representative or Agent may also refuse to recommend any such payment, or, because of subsequently discovered evidence or the results of subsequent inspections or test, nullify any such payment previously recommended, to such extent as may be necessary in Owner Representative's or Agent's opinion to protect the Owner from loss because: (i) the Work is defective, or v. 7.2024 40 • • • • completed Work has been damaged requiring correction or replacement, (ii) the Contract Price has been reduced by amendment or Change Order, (iii) the Owner has been required to correct defective Work or complete Work, or (iv) Owner's Representative or Agent has actual knowledge of the occurrence of any of the events enumerated in the article on Suspension of Work and Termination. The Owner may refuse to make payment of the full amount recommended by the Owner's Representative or Agent because: (i) claims have been made against the Owner on account of Contractor's performance or furnishing of the Work, (ii) Liens have been filed in connection with the Work, except where Contractor has delivered a specific Bond satisfactory to the Owner to secure the satisfaction and discharge of such Liens, (iii) there are other items entitling the Owner to a set-off against the amount recommended, or (iv) the Owner has actual knowledge of any of the events described in this paragraph. The Owner shall give Contractor notice of refusal to pay in accordance with the time constraints of this section with a copy to the Owner's Representative or Agent, stating the reasons for such actions, and Owner shall promptly pay Contractor the amount so withheld, or any adjustment thereto agreed to by the Owner and Contractor, when Contractor corrects to the Owner's satisfaction the reasons for such action. 14.4. PARTIAL UTILIZATION Use by the Owner at the Owner's option of any substantially completed part of the Work which (i) has specifically been identified in the Contract Documents, or (ii) Owner, Engineer, Owner's Representative, and Contractor agree constitutes a separately functioning and usable part of the Work that can be used by the Owner for its intended purpose without significant interference with Contractor's performance of the remainder of the Work, may be accomplished prior to Final Completion of all the Work subject to the following: The Owner at any time may request Contractor in writing to permit the Owner to use any such part of the Work which the Owner believes to be ready for its intended use and substantially complete. If Contractor agrees that such part of the Work is substantially complete, Contractor will certify to Owner, Owner's Representative, and Engineer that such part of the Work is substantially complete and request Owner's Representative to issue a certificate of Substantial Completion for that part of the Work. Contractor at any time may notify Owner, Owner's Representative, and Engineer in writing that Contractor considers any such part of the Work ready for its intended use and substantially complete and request Owner's Representative to issue a certificate of Substantial Completion for that part of the Work. Within a reasonable time after either such request, Owner, Contractor, Owner's Representative, and Engineer shall make an inspection of that part of the Work to determine its status of completion. If Engineer does not consider that part of the Work to be substantially complete, Engineer will notify Owner, Owner's Representative, and Contractor in writing giving the reasons, therefore. If Engineer considers that part of the Work to be substantially complete, the provisions of the articles for Substantial Completion and Partial Utilization will apply with respect to certification of Substantial Completion of that part of the Work and the division of responsibility in respect thereof and access thereto. 14.5. FINAL INSPECTION Upon written notice from Contractor that the entire Work or an agreed portion thereof is complete, Owner's Representative will make a final inspection with Engineer, Owner and Contractor and will within thirty (30) days notify Contractor in writing of particulars in which this inspection reveals that the Work is incomplete or defective. The Owner's Representative will produce a final punch list, deliver it to the Contractor within five (5) days of completion and assign a date for this work to be completed not Tess than thirty (30) days from delivery of the list. Failure to include any corrective work or pending items does not alter the responsibility of the Contractor to complete all the construction services purchased pursuant to the contract. Contractor shall immediately take such measures as are necessary to complete such Work or remedy such deficiencies. 14.6. FINAL APPLICATION FOR PAYMENT v. 7.2024 41 After Contractor has completed all such corrections to the satisfaction of Owner's Representative and has delivered in accordance with the Contract Documents all maintenance and operating instructions, As -Built, schedules, guarantees, Bonds, certificates or other evidence of insurance required by the paragraph for Bonds and Insurance, certificates of inspection, Inspector overtime reimbursement as required in the Contract Documents and other documents, Contractor may make application for final payment following the procedure for progress payments. The final Application for Payment shall be accompanied (except as previously delivered) by: (i) all documentation called for in the Contract Documents, including but not limited to the evidence of insurance required by paragraph for Bonds and Insurance, and (ii) executed consent of the surety to final payment using the form contained in Section V of the Contract Documents. Prior to application for final payment, Contractor shall clean and remove from the premises all surplus and discarded materials, rubbish, and temporary structures, and shall restore in an acceptable manner all property, both public and private, which has been damaged during the prosecution of the Work and shall leave the Work in a neat and presentable condition. 14.7. FINAL PAYMENT AND ACCEPTANCE If through no fault of Contractor, final completion of the Work is significantly delayed and if Owner's Representative so confirms, the Owner shall, upon receipt of Contractor's final Application for payment and recommendation of Owner's Representative, and without terminating the Agreement, make payment of the balance due for that portion of the Work fully completed and accepted. If the remaining balance to be held by the Owner for Work not fully completed or corrected is less than the retainage stipulated in the Agreement, and if Bonds have been furnished as required in paragraph for Bonds and Insurance, the written consent of the surety to the payment of the balance due for that portion of the Work fully completed and accepted shall be submitted by Contractor to Owner's Representative with the Application for such payment. Such payment shall be made under the terms and conditions governing final payment, except that such payment shall not constitute a waiver of claims. If on the basis of Owner Representative's observation of the Work during construction and final inspection, and Owner Representative's review of the final Application for Payment and accompanying documentation, all as required by the Contract Documents, Owner's Representative is satisfied that the Work has been completed and Contractor's other obligations under the Contract Documents have been fulfilled, Owner's Representative will indicate in writing his recommendation of payment and present the Application to Owner for payment. Thereupon, Owner's Representative will give written notice to Owner and Contractor that the Work is acceptable subject to the provisions of this article. Otherwise, Owner's Representative will return the Application to Contractor, indicating in writing the reasons for refusing to recommend final payment, in which case Contractor shall make the necessary corrections and resubmit the Application. If the Application and accompanying documentation are appropriate as to form and substance, the Owner shall, within twenty (20) days after receipt thereof pay Contractor the amount recommended by Owner's Representative. 14.8. WAIVER OF CLAIMS The making and acceptance of final payment will constitute: a waiver of all claims by the Owner against Contractor, except claims arising from unsettled Liens, from defective Work appearing after final inspection, from failure to comply with the Contract Documents or the terms of any special guarantees specified therein, or from Contractor's continuing obligations under the Contract Documents; and a waiver of all claims by Contractor against the Owner other than those previously made in writing and still unsettled. 15. SUSPENSION OF WORK AND TERMINATION 15.1. OWNER MAY SUSPEND THE WORK At any time and without cause, Owner's Representative may suspend the Work or any portion thereof for a period of not more than ninety (90) days by notice in writing to Contractor, which will fix the date on which Work will be resumed. Contractor shall resume the Work on the date so fixed. Contractor shall be allowed v. 7.2024 42 • • • • • • an adjustment in the Contract Price or an extension of the Contract Times, or both, directly attributable to any such suspension if Contractor makes an approved claim therefore as provided in the articles for Change of Contract Price and Change of Contract Time. 15.2. OWNER MAY TERMINATE Upon the occurrence of any one or more of the following events: • Contractor persistently fails to perform the work in accordance with the Contract Documents (including, but not limited to, failure to supply sufficient skilled workers or suitable materials or equipment or failure to adhere to the progress schedule as adjusted from time to time); • Contractor disregards Laws and Regulations of any public body having jurisdiction; • Contractor violates Article 6.7.1 of this Section III; • Contractor disregards the authority of Owner's Representative; • Contractor otherwise violates in any substantial way any provisions of the Contract Documents; or if the Work to be done under this Contract is abandoned, or if this Contract or any part thereof is sublet, without the previous written consent of the Owner, or if the Contract or any claim thereunder is assigned by Contractor otherwise than as herein specified, or at any time Owner's Representative certifies in writing to the Owner that the rate of progress of the Work or any part thereof is unsatisfactory or that the work or any part thereof is unnecessarily or unreasonably delayed; • Lack of funding. The City's performance and obligation to pay under this Contract is contingent upon an annual appropriation by the Clearwater City Council. The Owner may, after giving Contractor (and the surety, if any), seven days' written notice and, to the extent permitted by Laws and Regulations, terminate the services of Contractor, exclude Contractor from the site, incorporate in the Work all materials and equipment stored at the site or for which the Owner has paid Contractor but which are stored elsewhere, and finish the Work as the Owner may deem expedient. In such case Contractor shall not be entitled to receive any further payment until the Work is finished. If the unpaid balance of the Contract Price exceeds all claims, costs, losses, and damages sustained by the Owner arising out of or resulting from completing the Work such excess will be paid to Contractor. If such claims, costs, losses, and damages exceed such unpaid balance, Contractor shall pay the difference to the Owner. Such claims, costs, losses and damages incurred by the Owner will be reviewed by Owner's Representative as to their reasonableness and when so approved by Owner's Representative incorporated in a Change Order, provided that when exercising any rights or remedies under this paragraph the Owner shall not be required to obtain the lowest price for the Work performed. Where Contractor's services have been so terminated by the Owner, the termination will not affect any rights or remedies of the Owner against Contractor then existing or which may thereafter accrue. Any retention or payment of moneys due Contractor by the Owner will not release Contractor from liability. Upon seven (7) days' written notice to Contractor and Owner's Representative, the Owner may, without cause and without prejudice to any other right or remedy of the Owner, elect to terminate the Agreement. In such case, Contractor shall be paid (without duplication of any items): • for completed and acceptable Work executed in accordance with the Contract Documents prior to the effective date of termination, including fair and reasonable sums for overhead and profit on such Work; v. 7.2024 43 • for expenses sustained prior to the effective date of termination in performing services and furnishing labor, materials or equipment as required by the Contract Documents in connection with uncompleted Work, plus fair and reasonable sums for overhead and profit on such expenses; • for all claims, costs, losses and damages incurred in settlement of terminated contracts with Subcontractors, Suppliers and others; • and for reasonable expenses directly attributable to termination. Contractor shall not be paid on account of Toss of anticipated profits or revenue or other economic Toss arising out of or resulting from such termination. 15.3. CONTRACTOR MAY STOP WORK OR TERMINATE If, through no act or fault of Contractor, the Work is suspended for a period of more than ninety (90) days by the Owner or under an order of court or other public authority, or the Owner's Representative fails to act on any Application for Payment within thirty (30) days after it is submitted or the Owner fails for thirty (30) days to pay Contractor any sum finally determined to be due, then Contractor may, upon seven (7) days' written notice to the Owner and Owner's Representative, and provided the Owner or Owner's Representative does not remedy such suspension or failure within that time, terminate the Agreement and recover from the Owner payment on the same terms as provided in the article for the Owner May Terminate. However, if the Work is suspended under an order of court through no fault of Owner, the Contractor shall not be entitled to payment except as the Court may direct. In lieu of terminating the Agreement and without prejudice to any other right or remedy, if Owner's Representative has failed to act on an Application for Payment within thirty (30) days after it is submitted, or the Owner has failed for thirty (30) days to pay Contractor any sum finally determined to be due, Contractor may upon seven (7) days' written notice to the Owner and Owner's Representative stop the Work until payment of all such amounts due Contractor. The provisions of this article are not intended to preclude Contractor from making claim under paragraphs for Change of Contract Price or Change of Contract Time or otherwise for expenses or damage directly attributable to Contractor's stopping Work as permitted by this article. 16. DISPUTE RESOLUTION If and to the extent that the Owner and Contractor have agreed on the method and procedure for resolving disputes between them that may arise under this Agreement, such dispute resolution method and procedure will proceed. If no such agreement on the method and procedure for resolving such disputes has been reached, subject to the provisions of the article for Decisions on Disputes, the Owner and Contractor may exercise such rights or remedies as either may otherwise have under the Contract Documents or by Laws or Regulations in respect of any dispute provided, however, that nothing herein shall require a dispute to be submitted to binding arbitration. 17. MISCELLANEOUS 17.1. SUBMITTAL AND DOCUMENT FORMS The form of all submittals, notices, change orders, pay applications, logs, schedules and other documents permitted or required to be used or transmitted under the Contract Documents shall be determined by the Owner's Representative subject to the approval of Owner. 17.2. GIVING NOTICE Whenever any provision of the Contract Documents requires the giving of written notice, notice will be deemed to have been validly given if delivered in person to the individual or to a member of the firm or to v. 7.2024 44 • • • • an officer of the corporation for whom it is intended, or if delivered or sent by registered or certified mail, postage prepaid, to the last business address known to the giver of the notice. 17.3. NOTICE OF CLAIM Should the Owner or Contractor suffer injury or damage to person or property because of any error, omission or any act of the other party or of any of the other party's officers, employees or agents or others for whose acts the other party is legally liable, claim will be made in writing to the other party within a reasonable time of the first observance of such injury or damage. The provisions of this paragraph shall not be construed as a substitute for or a waiver of the provisions of any applicable statute of limitations or repose. 17.4. PROFESSIONAL FEES AND COURT COSTS INCLUDED Whenever reference is made to "claims, costs, losses and damages," the phrase shall include in each case, but not be limited to, all fees and charges of engineers, architects, attorneys and other professionals and all court or other dispute resolution costs. 17.5. ASSIGNMENT OF CONTRACT The Contractor shall not assign this contract or any part thereof or any rights thereunder without the approval of Owner, nor without the consent of surety unless the surety has waived its rights to notice of assignment. 17.6. RENEWAL OPTION Annual Contracts issued through the Engineering Department may be renewed for up to three (3) years, upon mutual consent of both the Owner and the ContractorNendor. All terms, conditions and unit prices shall remain constant unless otherwise specified in the contract specifications or in the Invitation to bid. Renewals shall be made at the sole discretion of the Owner and must be agreed to in writing by both parties. All renewals are contingent upon the availability of funds, and the satisfactory performance of the Contractor as determined by the Construction Department. 17.7. ROLL -OFF CONTAINERS AND/OR DUMPSTERS All City construction projects shall utilize City of Clearwater Solid Waste roll -off containers and/or dumpsters for their disposal and hauling needs. For availability or pricing contact City of Clearwater, Solid Waste Department, by phone: (727) 562-4929. 18. ORDER AND LOCATION OF THE WORK The City reserves the right to accept and use any portion of the work whenever it is considered to the public interest to do so. The Engineer shall have the power to direct on what line or street the Contractor shall work and order thereof. 19. MATERIAL USED All material incorporated into the final work shall be new material unless otherwise approved by the Engineer. If requested by the Engineer, the Contractor shall furnish purchase receipts of all materials. 20. CONFLICT BETWEEN PLANS AND SPECIFICATIONS The various Contract Documents shall be given precedence, in case of conflict, error or discrepancy, as follows: Modifications, Contract Agreement, Addenda, Supplementary General Conditions, General Conditions, Supplementary Technical Specifications and Technical Specifications. In a series of Modifications or Addenda the latest will govern. In the case of an inconsistency between Drawings and v. 7.2024 45 Specifications or within either Document not clarified by addendum, the better quality, more stringent or greater quantity of Work shall be provided in accordance with the Engineer/Architect's interpretation. 21. OWNER DIRECT PURCHASE (ODP) 21.1. SALES TAX SAVINGS The Owner reserves the right to purchase certain portions of the materials or equipment for the Project directly in order to save applicable sales tax in compliance with Florida Law since owner is exempt from the payment of sales tax. The contract price includes Florida sales and other applicable taxes for materials, supplies, and equipment which will be a part of the Contractor's Work. Owner -purchasing of construction materials or equipment, if selected, will be administered on a deductive Change Order basis. The contract price shall be reduced by the actual cost of the materials or equipment purchased by owner plus the normally applicable sales tax, even if the actual cost is in excess of the cost for the materials or equipment as -bid by the Contractor. For purposes of calculating Engineering Fees, Contractor Fees, Architects' Fees, and any other amounts that are based on the contract amount, however, the original, as -bid contract amount shall be used. Direct purchase shall be considered for single items or materials that exceed $10,000 in value and/or items identified in Section V, Bidders Proposal. The Contractor shall provide the Owner an ODP Summary of all intended suppliers, vendors, equipment, and materials for consideration as ODP materials or equipment (refer to ODP Instructions in Contract Appendix). 21.2. TITLE AND OWNER RISK Owner will issue Purchase Orders and provide a copy of Owner's Florida Consumer Certification of Tax Exemption and Certificate of Entitlement directly to the Vendor for ODP materials or equipment. Invoices for ODP materials or equipment shall be issued to the Owner, and a copy sent to the Contractor. Notwithstanding the transfer of ODP materials or equipment by the Owner to the Contractor's possession, the Owner shall retain legal and equitable title to any and all ODP materials or equipment; therefore, the owner assumes the risk of damage or loss at the time of purchase or delivery of items, unless material is damaged as the result of negligence by the Contractor. 21.3. CONTRACTOR'S RECEIPT OF MATERIALS The Contractor shall be fully responsible for all matters relating to the receipt of materials or equipment furnished to the Owner including, but not limited to, verifying correct quantities, verifying documents of orders in a timely manner, coordinating purchases, providing and obtaining all warranties and guarantees required by the Contract Documents, and inspection and acceptance of the goods at the time of delivery. The Owner shall coordinate with Contractor and Vendor delivery schedules, sequence of delivery, loading orientation, and other arrangements normally required by the Contractor for the particular materials or equipment furnished. The Contractor shall provide all services required for the unloading and handling of materials or equipment. The Contractor agrees to indemnify and hold harmless the Owner from any and all claims of whatever nature resulting from non-payment of goods to suppliers arising from the action of the Contractor. As ODP materials or equipment are delivered to the job site, the Contractor shall visually inspect all shipments from the suppliers and approve the vendor's invoice for items delivered. The Contractor shall assure that each delivery of ODP materials or equipment is accompanied by documentation adequate to identify the Purchase Order against which the purchase is made. This documentation may consist of a delivery ticket and/or an invoice from the supplier conforming to the Purchase Order together with such additional information as the Owner may require. The Contractor will then forward an electronic copy of the invoice and supporting documentation to the Owner for payment within fourteen (14) calendar days of receipt of said goods or materials. Such payment shall be directly from public funds, from Owner to Vendor. v. 7.2024 46 • • • • The Contractor shall insure that ODP materials or equipment conform to the Specifications and determine prior to acceptance of goods at time of delivery if such materials or equipment are patently defective, and whether such materials or equipment are identical to the materials or equipment ordered and match the description on the bill of lading. If the Contractor discovers defective or non -conformities in ODP materials or equipment upon such visual inspection, the Contractor shall not utilize such nonconforming or defective materials or equipment in the Contractor's Work and instead shall properly notify the Owner of the defective or nonconforming condition so that repair or replacement of those materials or equipment can occur without undue delay or interruption to the Project. If the Contractor fails to perform such inspection and otherwise incorporates into the Contractor's Work such defective or nonconforming ODP materials or equipment, the condition of which it either knew or should have known by performance of an inspection, Contractor shall be responsible for all damages to the Owner, resulting from Contractor's incorporation of such materials or equipment into the Project, including liquidated damages. 21.4. ODP RECORDS, WARRANTIES, AND INDEMNIFICATION The Contractor shall maintain records of all ODP materials or equipment it incorporates into Contractor's Work from the stock of ODP materials or equipment in its possession. The Contractor shall account monthly to the Owner for any ODP materials or equipment delivered into the Contractor's possession, indicating portions of all such materials or equipment which have been incorporated in the Contractor's Work. The Contractor shall be responsible for obtaining and managing all warranties and guarantees for all materials, equipment and products as required by the Contract Documents. All repair, maintenance, or damage -repair calls shall be forwarded to the Contractor for resolution with the appropriate supplier, vendor, or Subcontractor. The Owner shall indemnify and hold Contractor harmless from any sales tax (and interest and penalties incurred in connection therewith) in the event there is a final determination that purchases made by Owner, which Owner treats as being exempt from sales tax, are subject to sales tax. "Final determination" shall mean an assessment by the Department of Revenue that is no longer subject to protest, or a determination of a court having jurisdiction over such matters that is final and not subject to appeal. Contractor agrees to promptly notify owner of any audit, assessment, proposed assessment or notice of deficiency issued with regard to the Project and relating to ODP materials or equipment. ODP Purchase Orders must be closed out prior to closing out the contract/Contractor Purchase Order. If material costs needed for project exceed the ODP Purchase Order amount, the ODP Purchase Order will not be increased. Amounts in excess of the ODP Purchase Order will be paid for by the Contractor. 22. RESIDENT NOTIFICATION OF START OF CONSTRUCTION 22.1. GENERAL The Contractor shall notify all residents along the construction route or within a 500 -foot radius, unless stated otherwise in the Contract Documents, with a printed door hanger notice indicating the following information about the proposed construction work and the Contractor performing the work: City seal or logo; the scheduled date for the start of construction; the type of construction; general sequence and scheduling of construction events; possibility of water service disruption and/or colored water due to construction efforts; Contractor's name, the Superintendent's name, Contractor address and telephone number; Contractor's company logo (optional); requirement for residents to remove landscaping and/or other private appurtenances which are in conflict with the proposed construction; and other language as appropriate to the scope of Contract work. Sample door hanger including proposed language shall be approved by the City prior to the start of construction. Notification shall be printed on brightly colored and durable card stock and shall be a minimum of 4-14 by 11 inches in size. Notification (door hanger) shall be posted to residences and businesses directly affected by the Contractor's activities no later than seven (7) days prior to the start of construction activity. Directly affected by the Contractor's activities shall mean all Contractor operations including staging areas, equipment and material storage, principal access routes across private property, v. 7.2024 47 etc. Contractor cannot start without proper seven (7) day notice period to residents. Contractor is required to maintain sufficient staff to answer citizen inquiries during normal business hours and to maintain appropriate message recording equipment to receive citizen inquires after business hours. Resident notification by the Contractor is a non-specific pay item to be included in the bid items provided in the contract proposal. 22.2. EXAMPLE BRIGHT B UL BAY TO BEACH NOTICE OF CONSTRUCTION TODAY'S DATE: / / PLEASE EXCUSE US FOR ANY INCONVENIENCE We are the construction contractor performing the (state project name) for the City of Clearwater in your area. The work will be performed in the public right-of-way adjacent to your property. This notice is placed a minimum of seven (7) days in advance of construction to notify property owners of the pending start of construction. (Brief description of the construction process to be expected by the property owners) The construction process may necessitate the removal of certain items from the right-of-way. Typical items such as sprinklers, grass, and postal approved mailboxes will be replaced by the contractor within a reasonably short period of time. The replacement of driveways and sidewalks will be made using standard asphalt or concrete materials. The property owner is responsible for the expense and coordination to replace driveways and sidewalks which have customized colors, textures and/or materials. Small trees, shrubs, landscaping materials, unauthorized mailboxes or structures within the right-of-way which must be removed due to the construction process will not be replaced. The property owner is responsible to relocate any such items which the property owner wishes to save prior to the start of construction. Vehicles parked on the streets or within the right-of-way may be required to be placed elsewhere. v. 7.2024 48 • • • • We are available to answer any questions you may have regarding the construction process or any particular item that must be relocated. Please contact our Construction Manager at (727) . We will be more than happy to assist you. Construction is anticipated to begin on: Company Name Company Address Contractor Phone Number 23. PROJECT INFORMATION SIGNS 23.1. SCOPE AND PURPOSE The Owner desires to inform the general public on the Owner's use and expenditure of public funding for general capital improvement and maintenance projects. To help accomplish this purpose, the Contractor is required to prepare and display public project information signs during the full course of the contract period. These signs will be displayed at all location(s) of active work. Payment to Contractor for the preparation, installation and management of project sign(s) shall be included in the cost of the work. The number of and type of signs will be stated in SECTION IV, SCOPE OF WORK. 23.2. PROJECT SIGN, FIXED OR PORTABLE Sign type shall be "fixed" on stationary projects and "portable" on projects which have extended locations or various locations. The particular wording to be used on the signs will be determined after contract award has been approved. Contractor will be provided the wording to be used on sign at the preconstruction conference. 23.3. FIXED SIGN Fixed sign shall be 4 -foot by 6 -foot (4'x6') in size. Sign material shall be Aluminum DIBOND or exterior grade plywood with a minimum thickness of 1/2 -inches painted white on both sides with exterior rated paint. Sign shall be attached to a minimum of two (2) 4 -inch by 4 -inch (3W'x3%") below grade pressure treated (P.T.) wooden posts and braced as necessary for high winds. Posts shall be long enough to provide secure anchoring in the ground. Bottom of sign must be a minimum of 24 -inches above the ground. Alternate mounting system or attachment to fencing or other fixed structure can be considered for approval. 23.4. PORTABLE SIGNS Portable sign shall be a minimum of 24 -inches by 30 -inches (24"x30") in size and will be attached to a standard sized portable traffic barricade. Sign material shall be aluminum, 0.080 -inches or thicker, background of white reflective sheeting, and shall be silkscreen or vinyl lettering. Portable sign shall be two signs located and attached to each side of the traffic barricade. 23.5. SIGN COLORING Background shall be white. Project Descriptive Name shall be in blue lettering. All other lettering shall be black. Basic lettering on sign shall be in all capital letters, of size proportional to the sign itself. Each sign shall depict the City's logo. The Project Manager/City Representative shall provide the appropriate electronic logo file(s) to the Contractor. 23.6. SIGN PLACEMENT Signs shall be placed where they are readily visible by the general public which pass by the project site. Signs are not to be placed where they may become a hazard or impediment to either pedestrian or vehicular traffic. For construction projects outside of the Owner's right-of-way, the signs will be placed on the project v. 7.2024 49 site. For projects constructed inside of the Owner's right-of-way, the signs will be placed in the right-of-way. Portable signs are to be moved to the locations of active work on the project. Multiple portable signs will be necessary where work is ongoing in several locations at the same time. Fixed signs are to be placed at the start of construction and will remain in place until the request for final payment. 23.7. SIGN MAINTENANCE The Contractor is responsible for preparation, installation, movement, maintenance, replacement, removal, and disposal of all project signs during the full course of the contract period. The Contractor will place and secure portable signs from dislocation by wind or other actions. Signs are to be cleaned as necessary to maintain legibility and immediately replaced if defaced. 23.8. TYPICAL PROJECT SIGN v. 7.2024 50 • • • • rn PROJ PROJE DEPART T-,, CONTRACTOR: i COMPLETION DATE: FUNDING: OWNER'S REPRESS ninimum height If Project Sion Details: Font Type: Franklin Font Colors: Blue - Pantone 3015 and Black. Gothic Medium, 24. AWARD OF CONTRACT, WORK SCHEDULE AND GUARANTEE (ALL CAPS) • It will be required that the work will commence not later than five (5) calendar days after the Engineer gives written Notice to Proceed (NTP), which notice shall be given as outlined in Article 2 of these General Conditions. It is further required that all work within this contract be completed within the indicated number of consecutive calendar days as determined in Section IV, Scope of Work. Contract Time to commence at start date noted on the Notice to Proceed. If the Contractor fails to complete the work within the stipulated time, the City will retain the amount stated in the Contract, per calendar day, for each day that the contract remains incomplete. The work shall be discontinued on Saturdays, Sundays, and approved Holidays. If it becomes necessary for the Contractor to perform work on Saturdays, Sundays, and approved City of Clearwater Employee Holidays, that in the opinion of the Engineer, will require the presence of Inspectors, the Contractor shall pay the City of Clearwater, Florida, the amount of Four Hundred Eighty Dollars ($480.00) per each eight-hour (8) day for each Inspector given such assignment. The Contractor shall remedy any defects in the work at his own expense and pay for any damage to other work resulting therefrom which appear within a period of one (1) year from the date of final acceptance. 25. SCRUTINIZED COMPANIES AND BUSINESS OPERATIONS WITH CUBA AND SYRIA CERTIFICATION FORM AND ISRAEL CERTIFICATION FORM Pursuant to Section 287.135, Florida Statutes, any vendor, company, individual, principal, subsidiary, affiliate, or owner on the Scrutinized Companies with Activities in Sudan List, the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or is engaged in business operations in Cuba or Syria, is ineligible for, and may not bid on, submit a proposal for, or enter into or renew a contract with the City of Clearwater for goods or services for an amount equal to or greater than one million ($1,000,000.00) dollars. Any vendor, company, individual, principal, subsidiary, affiliate, or owner on the Scrutinized Companies that Boycott Israel List, or is engaged in a boycott of Israel, is ineligible for, and may not bid on, submit a proposal for, or enter into or renew a contract with the City of Clearwater for goods or services for ANY amount. Each entity submitting a bid, proposal, or response to a solicitation must certify to the City of Clearwater that it is not on the aforementioned lists, or engaged in business operations in Cuba or Syria, or engaged in a boycott of Israel at the time of submitting a bid, proposal or response, in accordance with Section 287.135, Florida Statutes. Business Operations means, for purposes specifically related to Cuba or Syria, engaging in commerce in any form in Cuba or Syria, including, but not limited to, acquiring, developing, maintaining, owning, selling, possessing, leasing or operating equipment, facilities, personnel, products, services, personal property, real property, military equipment, or any other apparatus of business or commerce. 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. The certification forms (the Certification) are attached hereto, and must be submitted, along with all other relevant contract documents, at the time of submitting a bid, proposal, or response. Failure to provide the Certification may deem the entity's submittal non-responsive. If the City of Clearwater determines that an entity has submitted a false certification form, been placed on the Scrutinized Companies with Activities in v. 7.2024 52 • • • • • Sudan List or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List or the Scrutinized Companies that Boycott Israel List, or engaged in business operations in Cuba or Syria, or engaged in a boycott of Israel, then the contract may be terminated at the option of the City of Clearwater. Other than the submission of a false certification, the City of Clearwater, on a case-by-case basis and in its sole discretion, may allow a company to bid on, submit a proposal for, or enter into or renew a contract for goods or services, if the conditions set forth in Section 287.135, Florida Statutes, apply. The City retains the right to pursue civil penalties and any other applicable rights and remedies as provided by law for the false submission of the attached certification forms. See Section V of the Contract for Certification Forms to be executed and submitted with the Bid/Proposal Form. TECHNICAL SPECIFICATIONS 3.1 SCOPE OF WORK Project Name: Sidewalks Project Number: 25 -0001 -EN Scope of Work: The work proposed in this contract involves the concrete construction of existing & new sidewalks, ADA curb ramps, driveway aprons and curb improvements within the City of Clearwater as listed herein and shown on the engineering maps prepared by the City of Clearwater Engineering Department, (see Section IV -A). A summary of proposed improvements are as follows: 1. Construction of approximately 55,200 S.F. of 6" thick concrete sidewalk. 2. Construction of approximately 2,000 S.F. of 4" thick concrete sidewalk. 3. Construction of approximately 160 ADA curb ramps. 4. Construction of approximately 700 S.F. of driveway aprons. 5. Construction of 3,300 L.F. of several types of curb and 1,000 SY stabilized subgrade at various locations. The intent of this bid is to obtain competitive prices to establish an annual [maintenance] contract for on- call [as -needed] services. All quantities are estimates only and the city of Clearwater (city) is not obligated to purchase any minimum or maximum amount during the life of the contract. All of the work is to be administered per Section III, Section 11.3, Unit Price Work, of the Contract Documents. The city reserves the right to increase funds during the contract term if work exceeds original estimates, subject to required authorizations. Beyond the initial one-year term, the city reserves the right to renew the contract for up to four (4) years 3.2 Section V - Contract Documents Section V - Contract Documents can be found on the City's website at: https://www.myclearwater.com/Business-Development/Doinq-Business-with-the-City/Enqineering- Construction-Bid-Information/Contract-Specifications v. 7.2024 TECHNICAL SPECIFICATIONS 53 101. FIELD ENGINEERING 101-1. LINE AND GRADE PERFORMED BY THE CONTRACTOR Unless otherwise specified, the Contractor shall provide and pay for field engineering service required for the project. Such work shall include survey work to establish lines and levels and to locate and lay out site improvements, structures, and controlling lines and levels required for the construction of the work. Also included are such Engineering services as are specified or required to execute the Contractor's construction methods. Engineers and Surveyors shall be licensed professionals under the laws of the State of Florida. The Contractor shall provide three (3) complete sets of As -Built Surveys to the Engineer prior to final payment being made as outlined in Section III (General Conditions), Section 6.11.2 of these Contract Documents. 101-1.1. GRADES, LINES AND LEVELS Existing basic horizontal and vertical control points for the project are those designated on the Drawings or provided by the city. Control points (for alignment only) shall be established by the Engineer. The Contractor shall locate and protect control points prior to starting site work and shall preserve all permanent reference points during construction. In working near any permanent property corners or reference markers, the Contractor shall use care not to remove or disturb any such markers. In the event that markers must be removed or are disturbed due to the proximity of construction work, the Contractor shall have them referenced and reset by a Professional Land Surveyor licensed in the State of Florida. 101-1.2. LAYOUT DATA The Contractor shall layout the work at the location and to the lines and grades shown on the Drawings. Survey notes indicating the information and measurements used in establishing locations and grades shall be kept in notebooks and furnished to the Engineer with the record drawings for the project. 101-2. LINE AND GRADE PERFORMED BY THE CITY If line and grade is supplied by the city, at the completion of all work the Contractor shall be responsible to have furnished to the project inspector a replacement of the wooden lath and stakes used in the construction of this project. Excessive stake replacement caused by negligence of Contractor's forces, after initial line and grade have been set, as determined by the City Engineer, will be charged to the Contractor at the rate of $200.00 per hour. Time shall be computed for actual time on the project. All time shall be computed in one-hour increments. Minimum charge is $200.00. The Contractor shall provide three (3) complete sets of As -built Surveys to the Engineer prior to final payment being made as outlined in Section III (General Conditions), Section 6.11.2 of these Contract Documents. 102. DEFINITION OF TERMS For the Purpose of these Technical Specifications, the Definition of Terms from Section III, Article 1 — Definitions of these Contract Documents shall apply. For the purpose of the Estimated Quantities, the Contractor's attention is called to the fact that the estimate of quantities as shown on the Proposal is approximate and is given only as a basis of calculation upon which the award of the contract is to be made. The city does not assume any responsibility that the final quantities will remain in strict accordance with estimated quantities nor shall the Contractor plead misunderstandings or deception because of such estimate of quantities or of the character or location of the work or of other conditions or situations pertaining thereto. The basis of payment for work and materials will be the actual amount of work done and materials furnished. Contractor agrees that they will make no claim for damages, anticipated profits, or otherwise on account of any difference between the amounts of work performed and materials actually furnished and the estimated amounts thereof. v. 7.2024 54 • • • • • • 102-1. REFERENCE STANDARDS Reference to the standards of any technical society, organization, or associate, or to codes of local or state authorities, shall mean the latest standard, code, specification, or tentative standard adopted and published at the date of receipt of bids, unless specifically stated otherwise. The most stringent specification prevails in the case where more than one specification is referenced for the same task. Contractor shall utilize applicable Florida Department of Transportation (FDOT) Standards and Specifications for tasks that are not covered by city's Standards and Specifications. 103. STREET CROSSINGS, ETC. At such crossings, and other points as may be directed by the Engineer, trenches shall be bridged in an open and secure manner, so as to prevent any serious interruption of travel upon the roadway or sidewalk, and also to afford necessary access to public or private premises. The material used, and the mode of constructing said bridges, and the approaches, thereto, must be satisfactory to the Engineer. The cost of all such work must be included in the cost of the trench excavation. 104. AUDIO/VIDEO RECORDING OF WORK AREAS 104-1. CONTRACTOR TO PREPARE AUDIO/VIDEO RECORDING Prior to commencing work, the Contractor shall have a continuous color audio/video recording taken along the entire length of the Project including all affected project areas. Streets, easements, rights-of-way, lots or construction sites within the Project must be recorded to serve as a record of pre -construction conditions. 104-2. SCHEDULING OF AUDIONIDEO RECORDING The video recordings shall not be made more than twenty-one (21) days prior to construction in any area. 104-3. PROFESSIONAL VIDEOGRAPHERS The Contractor shall engage the services of a professional videographer. The color audio/video recording shall be prepared by a responsible commercial firm known to be skilled and regularly engaged in the business of pre -construction color audio/video recording documentation. Use of drones must be in accordance with Federal Aviation Administration (FAA) regulations. 104-4. EQUIPMENT All equipment, accessories, materials, and labor to perform this service shall be furnished by the Contractor. The total audio/video system shall reproduce bright, sharp, clear pictures with accurate colors and shall be free from distortion, tearing, rolls or any other form of imperfection. The audio portion of the recording shall reproduce the commentary of the camera operator with proper volume, clarity and be free from distortion and interruptions. In some instances, audio/video coverage may be required in areas not accessible by conventional wheeled vehicles. Such coverage shall be obtained by walking. 104-5. RECORDED AUDIO INFORMATION Each recording shall begin with the current date, project name and be followed by the general location, i.e., viewing side and direction of progress. Accompanying the video recording of each video shall be a corresponding and simultaneously recorded audio recording. This audio recording, exclusively containing the commentary of the camera operator or aide, shall assist in viewer orientation and in any needed identification, differentiation, clarification, or objective description of the features being shown in the video portion of the recording. The audio recording shall also be free from any conversations. v. 7.2024 55 104-6. RECORDED VIDEO INFORMATION All video recordings must continuously display transparent digital information to include the date and time of recording. The date information shall contain the month, day, and year. The time information shall contain the hour, minutes, and seconds. Additional information shall be displayed periodically. Such information shall include, but not be limited to, project name, contract number, direction of travel and the viewing side. This transparent information shall appear on the extreme upper left hand third of the screen. Camera pan, tilt, zoom -in and zoom out rates shall be sufficiently controlled such that recorded objects will be clearly viewed during video playback. In addition, all other camera and recording system controls, such as lens focus and aperture, video level, pedestal, chrome, white balance, and electrical focus shall be properly controlled or adjusted to maximize picture quality. 104-7. VIEWER ORIENTATION The audio and video portions of the recording shall maintain viewer orientation. To this end, overall establishing views of all visible house and business addresses shall be utilized. In areas where the proposed construction location will not be readily apparent to the video viewer, highly visible yellow flags shall be placed by the Contractor in such a fashion as to clearly indicate the proposed centerline of construction. When conventional wheeled vehicles are used as conveyances for the recording system, the vertical distance between the camera lens and the ground shall not exceed ten feet (10'). The camera shall be firmly mounted such that transport of the camera during the recording process will not cause an unsteady picture. 104-8. LIGHTING All recording shall be done during time of good visibility. No videoing shall be done during precipitation, mist, or fog. The recording shall only be done when sufficient light is present to properly illuminate the subjects of recording and to produce bright, sharp video recordings of those subjects. 104-9. SPEED OF TRAVEL The average rate of travel during a particular segment of coverage shall be directly proportional to the number, size, and value of the surface features within the construction area's zone of influence. The rate of speed in the general direction of travel used during videoing shall not exceed forty-four (44) feet per minute. 104-10. VIDEO LOG/INDEX All videos shall be permanently labeled and shall be properly identified by video number and project title. Each video shall have a log of that video's contents. The log shall describe the various segments of coverage contained on the video in terms of the names of the streets or location of easements, coverage beginning and end, directions of coverage, video unit counter numbers, engineering survey or coordinate values (if reasonably available) and the date. 104-11. AREA OF COVERAGE Video coverage shall include all surface features located within the zone of influence of construction supported by appropriate audio coverage. Such coverage shall include, but not be limited to, existing driveways, sidewalks, curbs, pavements, drainage system features, mailboxes, landscaping, culverts, fences, signs, Contractor staging areas, adjacent structures, etc., within the area covered by the project. Of particular concern shall be the existence of any faults, fractures, or defects. Taped coverage shall be limited to one side of the Site, street, easement or right of way at any one time. 104-12. COSTS OF VIDEO SERVICES v. 7.2024 56 • • • • • • The cost to complete the requirements under this section shall be included in the contract items provided in the proposal sheet. There is no separate pay item for this work. 105. STREET SIGNS The removal, covering or relocation of street signs by the Contractor is prohibited. All street signs shall be removed, covered, or relocated by the city's Traffic Engineering Division in accordance with Sections 700, 994, 995, and 996 of FDOT's Standard Specifications. The Contractor shall notify the city's Traffic Engineering Division a minimum of twenty-four (24) hours in advance of the proposed sign relocation, covering or removal. 106. WORK ZONE TRAFFIC CONTROL 106-1. CONTRACTOR RESPONSIBLE FOR WORK ZONE TRAFFIC CONTROL The Contractor shall be responsible to furnish, operate, maintain and remove all work zone traffic control associated with the Project, including detours, advance warnings, channelization, hazard warnings and any other necessary features, both at the immediate work site and as may be necessary at outlying points. 106-2. WORK ZONE TRAFFIC CONTROL PLAN The Contractor shall prepare a detailed traffic control plan designed to accomplish the level of performance outlined in the Scope of the Work and/or as may be required by construction permits issued by Pinellas County and/or the FDOT for the Project, incorporating the methods and criteria contained in Part VI, Standards and Guides for Traffic Controls for Street and Highway Construction, Maintenance, Utility and Incident Management Operations in the Manual on Uniform Traffic Control Devices published by the U.S. Department of Transportation and adopted as amended by the Florida Department of Transportation, or most recent addition. This plan shall be reviewed and approved by city Engineering Department Traffic Operations personnel regardless if Maintenance of Traffic (MOT) plan details are included in the contract plans. 106-2.1. WORK ZONE SAFETY The general objectives of a program of work zone safety are to protect workers, pedestrians, bicyclists and motorists during construction and maintenance operations. This general objective may be achieved by meeting the following specific objectives: • Provide adequate advance warning and information regarding upcoming work zones. • Provide the driver clear directions to understanding the situation they will be facing as the driver proceeds through or around the work zone. • Reduce the consequences of an out of control vehicle. • Provide safe access and storage for equipment and material. • Promote speedy completion of projects (including thorough cleanup of the site). • Promote use of the appropriate traffic control and protection devices. • Provide safe passageways for pedestrians through, in, and/or around construction or maintenance work zones. "When an existing pedestrian way or bicycle way is located within a traffic control work zone, accommodation must be maintained and provision for the disabled must be provided. Only approved pedestrian longitudinal channelizing devices may be used to delineate a temporary traffic control zone v. 7.2024 57 pedestrian walkway. Advanced notification of sidewalk closures and marked detours shall be provided by appropriate signs." Per the 2014 FDOT Standard Specifications for Road and Bridge Construction or latest revision. FDOT Design Standards (DS): 102-5 Traffic Control, 102-5.1 Standards, are the minimum standards for the use in the development of all traffic control plans (use the latest edition). All traffic control plans must be submitted to the city Engineering Department, Traffic Operations Division for review and approval prior to installation. Contractor shall also provide notification to city Engineering, Traffic Operations Division a minimum of 72 -hours in advance of mobilization. Approved MOT must always be on site and accessible to the city Project Manager and/ or Representative. 106-3. ROADWAY CLOSURE GUIDELINES Roadway types: Major Arterials, Minor Arterials, Local Collectors, and Local Following are typical requirements to be accomplished prior to closure. The number of requirements increases with traffic volume and the importance of access. Road closures affecting business or sole access routes will increase in process requirements as appropriate. For all but local streets, no road or lane closures are allowed without prior approval by the City Engineer or designated Representative (Engineering Traffic Operations Manager). 106-3.1. ALL ROADWAYS Obtain permits for Pinellas County or Florida Department of Transportation roadways. Traffic control devises conform to national and state standards. 106-3.1.1. PUBLIC NOTIFICATION Standard property owner notification prior to start of construction for properties directly affected by the construction process. 106-3.2. MAJOR ARTERIALS, MINOR ARTERIALS, LOCAL COLLECTORS Consult with city Engineering Traffic Operations Division staff for preliminary traffic control options. Develop Formal Traffic Control Plan for Permit Submittal to Regulatory Agency as necessary. 106-3.2.1. PUBLIC NOTIFICATION Message Board Display, Minimum of seven (7) day notice period prior to road closure and potentially longer for larger highway. The message board is to be provided by the Contractor. 106-3.3. MAJOR ARTERIALS, MINOR ARTERIALS 106-3.3.1. PUBLIC NOTIFICATION Releases can be issued as PowerPoint Presentation for C -View System utilizing television monitors. 106-3.4. MAJOR ARTERIALS 106-3.4.1. PUBLIC NOTIFICATION News Releases shall be issued by the city Public Communication Department. The Message Board may need to be displayed for a period longer than seven (7) days. 106-4. APPROVAL OF WORK ZONE TRAFFIC CONTROL PLAN The Contractor is invited and encouraged to confer in advance of bidding, and is required, as a specification of the work, to confer in advance of beginning any work on the Project, with the Traffic Operations Division, Municipal Services Building, 100 South Myrtle Avenue, telephone (727) 562-4747, for the purpose of approval of the Contractor's proposed detailed traffic control plan. All maintenance of traffic (MOT) plans v. 7.2024 58 • • • • • • shall be signed and sealed by a Professional Engineer or an individual who is certified in the preparation of MOT plans in the State of Florida. Contractor is required to submit the MOT preparer's accreditation along with the plan submittal. 106-5. INSPECTION OF WORK ZONE TRAFFIC CONTROL OPERATION The city Engineering Traffic Operations Division may inspect and monitor the traffic control plan and traffic control devices of the Contractor. The city's Construction Inspector assigned to the project may make known requirements for any alterations or adjustments to the traffic control devices. The Contractor shall take direction from the city representative. 106-6. PAYMENT FOR WORK ZONE TRAFFIC CONTROL Payment for work zone traffic control is a non-specific pay item to be included in the construction costs associated with other specific pay items unless specifically stated otherwise. 106-7. CERTIFICATION OF WORK ZONE TRAFFIC CONTROL SUPERVISOR The city may require that the Supervisor or Foreman controlling the work for the Contractor on the Project have a current International Municipal Signal Association, Work Zone Traffic Control Safety Certification or Worksite Traffic Supervisor Certification from the American Traffic Safety Association with additional current Certification from the Florida Department of Transportation. This requirement for Certification will be noted in the Scope of Work and/or sections of these Technical Specifications. When the certified supervisor is required for the Project, the supervisor will be on the Project site at all times while work is being conducted. The Worksite Traffic Supervisor shall be available on a twenty-four (24) hour per day basis and shall review the project on a day-to-day basis as well as being involved in all changes to traffic control. The Worksite Traffic Supervisor shall have access to all equipment and materials needed to maintain traffic control and handle traffic related situations. The Worksite Traffic Supervisor shall ensure that routine deficiencies are corrected within a twenty-four (24) hour period. The Worksite Traffic Supervisor shall be available on the site within 45 minutes after notification of an emergency situation, prepared to positively respond to repair the work zone traffic control or to provide alternate traffic arrangements. Failure of the Worksite Traffic Supervisor to comply with the provisions of this sub section may be grounds for decertification or removal from the project or both. Failure to maintain a designated Worksite Traffic Supervisor or failure to comply with these provisions will result in temporary suspension of all activities except traffic and erosion control and such other activities deemed to be necessary for project maintenance and safety. 107. OVERHEAD ELECTRIC LINE CLEARANCE 107-1. CLEARANCE OPTIONS When working in the vicinity of overhead power lines, the Contractor shall utilize one of the following options: Option 1: Having the power lines de -energized and visibly grounded. Option 2: Maintaining a minimum distance of twenty feet (20') of clearance for voltages up to 350 kV and fifty feet (50') of clearance for voltages more than 350 kV. Option 3: Determine the line voltage and provide clearance in accordance with the following table. 107-2. REQUIRED MINIMUM CLEARANCE DISTANCES v. 7.2024 59 VOLTAGE [nominal, kV, alternating current] MINIMUM CLEARANCE DISTANCE [feet] Up to 50 10 Over 50 to 200 15 Over 200 to 350 20 Over 350 to 500 25 Over 500 to 750 35 Over 750 to 1,000 45 Over 1,000 (as established by the utility owner/operator or registered professional engineer who is a qualified person with respect to electric power transmission and distribution) Note: The value that follows "to" is up to and includes that value. For example, over 50 to 200 means up to and including 200kV. The equipment supplied and installed shall meet the requirements of the National Electric Code and all applicable local codes and regulations 200 SERIES: SITEWORK 201. EXCAVATION FOR UNDERGROUND INFRASTRUCTURE WORK The Contractor is responsible to take all necessary steps to conduct all excavation in a manner which provides for the successful completion of the proposed work while at all times maintaining the safety of the workmen, the general public and both public and private property. The Contractor's methods of work will be consistent with the standard practices and requirements of all appropriate Safety Regulatory Agencies, particularly the Occupational Safety and Health Administration (OSHA) requirements for excavation. Unless otherwise specifically stated in these plans and specifications, the methods of safety control and compliance with regulatory agency safety requirements are the full and complete responsibility of the Contractor. For the purposes of the Contractor's safety planning in the bidding process, the Contractor is to consider all excavation to be done in the performance of this contract to be in soil classified as OSHA "Type C". The Contractor's attention is called to specific requirements of OSHA for excavation shoring, employee entry, location of excavated material adjacent to excavation, the removal of water from the excavation, surface encumbrances and in particular the requirement of a "Competent Person" to control safety operations. The Contractor shall submit to the city if requested prior to the start of work a safety plan for the excavation and work activities. The Contractor will identify their Competent Person to city staff at the start of construction. Clearwater Fire Dept. requires a Trench Permit and site inspection for any depths greater than five feet (5') and any excavation that exceeds twenty feet (20') shall require the submittal of a trench shoring plan prepared by a Professional Engineer actively licensed in the State of Florida. City staff is required from time to time to perform inspections, tests, survey location work, or other similar activity in an excavation prepared by the Contractor. City staff, in conformance with the OSHA Excavation Safety Requirements, is to only enter an excavation in compliance with these OSHA standards. The city's staff reserve the option to refuse entry into the Contractor's excavation if, in the opinion of the city's staff, the entry into the Contractor's excavation is unsafe or does not conform to OSHA requirements. If this v. 7.2024 60 • • • • circumstance occurs, the Contractor must either provide the necessary safety requirements or provide alternate means for the accomplishment of the city's work at the Contractor's expense. The construction quantities, if any, contained in the bid proposal for this contract do not contain sufficient quantities to allow the Contractor to perform excavation work using strictly the "open cut" method whereby no shoring systems are used and trench side slopes are cut to conform to OSHA safety requirements without a shoring system. In addition to safety reasons, the Contractor is required to use excavation and trench -shoring methods in compliance with all safety requirements which allow the Contractor to control the amount of restoration work necessary to complete the project. Not more than four hundred feet (400') of trench shall be opened at one time in advance of the completed work unless written permission is received from the city and/or the Engineer for the distance specified. For pipe installation projects, the trench shall be a minimum of six inches (6") wider on each side than the greatest external horizontal width of the pipe or conduit, including hubs, intended to be laid in them. The bottom of the trench under each pipe joint shall be slightly hollowed, to allow the body of the pipe to rest throughout its length. In case a trench is excavated at any place, except at joints, below the grade of its bottom as given, or directed by the Engineer, the filling and compaction to grade shall be done in such manner as the Engineer shall direct, without additional compensation. 201-1. EXCAVATION, BACKFILLING, AND COMPACTION FOR UNDERGROUND INFRASTRUCTURE 201-1.1. GENERAL Scope of Work: The work included under this Section consists of dewatering, excavating, trenching, sheeting/shoring, grading, backfilling, and compacting those soil materials required for the construction of the structures, piping, ditches, utility structures and appurtenances as shown on the Drawings and specified herein. Definitions: A. Maximum Density: Maximum weight in pounds per cubic foot of a specific material as determined by ASTM D1557. B. Optimum Moisture Content: The optimum moisture content shall be determined by ASTM D 1557 specified to determine the maximum dry density for relative compaction. Field moisture content shall be determined on the basis of the fraction passing the 3/4 -inch sieve. C. Rock Excavation: Excavation of any hard -natural substance which requires the use of special impact tools such as jack hammers, sledges, chisels, or similar devices specifically designed for use in cutting or breaking rock, but exclusive of trench excavating machinery. D. Suitable Soil Materials: Suitable materials for fills shall be a non -cohesive, non -plastic granular local sand and shall be free from vegetation, organic material, marl, silt or muck and shall be classified as A-1, A-3 or A-2-4 in accordance with AASHTO Designation M-145. Not more than 10 percent (%) by weight of fill material shall pass the No. 200 Sieve. The Contractor shall furnish all additional fill material required. E. Unsuitable Soil Materials: Unsuitable materials are classified as A-2-5, A-2-6, A-2-7, A-4, A-5, A- 6, A-7, and A-8 in accordance with AASHTO Designation M-145. Plan for Earthwork: A. The Contractor shall be responsible for having determined to his satisfaction, prior to the submission of his bid, the conformation of the ground, the character and quality of the substrata, v. 7.2024 61 the types and quantities of materials to be encountered, the nature of the groundwater conditions, the prosecution of the work, the general and local conditions and all other matters which can in any way affect the work under this Contract according to the General Conditions. B. Prior to commencing the excavation, the Contractor shall submit a plan of his proposed operations, including maintenance of traffic, to the Engineer and the city for review and approval. The Contractor shall consider, and his plan for excavation shall reflect, the equipment and methods to be employed in the excavation. The prices established in the Proposal for the work to be done will reflect all costs pertaining to the work. No claims for extras based on substrata or groundwater table conditions shall be allowed. Trench Safety: A. All trench excavations which exceed 5 feet in depth shall comply at all times with the applicable trench safety standards as stated in the OSHA excavation safety standards 29 CFR S. 1926.650 Subpart P as regulated and administered by the Florida Department of Labor and Employment Security as the "Florida Trench Safety Act". B. The Contractor shall comply with all of the requirements of the Florida Trench Safety Act. The Contractor shall acknowledge that included in various items of his bid proposal and in the total bid price are costs for complying with the provisions of the Act. Testing: A Certified Testing Laboratory employed by the Contractor shall make such tests as are required to demonstrate compliance with these specifications. The Contractor shall schedule his work to permit a reasonable time for testing before placing succeeding lifts and shall keep the laboratory informed of his progress. All costs for all testing shall be paid by the Contractor. Changed Job Conditions: If, in the opinion of the Engineer or the city Representative, conditions encountered during construction warrant a change in the structure footing elevation, or in the depth of removal of unsuitable material from that indicated in the soils report, an adjustment will be made in the contract price as provided in the General and Special Conditions. Utility Construction Surveys: A. Prior to commencing excavation, backfill or dewatering for utilities, the Contractor shall conduct a survey of those existing structures which, in the opinion of the Engineer, may be subject to settlement or distress resulting from excavation or dewatering operations. B. The Contractor shall monitor the structures surveyed to ascertain evidence of settlement or distress during construction. If settlement or distress becomes evident, the Contractor shall be required to repair the structures to the previous condition to the satisfaction of the Engineer and the city. All costs for repairs shall be paid by the Contractor. Submittals: A. Submit to the Engineer for review the proposed methods of construction, including dewatering, excavation, bedding, filling, compaction, and backfilling for the various portions of the work. Review shall be for method only. The Contractor shall remain responsible for the adequacy and safety of the methods. B. Submit to the Engineer for review and approval the sieve analyses and soil classifications completed by the Geotechnical Engineer hired by the Contractor, for materials to be used for pipe v. 7.2024 62 • • • • • bedding and trench and structural backfill including Structural Fill, Class I and Class II soil materials, Crushed Stone bedding materials and Coarse Sand materials. C. Submit to the Engineer for review, the soil compaction results 201-1.2. mATERIALS General Requirements: A. All fill materials from on and off-site sources shall be subject to the approval of the Engineer and the city. B. All fill material shall be unfrozen and free of organic material, trash, or other objectionable material. Excess or unsuitable material as designated by the Engineer shall be removed from the job site by the Contractor. Common Fill Materials: A. Common fill shall be sand, free of clay, organic material, muck, loam, wood, trash and other objectionable material which may be compressible, or which cannot be compacted properly. It shall not contain stones, rock, concrete or other rubble larger than 1 -1/2 -inches in diameter. It shall have physical properties which allow it to be easily spread and compacted. B. Common fill shall be no more than 10 percent by weight finer than the No. 200 mesh sieve. C. The Contractor shall utilize as much excavated material as possible for reuse as backfill material in accordance with the Contract Drawings and Project Specifications or as directed by the Engineer. D. The Engineer shall direct the Contractor on the type of material allowed in certain sections of the earthwork operations. Structural Fill: Structural fill shall be well graded sand to gravel -sand having the following gradation: U.S. Sieve Size Percent Passing by Weight 1 -inch 100% No. 4 Sieve 75% to 100% No. 40 Sieve 15% to 80% No. 100 Sieve 0 to 30% No. 200 Sieve 0 to 10% Class I Soils*: Manufactured angular, granular material, 1/4 -inch to 1-1/2- inches in size, including materials having significance such as crushed stone or rock, broken coral, crushed slag, cinders, or crushed shells. Sieve analysis for crushed stone is given below separately. A. Crushed Stone: Crushed stone shall consist of clean mineral aggregate free from clay, loam or organic matter conforming with particle size limits as included in Table 201-A below. Unless v. 7.2024 63 approved otherwise by the engineer, crushed stone for PVC, FRP or HDPE pipe bedding shall conform with ASTM C33 stone size No. 89 and crushed stone for ductile iron pipe shall conform to ASTM C33 stone size No. 68 or 78. Soils defined as Class I soils are not defined in ASTM D2487. Class II Soils**: A. GW: Well -graded gravels and gravel -sand mixtures, little or no fines, clean. Fifty (50) percent or more retained on No. 4 sieve. More than 95 percent retained on No. 200 sieve. B. GP: Poorly graded gravels and gravel -sand mixtures, little or no fines, clean. Fifty (50) percent or more retained on No. 4 sieve. More than 95 percent retained on No. 200 sieve. C. SW: Well -graded sands and gravelly sands, little or no fines, clean. More than fifty (50) percent passing No. 4 sieve. More than 95 percent retained on No. 200 sieve. D. SP: Poorly graded sands and gravelly sands, little or no fines, clean. More than fifty (50) percent passing No. 4 sieve. More than 95 percent retained on No. 200 sieve. ** In accordance with ASTM D2487, less than 5 percent passing No. 200 sieve. Coarse Sand: Sand shall consist of clean mineral aggregate with particle size limits as follows: U.S. Sieve Size Percent Passing By Weight No. 10 Sieve 100% No. 20 Sieve 0 to 30% No. 40 Sieve 0 to 5% Other Material: All other material, not specifically described, but required for proper completion of the work shall be selected by the Contractor and approved by the Engineer. 201-1.3. CLEARING AND GRUBBING 201-1.3.1. GENERAL A. Clearing: Clearing shall completely remove and dispose of all timber, shrubs, brush, stumps, limbs, roots, grass, weeds, other vegetative growth, rubbish and all other objectionable obstructions resting on or protruding through the surface of the ground. Remove all evidence of their presence from the surface including sticks and branches. Remove and dispose of trash piles and rubbish that is scattered over the construction site or collects there during construction. Those trees, shrubs, vegetative growth, and fencing, if any, which are designed by the Engineer to remain, shall be preserved and protected as hereinafter specified. Clearing operations shall be conducted so as to prevent damage to existing structures and installations and to those under construction, so as to provide for safety of employees and others. B. Grubbing: Grubbing shall consist of the complete removal of all stumps, roots larger than 1-1/2 inches in diameter, matted roots, brush, timber, logs, and any other organic or metallic debris remaining after clearing not suitable for foundation purposes, resting on, under or protruding v. 7.2024 64 • • • • through the surface of the ground to a depth of 18 -inches below the subgrade or the bottom of utility trenches. All depressions excavated below the original ground surface for or by the removal of such objects, shall be refilled with suitable materials and compacted to a density conforming to the surrounding ground surface. C. Stripping: Remove and dispose of all organics and sod, topsoil, grass, and grass roots, and other objectionable material remaining after clearing and grubbing from the areas designated to be stripped. Grass, grass roots and organic material in areas to be excavated or filled shall be stripped to the depth as noted in the soils report. In areas so designated, topsoil shall be stockpiled. Stripped material and unsuitable material, such as organic material, shall be disposed of by the Contractor unless directed otherwise by the Engineer. i. In areas so designated, topsoil shall be stripped and stockpiled. Topsoil so stockpiled shall be protected until it is placed as specified. Any topsoil remaining after all work is in place shall be disposed of by the Contractor. 201-1.3.2. CLEARING AND GRUBBING OPERATIONS Clearing and Grubbing Limits: All excavation areas associated with new structures, slabs, utilities and roadways shall be cleared and grubbed to the following depths: A. Proposed Structures: 2 -feet below existing grade within a 5 -foot margin of each structure and replaced with compacted structural fill material as specified in Section 201-2.2 B. Building Site Areas not specifically noted above: 2 -feet below existing grade within a 5 -foot margin of each building site area and replaced with compacted structural fill material as specified in Section 201-2.2. C. Utility Trenches: 1.5 -feet below the bottom of the utility trench within the entire width of the trench and replaced with compacted Class II Soils, Type SW or SP material as specified in Section 201- 2.2. D. Roadway and Paved Area: 2 -feet below existing grade within a 5 -foot margin of areas paved and replaced with compacted common fill material as specified. E. All Other Areas: 1 -foot below completed surface and replaced with compacted common fill material as specified. Areas to be Stripped: All excavation and embankment areas associated with new structures, slabs, walks, and roadways shall be stripped. Stockpile areas shall be stripped. 201-1.3.3. DISPOSAL OF DEBRIS MATERIAL A. Disposal of Clearing and Grubbing Debris: The Contractor shall dispose of all material and debris from the clearing and grubbing operations by hauling such material and debris away to an approved disposal site and dispose of in accordance with all local laws, codes, and ordinances. Disposal by burning or burial on-site shall not be permitted. The cost of disposal (including hauling) of cleared and grubbed material and debris shall be considered a subsidiary obligation of the Contractor, the cost of which shall be included in the contract price. B. Disposal of Stripped Material: Remove all stripped material and dispose off-site in a legal manner, unless otherwise directed by the Engineer to stockpile the material, such as topsoil, for use in the final Work. v. 7.2024 65 201-1.3.4. PRESERVATION OF TREES AND SHRUBBERY A. Trees and Shrubbery: All existing trees, shrubbery, and other vegetative material may not be shown on the Drawings. Inspect the site as to the nature, location, size, and extent of vegetative material to be removed or preserved, as specified herein. Preserve, in place, trees that are specifically shown on the Drawings and designated to be preserved. B. Tree Protection: Those trees which are designated for preservation shall be carefully protected from damage. The Contractor shall erect such barricades, guards, and enclosures as may be considered necessary for the protection of the trees during all construction operations. C. Preservation and Protection of Trees, Shrubs, and Other Plant Material: i. All plant materials (trees, shrubbery, and plants) beyond the limits of clearing and grubbing shall be saved and protected from damage resulting from the work. No filling, excavating, trenching, or stockpiling of materials will be permitted within the drip line of these trees or plants. The drip line is defined as a circle drawn by extending a line vertically to the ground from the outermost branches of a tree, plant, or group of plants. To prevent soil compaction within the drip line area, no equipment will be permitted within this area. ii. When trees are close together, restrict entry to area within drip line by fencing or a protective barrier. In areas where no fence or barrier is erected, the trunks of all trees 2 -inches or greater in caliper shall be protected by encircling the trunk entirely with boards held securely by 10 -gauge wire and staples. This protection shall extend from ground level to a height of 6 -feet. Neatly cut and remove tree branches where such cutting is necessary to affect construction operations. The cutting and removing must be performed or supervised by an I.S.A certified arborist. Remove branches other than those required to affect the work to provide a balanced appearance of any tree. Scars resulting from the removal of branches shall be treated with a tree sealant. 201-1.3.5. PRESERVATION OF DEVELOPED PRIVATE PROPERTY A. The Contractor shall exercise extreme care to avoid unnecessary disturbance of developed private property. Trees, shrubbery, gardens, lawns, and other landscaping, which in the opinion of the Engineer must be removed, shall be replaced and replanted to restore the construction easement to the condition existing prior to construction. B. All soil preparation procedures and replanting operations shall be under the supervision of a nurseryman experienced in such operations. C. Improvements to the land such as fences, walls, outbuildings, etc., which of the necessity of construction activities must be removed, shall be replaced with equal quality materials and workmanship. D. The Contractor shall clean up the construction site across from developed private property directly after construction is completed upon approval of the Engineer. 201-1.3.6. PRESERVATION OF PUBLIC PROPERTY The appropriate paragraphs of Sections 203-2.3.4. and 203-2.3.5. of these specifications shall apply to the preservation and restoration of all damaged areas of public lands, parks, rights-of-way, easements, etc. v. 7.2024 66 • • • • 201-1.4. EXCAVATION PROTECTION 201-1.4.1. SHEETING AND BRACING A. Furnish, put in place, and maintain such sheeting and bracing as required to support the sides of excavations, to prevent any movement which could in any way diminish the width of the excavation below that necessary for proper construction, and to protect adjacent utilities or structures, other aboveground structures, utility poles, etc. from being undermined, and to protect workers from hazardous conditions or other damage. Such support shall consist of braced steel sheet piling, braced wood lagging and soldier piles and beams or other approved methods. If the Engineer or the city is of the opinion that at any points, sufficient or proper supports have not been provided, they may order additional supports to be put in place at the expense of the Contractor, and compliance with such order shall not relieve or release the Contractor from his responsibility for the sufficiency of such supports. Care shall be taken to prevent voids from occurring adjacent to the sheeting, but if voids are formed, they shall be immediately filled and compacted. Where soil cannot be properly compacted to fill a void, lean concrete shall be used as backfill, at no additional expense to the city. B. The Contractor shall construct the sheeting outside the neat lines of the foundation unless deemed otherwise for the Contractor's method of operation. Sheeting shall be plumb and securely braced and tied in position. Sheeting and bracing shall be adequate to withstand all pressure to which the structure or trench shall be subjected. Any deformation, movement or bulging which may occur, shall be corrected by the Contractor at his own expense, to provide the necessary clearances and dimensions. C. Where sheeting and bracing is required to support the sides of excavations for utility structures, other structures, power poles, etc., the Contractor shall engage a Professional Geotechnical Engineer, registered in the state of Florida, to design the sheeting and bracing. The sheeting and bracing installed shall conform to the design, and certification of the installation shall be provided by the Professional Geotechnical Engineer. D. The installation of sheeting, particularly by driving or vibrating, may cause distress to existing structures. The Contractor shall evaluate the potential for such distress and, if necessary, take all precautions to prevent distress of existing structures because of sheeting installation. E. The Contractor shall leave in place to be embedded in the backfill all sheeting and bracing not shown on the Drawings but which the Engineer or the city may direct him in writing to leave in place at any time during the progress of the work for the purpose of preventing injury to any structures or property, whether public or private. The Engineer or the city may direct that timber or steel sheeting used for sheeting and bracing be cut off at any specified elevation. F. The right of the Engineer or the city to order sheeting and bracing to be left in place shall not be construed as creating any obligation on their part to issue such orders, and their failure to exercise their right to do so shall not relieve the Contractor from liability for damages to persons or property occurring from or upon the work occasioned by negligence or otherwise, growing out of a failure on the part of the Contractor to leave in place sufficient sheeting and bracing to prevent any caving or moving of the ground. G. Steel or wood sheeting installed for utility pipeline construction shall not, under any circumstances be withdrawn, if driven below the top of any utility pipeline. Steel sheeting, soldier piles and wood sheeting earth support systems installed for utility pipeline construction shall be cut-off and left -in - v. 7.2024 67 place at least 3 -feet below the ground surface, but no lower than 2 -feet above the top of the utility pipe. H. All sheeting and bracing not left in place shall be carefully removed in such manner as not to endanger the new construction or other structures, utilities, or property outside the construction area. All voids left or caused by withdrawal of sheeting shall be immediately refilled with sand by compacting with tools specifically adapted to that purpose, or otherwise as may be directed by the Engineer or the city. 201-1.5. EXCAVATING FOR UTILITY STRUCTURES Excavation work shall be performed in a safe and proper manner with appropriate precautions being taken against all hazards. Excavations shall provide adequate working space and clearances for the work to be performed therein and for installation and removal of concrete forms. In no case shall excavation faces be undercut for extended footings. Excavation shall be made to such dimensions as will give suitable room for building the foundations and the structures, for bracing and supporting, for pumping and draining, for installing the pipelines, and for all other work required. A. Excavation for precast or prefabricated structures shall be carried to an elevation two (2) feet lower than the proposed outside bottom of the structure to provide space for the backfill and bedding material. B. Excavation for structures constructed or cast -in-place in dewatered or dry excavations shall be carried down to the 2 -feet below the bottom of the structure where dewatering methods are such that a dry evacuation bottom is exposed and the naturally occurring material at this elevation leveled and left ready to receive construction. Material disturbed below the founding elevation in dewatered excavations shall be replaced with Class B concrete. Prior to backfilling, document the location, elevation, size, material type and function of all new subsurface installations, and utilities encountered during excavation and construction. Excavation equipment operators and other concerned parties shall be familiar with subsurface obstructions as shown on the Drawings and should anticipate the encounter of unknown obstructions during the work. Encounters with subsurface obstructions shall be hand excavated. Excavation and dewatering shall be accomplished by methods which preserve the undisturbed state of subgrade soils. Subgrade soils which become soft, loose, "quick" or otherwise unsatisfactory for support of structures as a result of inadequate dewatering or caused by other construction methods, shall be removed and replaced with crushed stone as required by the Engineer at the Contractor's expense. The bottom of excavations shall be rendered firm and dry before placing any structure or pipe. Excavated material not suitable for backfill shall be removed from the site and disposed of by the Contractor, in a legal manner. The bedding schedule for pipes shall be as shown in Table 201-C. If the sub -grade is unsuitable, the Contractor shall, remove and replace all unsuitable material below pipe with selected common fill or bedding rock, compacted to 95 percent Modified Proctor density. All pavements and sidewalks shall be cut prior to removal, with saws or accepted power tools. Excavated material shall be stockpiled in such a manner as to prevent nuisance conditions. Surface drainage shall not be hindered. v. 7.2024 68 • • • • All structure and pipe locations and elevations as required herein must be permanently documented by the Contractor, on the As-Builts, prior to the Engineer's approval of the Application for Payment for that work. 201-1.6. TRENCH EXCAVATION FOR UTILITY PIPELINES 201-1.6.1. TRENCH EXCAVATION FOR PIPE LAYING - GENERAL A. The Contractor shall not open more trench in advance of pipe laying than is necessary to expedite the work. Four hundred (400) feet shall be the maximum length of open trench for any pipeline under construction. All trench excavation shall be open cut from the surface. B. Alignment, Grade, and Minimum Cover: The alignment and grade or elevation of each pipeline shall be fixed and determined from offset stakes. Vertical and horizontal alignment of pipes, and the maximum joint deflection used in connection therewith shall be in conformance with the requirements of Section 500 covering installation of pipe. C. Where pipe grades or elevations are not definitely fixed by the Contract Drawings, trenches shall be excavated to a depth sufficient to provide a depth of backfill cover over the top of the pipe of Between the range of 30- 42 -inches. Greater pipe cover depths may be necessary on vertical curves or to provide necessary clearance beneath existing pipes conduits, drains, drainage structures, or other obstructions encountered at normal pipe grades. Measurement of pipe cover depth shall be made vertically from the outside top of pipe to finished ground or pavement surface elevation. 201-1.6.2. LIMITED TRENCH WIDTHS A. Trenches shall be excavated to a width which shall provide adequate working space and sidewall clearances for proper pipe installation, jointing, and embedment. However, minimum permissible sidewall clearances between the installed pipe and each trench wall, expressed in inches, shall be as follows: Nominal Pipe Size, in Inches Nominal Sidewall Clearance, in Inches 60 24 54 21 48 19 36 or smaller 12 tipulated minimum sidewall clearances are not minimum average clearances but are minimum clear distances which shall be required. C. Cutting trench banks on slopes to reduce earth load to prevent sliding and caving will be permitted only in areas where the increased trench width will not interface with surface features or encroach on right-of-way limits. Slopes shall not extend lower than one foot above the top of the pipe. 201-1.6.3. MECHANICAL EXCAVATION The use of mechanical equipment will not be permitted in locations where its operation would cause damage to trees, buildings, culverts, and other existing property, utilities, or structures above or below ground. In all such locations, hand excavating methods shall be used. v. 7.2024 69 Mechanical excavation equipment used for trench excavation shall be of the type, design, and construction, and shall be so operated, such that the rough trench excavation bottom elevation can be controlled, that uniform trench widths and vertical sidewalls are obtained at least from an elevation one foot above the top of the installed pipe to the bottom of the trench, and that trench alignment is such that the pipe when accurately laid to specified alignment will be centered in the trench with adequate clearance between the pipe and sidewalls of the trench. Undercutting the trench sidewall to obtain clearance shall not be permitted. 201-1.6.4. PAVEMENT CUTTING Cuts in concrete pavement, asphalt pavement, and asphaltic base pavements shall be no larger than necessary to provide adequate working space for proper installation of pipe and appurtenances. Cutting shall be started with an asphalt or concrete saw in a manner which will provide a clean groove for the full depth of pavement along each side of the trench and along the perimeter of cuts for structures. Asphalt pavement and asphaltic base pavement over trenches excavated for pipelines shall be removed so that a shoulder not less than 6 -inches in width at any point is left between the cut edge of the pavement and the top edge of the trench. Trench width at the bottom shall not be greater than at the top and no undercutting shall be permitted. Pavement cuts shall be made to and between straight or accurately marked curved lines which, unless otherwise required, shall be parallel to the centerline of the trench. Pavement removed for connections to existing lines or structures shall not be greater than necessary for the installation as determined by the Engineer. Road restoration shall be full road width. 201-1.6.5. ARTIFICIAL FOUNDATIONS IN TRENCHES Whenever so ordered by the Engineer due to the presence of unsuitable material at the designed depth, the Contractor shall excavate to such depth below grade as the Engineer may direct and the trench bottom shall be brought to grade with such material as the Engineer may order installed. All piling, concrete, or other foundations made necessary by unstable soil shall be installed as directed by the Engineer. Compensation for extra excavation and piling, concrete, or other foundations, except where provided by contract unit prices, shall be made in accordance with the contract provisions for extra work. 201-1.6.6. BELL HOLES Bell holes shall provide adequate clearance for tools and methods used in installing pipe. No part of any bell or coupling shall be in contact with the trench bottom, trench walls, or granular embedment when the pipe is jointed. 201-1.7. UNDERCUT OF EXCAVATIONS If the bottom of any structure or trench excavation is below that shown on the Drawings or specified because of Contractor error, convenience, or unsuitable subgrade due the Contractor's excavation methods, the Contractor shall refill to normal grade with approved fill at his own cost. Fill material and compaction method shall be as directed by the Engineer. 201-1.8. STABILIZATION OF EXCAVATIONS Subgrades for concrete structures and trench bottoms shall be firm, dense, and thoroughly compacted and consolidated; shall be free from mud and muck; and shall be sufficiently stable to remain firm and intact. Subgrades for concrete structures or trench bottoms which are otherwise solid, but which becomes mucky on top due to construction operations, shall be reinforced with one or more layers of crushed rock or gravel. Not more than 1/2 -inch depth of mud or muck shall be allowed to remain on stabilized trench bottoms when the pipe bedding material is placed thereon. The finished elevation of stabilized subgrades for concrete structures shall not be above subgrade elevations shown on the Drawings. v. 7.2024 70 • All stabilization work shall be performed by and at the expense of the Contractor. III201-1.9. BACKFILL AND COMPACTION • • 201-1.9.1. MATERIALS A. To the maximum extent available, excess earth obtained from structure and trench excavation shall be used for the construction of fills and embankments. B. Materials used as backfill shall be free from rocks or stones larger than 1 -1/2 -inches in their greatest dimension; brush or vegetation, stumps, logs, roots, debris, and organic or other deleterious materials; and must be acceptable to the Engineer. C. Backfilling and construction of fills and embankments during freezing weather shall not be done except by permission of the Engineer. No backfill, fill, or embankment materials shall be installed on frozen surfaces, nor shall frozen materials be in any backfill, fill or embankment. 201-1.9.2. BACKFILL PLACEMENT AND COMPACTION A. Backfill materials shall be placed in approximately horizontal layers not to exceed 8 -inches in un - compacted thickness. Material deposited in piles or windrows by excavating and hauling equipment shall be spread and leveled before compaction. B. Each layer of material being compacted shall have the optimum uniform moisture content to ensure satisfactory compaction. The Contractor shall be required to add water and harrow, disc, blade, or otherwise work the material in each layer to ensure uniform moisture content and adequate compaction. C. Each layer shall be thoroughly compacted by rolling or other method acceptable to the Engineer to 95% of relative density at optimum moisture content as determined by Modified Proctor Method, ASTM D1557, latest revision. D. Whenever a trench passes through a backfill or embankment area, material shall be placed and compacted to an elevation 12 -inches above the top of the pipe before the trench is excavated. E. Backfill and compact excavations and construct embankments for structures according to the schedule listed in Table 201-B. Backfill and bedding schedule for pipes is listed in Table 201-C. (Modified Proctor for compaction shall be as determined by ASTM D-1557, latest revision). F. Pipe shall be laid in open trenches unless otherwise indicated on the Drawings or elsewhere in the Contract Documents. G. Excavations shall be backfilled to the original grade or as indicated on the Drawings. Deviation from this grade because of settling shall be corrected. Backfill operation shall be performed to comply with all rules and regulations and in such a manner that it does not create a nuisance or safety hazard. H. Embankments shall be constructed true to lines, grades and cross sections shown on the plans or ordered by the Engineer or the city. Embankments shall be placed in successive layers of not more than 8 -inches in thickness, loose measure, for the full width of the embankment. As far as practicable, traffic over the work during the construction phase shall be distributed so as to cover the maximum surface area of each layer. v. 7.2024 71 I. If the Contractor requests approval to backfill material utilizing lifts and/or methods other than those specified herein, such request shall be in writing to the Engineer. Approval will be considered only after the Contractor has performed tests, at the Contractor's expense, to identify the material used and density achieved throughout the backfill area utilizing the method of backfill requested. The Engineer's approval shall be in writing. 201-1.9.3. STRUCTURE FOUNDATION PREPARATION The existing ground beneath proposed tankage, building foundations and equipment base slabs and slabs on grade shall be removed and the area proof rolled. Proof -rolling should consist of at least 10 passes of a self-propelled vibrator compactor capable of delivering a minimum impact force of 30,000 to 35,000 pounds per drum to the soils. Each pass should overlap the preceding pass by 30 percent to insure complete coverage. Backfilled areas shall be compacted in 8 -inch layers to a density of not less than 95 percent of Modified Proctor Dry Density as determined by ASTM D1557, latest revision, for a depth of not less than 2 - feet below the bottom of the foundations or concrete slabs. Any unsuitable foundation material shall be removed and replaced with suitable material. Slabs on Grade: Subgrades for concrete slabs shall be removed, backfilled, and compacted to the required grade. The top 2 -feet of concrete slab subgrade in cut sections and all fill material shall be compacted in 8 - inch layers to a density of not less than 95 percent of Modified Proctor Dry Density as determined by ASTM D1557, latest revision. 201-1.10. DRAINAGE FROM EXCAVATIONS Trenches across roadways, driveways, walks, or other traffic ways adjacent to drainage ditches or water courses shall not be backfilled prior to completion of backfilling the trench on the upstream side of the traffic way to prevent impounding water after the pipe has been laid. Bridges and other temporary structures required to maintain traffic across such unfilled trenches shall be constructed and maintained by the Contractor. Backfilling shall be done so that water will not accumulate in unfilled or partially filled trenches. All material deposited in roadway ditches or other water courses crossed by the line of trench shall be removed immediately after backfilling is completed and the original sections, grades, and contours of ditches or water courses shall be restored. Surface drainage shall not be obstructed longer than necessary. 201-1.11. FINAL GRADING After other outside work has been finished, and backfilling completed and settled, all areas on the site of the work which are to be graded shall be brought to grade within the tolerance of ± 0.1 feet at the indicated elevations, slopes, and contours where seeding or sodding is not required or, where sodding is required within three (3) inches of finished grade. Use of graders or other power equipment will be permitted for final grading and dressing of slopes, provided the result is uniform and equivalent to hand work. All surfaces shall be graded to secure effective drainage. Unless otherwise shown, a slope of at least one percent shall be provided. After grading and where seeding is required, topsoil shall be evenly spread to a minimum depth of six (6) inches. Topsoil shall be from an Engineer approved source and shall be free of trash, debris and surface vegetation. Grading and surfacing shall be completed to the satisfaction of the Engineer and the Owner. 201-1.12. EXCESS EXCAVATED MATERIAL v. 7.2024 72 • • • • Insofar as needed, suitable excavated materials shall be used in fills and embankments as shown on the Drawings. All suitable excess excavated material shall be placed at an on-site stockpile area as directed by the city. The Contractor shall segregate different types of excavated materials (i.e. sands, clayey sands) as much as possible in the stockpile areas. All unsuitable materials shall be disposed of by the Contractor offsite, in a legal manner. The Contractor shall slope and compact the stockpile with a light roller type vehicle to maintain stability. The Contractor shall maintain proper soil and erosion control measures. 201-1.13. SETTLEMENT The Contractor shall be responsible for all settlement of backfill, fills, and embankments which may occur within the guarantee period stipulated in the General Conditions of the Contract. The Contractor shall make, or cause to be made, all repairs or replacements made necessary by settlement within 30 days after notice from the Engineer or the city. TABLE 201-A STANDARD SIZES OF COARSE AGGREGATE AMOUNTS FINER THEN EACH LABORATORY SIEVE (SQUARE OPENINGS), MASS PERCENT TABLE 201-B COMPACTION AND BACKFILL SCHEDULE FOR STRUCTURES Area Material Compaction v. 7.2024 73 U. S. Sieve Size, Percent Passing By Weight Aggregate Nominal Size 1 -1/2 -in 1 -in. 3/4 -in. 1/2 -in. 3/8 -in. No. 4 No. 8 No. 16 No. 50 Size Square Openings No. 57 1 -in. to 100% 95%- -- 25%- -- 0-10% 0-5% -- -- 100% 60% No. 4 68 3/4 -in. to -- 100% 90%- -- 30%- 5%-25% 0-10% 0-5% -- No. 8 100% 65% 78 1/2 -in. to -- -- 100% 90%- 40%- 5%-25% 0-10% 0-5% -- 100% 75% No. 8 89 3/8 -in. to -- -- -- 100% 90%- 20%- 5%- 0-10% 0-5% No. 16 100% 55% 30% TABLE 201-B COMPACTION AND BACKFILL SCHEDULE FOR STRUCTURES Area Material Compaction v. 7.2024 73 Beneath structures, foundations, slabs, and pavements. (minimum 2 -foot depth below concrete foundation bottom) Structural Fill (Section 201-2.2., Structural Fill) 8 -inch lifts compacted to 95% Modified Proctor maximum dry density (98% Modified Proctor maximum dry density under pavement). Fill should not be placed over any in-place soils until those layers have been compacted to 95% Modified Proctor maximum dry density (98% Modified Proctor maximum dry density under pavement). Around structures, foundations and slabs (minimum 5 -foot outside structure) Structural Fill (Section 201-2.2., Structural Fill) 8 -inch lifts compacted to 95% Modified Proctor maximum dry density (98% Modified Proctor maximum dry density under pavement). Use Tight rubber -tired or vibratory plate compactors. From cleared existing surface to subgrade for paved and gravel roadway surfaces Common Fill (Section 201-2.2., Common Fill) 12 -inch lifts, compacted to 95% Modified Proctor maximum dry density (98% Modified Proctor maximum dry density under pavement). Disturbed area requiring seeding and mulching Topsoil 2 -inch to 4 -inch lifts, compacted to 85% Modified Proctor maximum dry density. 202. OBSTRUCTIONS Any pipes, conduits, wires, mains, footings, driveways, or other structures encountered shall be carefully protected from damage or displacement. Any damage thereto shall be fully, promptly, and properly repaired by the Contractor to the satisfaction of the Engineer and the city of Clearwater thereof. Any survey monument or benchmark which must be disturbed shall be carefully referenced before removal, and unless otherwise provided for, shall be replaced upon completion of the work by a Florida registered Professional Surveyor and Mapper (PSM). Any concrete removed due to construction requirements shall be removed to the nearest expansion joint or by saw cut. Contractor shall consult Inspector/Project Manager for the approved means of removal and replacement. 203. DEWATERING 203-1. GENERAL The work to be performed under this Section shall include the design and installation of a temporary dewatering system(s) until completion of construction to remove subsurface waters from structure or utility trench excavations as required. The Contractor shall furnish all equipment; labor and materials necessary to remove storm water or subsurface groundwater from excavation areas in accordance with the requirements set forth, as shown on the Drawings, and/or geotechnical report. Qualifications: For major dewatering activities the temporary dewatering system shall be designed, installed and operated by a firm who regularly engages in the design, installation and operation of dewatering systems and who is fully experienced, reputable, and qualified in the design, installation and operation of such dewatering systems. The firm shall have a successful record of operation for a minimum of five (5) years prior to bid date. The dewatering system firm shall have experience for installation of at least three (3) successful dewatering operations of a similar nature and size in the state of Florida. The dewatering system shall be developed to the point that it is capable of dewatering the site surrounding all structures or utility trenches as shown on the Drawings. Each dewatering system shall be capable of dewatering and maintaining groundwater levels at the respective excavations. Observation wells shall be constructed for the purpose of testing each system. v. 7.2024 74 • • • The Contractor shall at all times during construction provide and maintain proper equipment and facilities to remove and dispose of all water entering excavations, and shall keep such excavations dry so as to obtain a satisfactory undisturbed subgrade foundation condition until the fill, structures or pipes to be built thereon have been completed to such extent that they will not be floated or otherwise damaged by allowing water levels to return to natural levels. In critical dewatering situations, the Contractor shall have on hand at the construction site, backup dewatering pumps and other critical components of the dewatering system that are operational and could be used in the event of breakdowns of the primary equipment. The Contractor's plan shall include temporary culverts, barricades, and other protective measures to prevent damage to property or injury to any person or persons. Prior to construction, the dewatering plan shall be prepared and submitted to the city's Engineering Department, Public Utilities Department, Industrial Pretreatment Program (IPP) Coordinator, Wastewater Environmental Manager and the Public Utilities Department Director or Assistant Director for review and approval. It shall include site-specific notes and details presenting the Contractor's proposed dewatering and disposal methods. The city will field -inspect the dewatering operation throughout construction. All costs for dewatering shall be included in the unit price bid per linear foot of pipe, or, in the case of other underground structures, in the cost of such structures. 203-1.1. Definition of Terms for Dewatering System Minor Dewaterinq Activity: A single stage well point dewatering system, operating for less than 30 days total duration, and not requiring a Notice of Dewatering Activity filed with the local Water Management District. Maior Dewatering Activity: Any major dewatering system, operating for more than 30 days duration, requiring a Notice of Dewatering Activity filed with the local Water Management District. Major dewatering systems shall include, but not be limited to, multi -stage well point dewatering systems, drilled horizontal or vertical sock drain systems, dewatering deep well pump systems and educator dewatering systems. 203-2. OBSERVATION WELLS For major dewatering activities, prior to excavation, the Contractor shall install groundwater observation wells at locations as directed and designed by the Contractor's Geotechnical Engineer and as approved by the Engineer adjacent to structures or underground utility under construction for the purpose of monitoring water levels during excavations. Where required, the observation well construction shall consist of well screen, casing, and cap of approved size and material of construction. The observation well shall be placed in a 2 -1/2 -inch bore hole which shall be carried to an elevation at least 4 feet below the final bottom grade of structure or utility trench excavation. The annular space surrounding the intake point and the riser pipe shall be sealed in such a way as to prevent infiltration from surface water. The observation well shall be developed in such a manner as to ensure proper indication of subsurface water levels adjacent to the well. The Contractor shall be responsible for maintaining the observation wells and for observing and recording the elevation of groundwater until the structure or utilities requiring excavation are completed and backfilled. Each observation well shall be observed and recorded daily. Measurements shall be supplied daily to the Engineer and the city. The Engineer may require that the observation wells reflect true groundwater levels by adding water to the well, recording the drop in the level from the time the water was added. Any plugged observation well shall be redeveloped, if necessary, to indicate true groundwater levels. Observation wells shall be fully grouted and abandoned when the dewatering system is removed as directed by the Geotechnical Engineer, and in a manner acceptable to the Geotechnical Engineer. 203-3. PUMPING AND DRAINAGE - GENERAL v. 7.2024 75 Unless specifically authorized by the Engineer, all pipes, except sub drains, shall be laid "in the dry". In the dry shall be defined to be within 2 percent of the optimum moisture content of the soil. The Contractor shall dewater trench excavation as required for the proper execution of the work, using one or more of the following approved methods: well point system, trenched gravity under drain system, or sumps with pumps. Well point systems must be efficient enough to lower the water level in advance of the excavation and maintain it continuously in order that the trench bottom and sides shall remain firm and reasonably dry. The well points shall be designed especially for this type of service, and the pumping unit used shall be capable of maintaining a high vacuum, and at the same time, of handling large volumes of air as well as of water. Dewatering shall at all times be conducted in such a manner as to preserve the undisturbed bearing capacity of the subgrade soils 2 -feet below the proposed bottom of excavation and to preserve the integrity of adjacent structures. As a minimum, the water level shall be 2 -feet below the trench bottom. Well or sump installations shall be constructed with proper sand filters to prevent drawing of finer grained soil from the surrounding soils. Dewatering by trench pumping shall not be permitted if migration of fine-grained natural material from bottom, side walls, or bedding material may occur. A well point system, trench drain, sump pump operation, or other dewatering method shall be utilized to maintain the excavation in a dry condition for preparation of the trench bottom and until the structures or pipes to be built thereon have been completed to such extent that they will not be floated or otherwise damaged by allowing water levels to return to natural levels. No water shall be allowed to contact masonry or concrete within 24 hours after being placed. Water entering the excavation from surface runoff shall be collected in shallow ditches around the perimeter of the excavation, drained to sumps, and pumped from the excavation to maintain the excavation bottom free from standing water. The Contractor shall take all additional necessary precautions and prevent uplift of any structure during construction. Flotation of structures or piping shall be prevented by the Contractor by maintaining a positive and continuous operation of the dewatering system. The Contractor shall be fully responsible and liable for all damages which may result from failure of the dewatering system. The conveying of water other than storm water surface runoff in open ditches or trenches will not be allowed unless prior approval is obtained. Permission to use any drainage ditches, storm sewers, drains or other storm drainage facilities for water conveyance or disposal purposes during dewatering operations shall be obtained from the controlling authority having jurisdiction. Any requirements and costs for such use shall be the responsibility of the Contractor. However, the Contractor shall not cause flooding by overloading or blocking up the flow in the drainage facilities, and the Contractor shall leave the facilities unrestricted and as clean as originally found. Any damage to existing facilities shall be repaired or restored, as directed by the Engineer or the authority having jurisdiction, at no cost to the city or the Owner of the facilities. The Contractor shall be responsible for disposing of all water resulting from trench dewatering operations and shall dispose of the water without damage or undue inconvenience to the work, the surrounding area, or the general public. The Contractor may be required to divert the water from the dewatering process to a location determined by the Engineer or city Project Manager or Inspector and obtain a discharge permit from Florida Department of Environmental Protection (FDEP). Alternatively, if Contractor elects to contain produced groundwater on the project site, a dewatering plan must be submitted to the Engineer or city for approval (even if a discharge permit is not required). The Contractor shall take all necessary precautions to preclude the accidental discharge of fuel, oil, or other contaminants in order to prevent adverse effects on groundwater or receiving water quality. 203-3.1. DEWATERING EQUIPMENT v. 7.2024 76 • • • • The dewatering equipment shall be standard dewatering equipment of proven ability as designed, manufactured, and installed by firms having experience in the design and production of such equipment. The equipment furnished shall be designed, constructed, and installed in accordance with the best practices and methods. The Contractor shall provide adequate equipment for the removal of surface or subsurface waters that may accumulate in the excavation. Flotation and migration of fines shall be prevented by the Contractor by maintaining a positive and continuous operation of the dewatering system. The Contractor shall be fully responsible and liable for all damages that may result from the operation and/or failure of this system. Sound levels for dewatering pumps shall meet governmental agencies ordinance levels. Sound levels in excess of such ordinance are sufficient cause to have the work halted until equipment can be quieted to these levels Work stoppage by the Engineer, city or other governmental agencies for excessive noise shall not relieve the Contractor of the other portions of this specification including, but not limited to contract time and contract price. Engine -driven pumps shall be equipped with critical grade type silencers, sound blankets or other types of sound mitigation measures to comply with Noise Ordinances. Engine driven dewatering pumps shall have a maximum rating of 80 decibels at a distance of 5 feet from the engine for sound attenuation, nor shall the pump engine noise exceed 50 decibels at a distance of 50 feet from the engine. There may be practical and feasible, electrical "power drops" and electric motor -driven equipment shall be used in lieu of portable generators. The dewatering system shall operate in such a manner as to preserve the undisturbed bearing capacity of the subgrade soils at the proposed structures or utilities and to preserve the integrity of any adjacent structures. Removal of dewatering equipment shall be accomplished following backfilling and compaction, and after the Contractor and the Engineer both agree, that the system is no longer required. All materials and equipment constituting the dewatering system shall be removed by the Contractor. Immediately upon completion of the dewatering operations, the Contractor shall remove all of his equipment, materials, and supplies from the site of the Work, remove all surplus materials and debris, fill in all holes or excavations, grout all groundwater monitoring wells installed for the dewatering operations and grade the site to elevations of the surface levels which existed before the work started. The site shall be thoroughly cleaned and graded as directed by the Engineer and approved by the city. 203-3.2. DEWATERING CONSIDERATIONS The Contractor shall install a temporary dewatering system for the removal of subsurface water encountered during construction of the proposed structures or underground utilities. The Contractor shall provide adequate equipment for the removal of storm or subsurface waters which may accumulate in the excavations. If well points are used, Contractor shall adequately space well points to maintain the necessary dewatering. Provide suitable filter sand and/or other means to prevent pumping of fine sands and silts. A continual check shall be maintained by the Contractor to ensure that the subsurface soil is not being removed by the dewatering operations. Pumping from well points shall be continuous and standby pumps shall be provided. The Contractor's proposed method of dewatering shall include groundwater observation wells to determine the water level during construction. Observation wells shall be installed along pipelines as required to verify depth to water level and at locations approved by the Engineer. At all times, site grading shall promote drainage. Surface runoff shall be diverted from excavations. Water entering the excavation from the surface shall be collected in shallow ditches around the perimeter of the excavation, drained to sumps, and pumped or drained by gravity to maintain an excavation bottom free from standing water. v. 7.2024 77 Flotation shall be prevented by the Contractor by maintaining a positive and continuous removal of water. The Contractor shall be fully responsible for all damages which may result from failure to adequately keep excavations dewatered. The Contractor shall construct and place all pipelines, structures, concrete work, structural fill, backfill and bedding material in -the -dry. If subsurface water is encountered, utilize suitable equipment to adequately dewater the excavation so that it will be "in -the -dry" for work and pipe laying. For the purposes of this specification, "in -the -dry" is defined to be within ±2 percent of the optimum moisture content of the soil. A well point system or other dewatering method accepted by the respective jurisdictional agency (agencies) shall be utilized, if necessary, to maintain the excavation in a dry condition for preparation of the trench bottom and for pipe laying. The Contractor shall not make the final 24 -inches of excavation until the water level is a minimum of 2 -feet below proposed bottom of the excavation. Dewatering by trench pumping will not be permitted if migration of fine-grained natural material from bottom, side walls, or bedding material will occur. In the event that satisfactory dewatering cannot be accomplished due to subsurface conditions or where dewatering could damage existing structures, obtain the Owner's and the Engineer's approval of wet trench construction procedures before commencing construction. 203-3.3. DISPOSAL OF PUMPED WATER Discharge water to on-site disposal areas (if shown on the Drawings) or as required by permits. The Contractor shall dispose of water from the Work in a suitable manner without damage to adjacent properties or facilities. No water shall be discharged without appropriate treatment for adverse contaminants. No water shall be drained in work built or under construction without prior consent from the Owner. Water shall be filtered to remove sand and fine soil particles before disposal into any drainage system. Discharge water from dewatering operations to temporary infiltration pits, if possible. Discharge to storm sewers, canals, stream, or wetlands, only if specifically allowed for in Dewatering Permit. No discharges from dewatering operations shall be allowed to wastewater collection systems or wastewater pumping stations at any time. In no case, shall discharges from dewatering operations result in turbidity reaching wetlands or any waterways. If turbidity exceeds limits allowed by jurisdictional permitting agency(ies), stop all activities, and install additional erosion and sedimentation control as required by the Southwest Florida Water Management District or the FDEP. Flooding of streets, roadways, driveways, or private property shall not be permitted during dewatering activities. Contractor shall not dam -up, divert, or cause water to flow in excess in existing gutters, roadway pavements or other structures. For proper water discharges and disposal from dewatering operations, the Contractor may be required to divert or provide discharge piping to transport the water to a suitable place for legal discharge, as determined by the Engineer and the city. 203-3.4. GROUNDWATER TREATMENT (IF REQUIRED) If the concentrations of tested groundwater quality parameters exceed those allowable in the FDEP Generic Permit for the Discharge of Produced Groundwater from any Non -Contaminated Site Activity (62- 621.300(2), F.A.C.), the Contractor shall treat the effluent discharged from the dewatering system. The Contractor shall immediately notify the Engineer and the city Engineering Department and discuss the parameters that exceed allowable limits. v. 7.2024 78 • • • • • • The Contractor shall meet with the FDEP to determine treatment and disposal alternatives that are acceptable to the FDEP. The Contractor shall apply for and obtain any and all permits and/or treatment approvals that FDEP requires including but not limited to the following: A. Generic Permit for Discharges from Petroleum Contaminated Sites (62-621.300(1)). Allows discharges from sites with automotive gasoline, aviation gasoline, jet fuel, or diesel fuel contamination; or, B. Permit for all Other Contaminated Sites (62-04; 62-302; 62-620 & 62-660). The coverage is available only through the individual NPDES permit issued by FDEP, allows discharges from sites with general contaminant issues i.e. ground water and/or soil contamination other than petroleum fuel contamination; or, C. Generic Permit for the Discharge of Produced Ground Water from Any Non -Contaminated Site Activity (62-621.300(2), F.A.C.); or, D. Generic Permit for Stormwater Discharge from Large or Small Construction Activities (62- 621.300(4)(a), F.A.C.); or, E. An Individual Wastewater Permit (62-604.300(8) (a). The Contractor shall implement the appropriate treatment that is acceptable to FDEP, the Engineer and the city to attain compliance for all excess limits encountered during dewatering activities. Treatment may include, but is not limited to: Chemical, Physical, Biological, Electrolysis, Ion Exchange, Aeration, Activated Carbon Absorption, or any combination of the these. The Contractor shall make every effort to minimize the spread of contamination into uncontaminated areas. Provide for the health and safety of all workers at the job site and make provisions necessary for the health and safety of the public that may be exposed to any potentially hazardous conditions. Ensure provision adhere to all applicable laws, rules or regulations covering hazardous conditions and will be in a manner commensurate with the level of severity of the conditions. If necessary, provide contamination assessment and remediation personnel to handle site assessment, determine the course of action necessary for site security and perform the necessary steps under applicable laws, rules and regulations for additional assessment and/or remediation work to resolve the contamination issue. Delineate the contamination area(s) and any staging or holding area required and develop a work plan that will provide the schedule of projected completion dates for the final resolution of the contamination issue. Maintain jurisdiction over activities inside any delineated contamination areas and any associated staging or holding areas. Be responsible for the health and safety of workers within the delineated areas. Provide continuous access to representatives of regulatory or enforcement agencies having jurisdiction. 203-4. PERMIT REQUIREMENTS The dewatering of any excavation areas and the disposal of water during construction shall be in strict accordance with the latest revisions of the National Pollutant Discharge Elimination System (NPDES), and all local and state government rules and regulations. The Contractor shall be responsible for submitting the Notice of Intent to use the Generic Permit for the Discharge of Groundwater from Dewatering Operations and associated fee in accordance with FDEP Requirements, F.A.C. 62-621.300(2)(b) and must receive written notice from the FDEP prior to discharging produced groundwater into the city's streets, storm sewers or waterways. v. 7.2024 79 The Contractor shall obtain and pay all respective fees for all local, state, and federal permits required applicable to the withdrawal, treatment and disposal/discharge of water produced from the dewatering operations, prior to the start of work. Contractor shall be responsible for acquiring and complying with all permits required to discharge produced water from dewatering and shall protect waterways from turbidity during the operation. Prior to discharging produced groundwater from any construction site, the contractor must collect samples and analyze the groundwater, which must meet acceptable discharge limits per FDEP "Generic Permit for the Discharge of Produced Ground Water from Any Non -Contaminated Site Activity" Chapter 62-621.300(2), FAC. The Contractor shall have on-site and available for review the analytical testing results performed in accordance with FDEP Chapter 62-621.300(2), FAC. Consumptive Use Permit (CUP): If pumping requirements exceed certain limits, the Contractor shall pay for and obtain a CUP from the regional Water Management District for such pumped volumes. If a consumptive use permit is required by the local Water Management District, the Contractor shall be responsible for obtaining said permit. Comply with all conditions of the Dewatering Permit issued by the Water Management District. Apply for permit extensions or modifications, when required. All water produced from dewatering shall be pumped from the trench or other excavation and shall be disposed of in strict accordance with applicable permits. The Contractor will be allowed to discharge product water from dewatering into storm sewers, or ditches having adequate capacity, canals or suitable disposal pits, or other surface waters in accordance with the Dewatering Plan, provided that the water has been sampled and tested by the Contractor, is in compliance with the concentration limits specified in 62- 621.300(2) FAC, and the Contractor has obtained an FDEP Generic Permit for the production of groundwater. The frequency of water sampling and testing shall be determined by the Engineer based on existing conditions and field observations. 204. UNSUITABLE MATERIAL REMOVAL All unsuitable material, such as muck, clay, rock, etc., shall be excavated from under pipes, structures and roadways and removed from the site. All material removed is property of the Contractor, who shall dispose of said material off-site at their expense. The limits and depths of the excavation shall be determined in the field by the Engineer. Approved replacement materials shall meet the requirements of Section 304. 204-1. BASIS OF MEASUREMENT The basis of measurement shall be the number of cubic yards of clean fill placed as determined by either cross sections of the excavation, truck measure, or lump sum as specified in the Scope of Work and Contract Proposal. Included in the cost of removing unsuitable material is the cost to place suitable material/clean fill. 204-2. BASIS OF PAYMENT The unit price for the removal of unsuitable material shall include: all materials, equipment, tools, labor, disposal, hauling, excavating, dredging, placing, compaction, dressing surface and incidentals necessary to complete the work. If no pay item is given, the removal of unsuitable material shall be included in the most appropriate bid item. 205. UTILITY TIE IN LOCATION MARKING The tie in locations for utility laterals of water, sanitary sewer, and gas shall be plainly marked on the back of the curb. Marking placed on the curb shall be perpendicular with respect to the curb of the tie in location on the utility lateral. Marks shall not be placed on the curb where laterals cross diagonally under the curb. The tie in location shall be the end of the utility lateral prior to service connection. v. 7.2024 80 • • • • Markings shall be uniform in size and shape and colors in conformance with the current code adopted by the American Public Works Association: SAFETY RED Electric Power Lines, Cables, Conduit and Lighting Cables HIGH VISIBILITY SAFETY YELLOW Gas, Oil, Steam, Petroleum or Gaseous Materials SAFETY ALERT ORANGE Communication, Alarm or Signal Lines, Cables or Conduit SAFETY BLUE Potable Water SAFETY GREEN Sewer Systems and Drain Lines PURPLE Reclaimed Water, Irrigation and Slurry Lines WHITE Proposed Excavation PINK Temporary Survey Markings Marks placed on curbs shall be rectangular in shape and placed with the long dimension perpendicular to the flow line of the curb. Marks placed on valley gutter and modified curb shall be six-inch (6") x three inch (3") and placed at the back of the curb. Marks placed on State Road and vertical curb shall be four -inch (4") x two inch (2") and be placed on the curb face. 206. CLEARING AND GRUBBING The work included in this specification includes the removal and disposal of all structures, appurtenances, asphalt, concrete, curbs, walls, trees, roots, vegetation, boulders, conduits, poles, posts, pipes, inlets, brush, stumps, debris and other obstructions resting on or protruding through the ground surface necessary to prepare the area for construction. Clearing and grubbing shall be performed in accordance with Section 110 of FDOT's Standard Specifications. Unless otherwise specified in the contract documents, the Contractor shall take ownership of all removed material and dispose of them off-site in accordance with all Local, State and Federal Requirements. 206-1. BASIS OF MEASUREMENT The basis of measurement shall be either a lump sum quantity or the number of acres cleared and grubbed as specified on the plans or directed by the Engineer. 206-2. BASIS OF PAYMENT The pay item for clearing and grubbing shall include: all removal and disposal of materials and structures as well as all materials, hauling, equipment, tools, labor, leveling of terrain, landscape trimming and all incidentals necessary to complete the work. 207. EROSION AND SEDIMENT CONTROL 207-1. GENERAL Erosion and sediment control shall conform to the requirements of the FDOT Standard Specifications for Prevention, Control, and Abatement of Erosion and Water Pollution. Contractor shall use temporary erosion and sediment control features found in the State of Florida Erosion and Sediment Control v. 7.2024 81 Designer and Reviewer Manual (E&SC Manual) or the city of Clearwater Standard Indices. Contractor shall prepare and submit a Stormwater Pollution Prevention Plan (SWPPP) and National Pollutant Discharge Elimination System (NPDES) permit in accordance with FDEP criteria for an NPDES construction activity permit. Visit www.dep.state.fl.us/water/stormwater/npdes for more information. Contractor shall obtain a FDEP generic permit for the discharge of produced groundwater. All soil erosion and sediment control measures shall be installed prior to disturbance and maintained through project completion. 207-2. TRAINING OF PERSONNEL The city may require that the Supervisor or Foreman controlling the work for the Contractor on the Project have a current FDEP Florida Stormwater, Erosion, and Sedimentation Control Inspector Training & Certification. All personnel working on the Project shall complete illicit discharge training once per calendar year. Contractor shall provide documentation to the city prior to Notice to Proceed (NTP). Example of training and training sign -in sheet will be provided by the city to the Contractor at the Pre -Construction Meeting. 207-3. STABILIZATION OF DENUDED AREAS No disturbed area may be denuded for more than thirty (30) calendar days unless otherwise authorized by the City Engineer. During construction, denuded areas shall be covered by mulches such as straw, hay, filter fabric, seed and mulch, sod, or some other temporary vegetation. Within sixty (60) calendar days after final grade is established on any portion of a project site, that portion of the site shall be provided with established permanent soil stabilization measures per the original site plan, whether by impervious surface or landscaping. 207-4. PROTECTION AND STABILIZATION OF SOIL STOCKPILES Fill material stockpiles shall be protected at all times by on-site drainage controls which prevent erosion of the stockpiled material. Control of dust from such stockpiles may be required, depending upon their location and the expected length of time the stockpiles will be present. In no case shall an un -stabilized stockpile remain after thirty (30) calendar days. 207-5. PROTECTION OF EXISTING STORM SEWER SYSTEMS During construction, all storm sewer inlets in the vicinity of the project shall be protected by temporary erosion and sediment control features found in the State of Florida Erosion and Sediment Control Designer and Reviewer Manual (E&SC Manual) or the city of Clearwater Standard Indices, or equals approved by the City Engineer before installation. 207-6. SWALES, DITCHES AND CHANNELS All swales, ditches and channels leading from the site shall be sodded within three (3) days after finished grade is established. All other interior swales, etc., including detention areas will be sodded and maintained by the Contractor prior to issuance of a Certificate of Occupancy. 207-7. UNDERGROUND UTILITY CONSTRUCTION The construction of underground utility lines and other structures shall be done in accordance with the following standards: no more than 400 linear feet of trench shall be open at any one time; and, wherever consistent with safety and space consideration, excavated material shall be cast to the uphill side of trenches. Trench material shall not be cast into or onto the slope of any stream, channel, road ditch or waterway. No trench shall be open at the end of a workday, weekdays, or weekends. 207-8. MAINTENANCE v. 7.2024 82 • • • All erosion and siltation control devices shall be checked daily by the Contractor, especially after each rainfall. The erosion and sedimentation control devices shall be cleaned out and/or repaired as required so sediment removal for the device does not exceed fifty (50) percent of its capacity. Contractor shall prepare and submit a Stormwater Pollution Prevention Plan (SWPPP) Construction Inspection Report on a weekly basis and within 24 hours of a storm that is 0.50 inches or greater. No additional payment will be made to the Contractor for the re-establishment of erosion control devices which may become damaged, destroyed, or otherwise rendered unsuitable for their intended function during the construction of the Project. Near completion of the project, after obtaining written approval by the Engineer, the Contractor shall dismantle and remove the temporary devices used for sediment control during construction. All erosion control devices in seeded areas shall be left in place until the grass is established. Seed areas around devices, and mulch after removing or filling temporary control devices. Cleanup all areas. 207-9. COMPLIANCE Failure to comply with the aforementioned requirements as determined by the city's project manager or inspector may result in a fine and/or more stringent enforcement procedures such as (but not limited to) issuance of a "Stop Work Order". 208. CONSTRUCTION AND REPAIR OF SEAWALLS AND OTHER BEACH EROSION CONTROL STRUCTURES 208-1. EXISTING SEAWALLS AND REVETMENTS Existing seawalls and revetments on natural water bodies may be replaced with a revetment or with a vertical seawall with the provision of rip rap placed at the base of the wall up to the mean high water line for the entire length of the seawall. Revetments and seawalls may be replaced with a vertical seawall in manmade water bodies, provided that the seawall is within the property line and maintains the established shoreline. 208-2. TOP OF CAP ELEVATION The top of cap elevation for all replacement and new seawalls and seawall caps shall not exceed 4.8 feet North American Vertical Datum (NAVD 88) If the top of a seawall cap is constructed at an elevation differing from the adjacent property owner top of cap elevation by greater than one foot, then a return wall is required to sufficiently provide for the break in grade at the property line. Seawalls exceeding 4.8 feet NAVD 88 in height prior to the effective date of this Section may be maintained, repaired, and replaced to their current height. 208-3. SEAWALLS AND REVETMENTS LOCATED SEAWARD OF THE CCL Seawalls and revetments located seaward of the coastal construction setback line are controlled by regulations of the Division of Beaches and Shores of the Florida Department of Environmental Protection. Replacement of a seawall or revetment that is located seaward of the coastal construction setback line necessitates submission of a permit application to the state department of environmental protection. 208-4. PLACEMENT OF NEW SEAWALL The placement of a new seawall waterward of an existing seawall is permitted, subject to the following conditions: A. A Florida registered professional engineer must certify the new seawall design. B. The new seawall shall not extend more than 18 inches from the waterward face of the original alignment of the existing vertical seawall location. C. The new seawall shall be placed vertically plumb. v. 7.2024 83 D. Placing a seawall in front of an existing seawall shall only be permitted once unless the seawall behind the new seawall is removed. E. Existing seawall sections that interfere with new seawall location shall be removed. F. The new seawall shall include an adequate closure of gaps at each property line. G. For zoning purposes, the setbacks for the property will be measured from either the property line or the waterside of the original seawall slab, whichever is more restrictive, and will not be adjusted to accommodate the new seawall addition. For purposes of pier construction, the shore normal dimensions will be measured from the waterside of the original seawall slab. 208-5. POST CONSTRUCTION SURVEY Prior to final inspection and approval of a new or replacement seawall or seawall cap, a post -construction survey shall be required. Repairs of existing seawalls and seawall caps which do not alter the height or location shall not be subject to this requirement. 208-6. RIP -RAP On all -natural waterways, an apron of rip -rap shall be placed at the base of all new and repaired seawalls up to the mean high water line for the entire length of the seawall to absorb the wave energy and protect the underlying soft earth or sand from being carried away, as well as to provide habitat for desirable marine species. This rip -rap shall be required at the base of all new seawalls and at the time that an existing seawall is repaired where the replacement constitutes greater than 50 percent of the entire length of the seawall or includes the replacement of a panel. 208-7. RETAINING WALL IN LIEU OF VERTICAL SEAWALL A retaining wall may be built as an alternative to a vertical seawall, provided that all activities, including dredging, filling, slope grading, or equipment access and similar activities and all portions of the wall are located landward of the mean high water line. 209. MAINTENANCE OF OPERATIONS 209-1. GENERAL This Section sets forth the requirements for scheduling and performing the work to keep existing utilities in continuous, reliable operation. The Contractor shall furnish all labor, materials, equipment, and incidentals necessary to maintain existing utilities service during construction. Contractor shall also keep on hand adequate equipment, supplies, and incidentals to repair pipe breaks and to contain and dispose of all spilled materials. 209-2. EXECUTION A. Before any work begins, the Contractor shall submit for city review a Maintenance of Flow Plan. The Maintenance of Flow Plan shall include all procedures to be performed by the Contractor to maintain continuous operation of the city's existing utility services. The Plan shall also include emergency response and remedial action measures. Maintenance of Flow Plan: A. The Contractor shall prepare a Maintenance of Flow Plan with two points of contact that describes in detail the work that will be performed by the Contractor to maintain continuous operation of the city's existing utility services. Maintenance of Flow Plan shall address the temporary and permanent flow diversion of utilities and other city facilities. v. 7.2024 84 • • • • • • B. Temporary diversion of the utility flows shall be done using a minimum of two (2) bypass pumps (one duty, one standby) to pump from the upstream manhole to the downstream manhole. Bypass pumps shall have hospital grade sound attenuation. The Contractor shall obtain peak wet weather flow rates in the utility from the city and shall demonstrate in the Maintenance of Flow Plan that adequate pumping capacity is provided to accommodate peak wet weather flow. The Contractor and city personnel that are experienced in the collection system shall determine the float levels in the field, pump on, standby or lag pump on, and high-level alarm. The Contractor shall have full responsibility for the operation and management of the temporary diversion/ bypass. The high-level alarm shall be connected to an auto dialer or remote monitoring system to notify the Contractor of an alarm condition. The bypass pump suction manhole shall use the collection system for a temporary wet well storage; however, surcharging in the existing utility system shall be limited. Once the high-level float alarm is triggered, it shall allow enough time for emergency Contractor personnel to arrive on scene and resolve the problem prior to any utility overflows. The bypass suction and discharge pipes may require the removal of the manhole tops which will result in excess odor escaping from the manholes. The Contractor shall provide a means to seal odors within the bypass manholes to minimize odors during the temporary diversion. C. The Maintenance of Flow Plan shall include a sequence of construction with projected time, in days, for each step in the sequence. D. If the work required to maintain utility operation must occur during evening, night or weekend hours, the Contractor shall notify the affected residents in advance of the projected work. The Contractor shall reimburse the city for overtime work, including inspector overtime, in excess of regular working hours. The Contractor must also get permission from city Project Manager before working outside of Noise Ordinance hours. E. Identify the person(s) responsible for executing the Maintenance of Flow Plan and the systems to be put in place for monitoring the existing utility system's ability to maintain flow. B. All utility relocation work shall be completed prior to construction. The Contractor shall familiarize himself with the site, including the locations, sizes, and conditions of the existing utilities in and around the work zones where relocation of existing utilities is required. The location of storm sewer inlets, drainage swales, and runoff patterns should be identified, and a Plan developed to contain potential releases. C. The Contractor shall carry out his operations in accordance with all applicable OSHA regulations, including confined space entry requirements, as well as local, city, and state requirements, and in accordance with the approved MOT plan. In addition, the Contractor shall protect the public from harm while performing the work by using barricades, warning lights and other means as necessary. D. The Contractor shall keep existing utilities in service during all phases of construction and coordinate any system shutdowns with the city sufficiently in advance to provide alternative service. The Contractor shall provide a minimum of 10 days' notice. Contractor shall protect the city's utility system for any spills or overflows during construction. The city's Project Manager and Dispatch (727-462-6633) shall be notified of any spills or overflows immediately. E. Any temporary work, facilities, roads, walks, protection of existing structures, piping, blind flanges, valves, equipment, etc. that may be required shall be furnished and maintained by the Contractor. The cost shall be included in the appropriate bid items. v. 7.2024 85 F. The Contractor shall schedule the work in such a manner so that all existing utility systems are maintained in continuous operation. All short-term or partial utility system shutdowns shall be approved in writing by the city. If, in the opinion of the city, a shutdown is not required in order for the Contractor to perform the work, the Contractor shall utilize alternative methods to accomplish the work. The city shall be provided a minimum of ten (10) business days' notice of Contractor's need for any existing utility system shutdown or if there is a need of assistance from the Public Utilities Department. Contractor must also provide the city with at least two (2) business days' notice before Contractor is allowed to work at city facilities. G. Required shutdowns shall not begin until all materials are on -hand, pre -assembled, as possible, and ready for installation. Upon commencement of the shutdown period, the Contractor shall proceed with the work continuously, start to finish, until the work is completed, and the system is tested, cleared for service, and ready for operation. If the Contractor completes all required work before the specified shutdown period has ended, the city may immediately place the system back in service. H. The city shall have the sole authority to prohibit or order work stopped. The city reserves the right to cancel scheduled shutdowns if conditions warrant. Delays to the Contractor caused by cancellations will be considered in evaluating requests for a time extension. They will not be considered an entitlement to additional compensation. However, compensation may be considered at city's sole discretion. I. During inclement weather, all work which might be damaged or rendered inferior by such weather conditions shall be suspended. The orders and decisions of the city as to suspensions shall be final and binding. During suspension of the work from any cause, the work shall be suitably covered and protected to preserve it from injury by the weather or otherwise, if the city shall so direct surplus materials shall be removed. Contractor shall protect the city's utility system from inflow during inclement weather during the construction. J. The Contractor shall submit a Critical Path Method (CPM) work schedule at the pre -construction meeting showing all critical items of work and anticipated shut down times. Note that no activity will be allowed until the CPM is approved by the city or the Engineer of Record (EOR). K. Contractor must submit a detailed schedule and process description for proposed testing. Training of all new equipment must be videotaped including two weeks of training prior to startup. If there are multiple sites under the same contract each site startup shall occur as soon as it is complete. If there are multiple shifts at any site(s) where city staff require training, Contractor shall hold multiple trainings convenient for each shift. L. Required shutdowns shall not begin until all materials are on -hand, pre -assembled to the extent possible, and ready for installation. Upon commencement of the shutdown period, the Contractor shall proceed with the work continuously, start to finish, until the work is completed, and the system is tested, cleared for service, and ready for operation. If the Contractor completes all required work before the specified shutdown period has ended, the city may immediately place the system back in service. 209-3. BASIS OF MEASUREMENT There shall be no separate measurement and payment for this task. 210. DETECTION OF FACILITIES v. 7.2024 86 • • • • The locations of all existing underground piping, structures, and other facilities are shown based on information received from the respective owner. The locations are shown without express or implied representation, assurance, or guarantee that they are complete, correct, or a represent a true picture of the actual underground facilities to be encountered. It is the Contractor's responsibility to verify the correct location and sizing of all utilities (including connection points). All appropriate utility companies and agencies shall be contacted 72 hours prior to excavation. Call "One CaII"/ "Sunshine 811" at 8-1-1; "Sunshine 811" administrative offices may be reached at (800) 638-4097. The Contractor shall at all times employ acceptable methods and exercise reasonable care and skill so as to avoid unnecessary delay, injury, damage, or destruction of existing utilities or cause interference. The Contractor shall conduct exploratory excavations as necessary for the purpose of locating underground pipelines, structures, and utilities in advance of construction. Test pits shall be excavated in areas of potential conflicts between existing and proposed facilities and at piping connections to existing facilities a minimum of 48 hours and 1000 ft in advance of work. If there is a potential conflict, the Contractor shall notify the Owner and Engineer immediately and provide as much information as possible including but not limited to location, elevation, utility type, material, and size. Test pits shall be backfilled immediately after their purpose has been satisfied. There shall be no additional compensation for exploratory excavations. 211. RELOCATIONS 211-1. RELOCATION SHOWN ON DRAWINGS Relocations shown on the Drawings: Public utility installations or structures, including but not limited to poles, signs, fences, piping, conduits and drains that interfere with the positioning of the work which are shown on the Drawings to be removed, relocated, replaced or rebuilt by the Contractor shall be considered as part of the general cost of doing the Work and shall be included in the prices bid for the various contract items. No separate payment shall be made, therefore. All existing castings, including valve boxes, junction boxes, manholes, hand holes, pull boxes, inlets and similar structures in the areas of construction that are to remain in service and in areas of trench restoration and pavement replacement, shall be adjusted by the Contractor to bring them flush with the surface of the finished work. All existing utility systems which conflict with the construction of the work herein, which can be temporarily removed and replaced, shall be accomplished at the expense of the Contractor. Work shall be done by the utility unless the utility approves in writing that the Work may be done by the Contractor. 211-2. RELOCATIONS NOT SHOWN ON DRAWINGS Where public utility installations or structures are encountered during the course of work, and are not indicated on the Drawings or in the specifications, and when in the opinion of the city, removal, relocation, replacement, or rebuilding is necessary to complete the work, such work shall be accomplished by the utility having jurisdiction or such work may be requested in writing by the city for the Contractor to perform and fairly compensated once work is complete. If such work is accomplished by the utility having jurisdiction, it will be carried out expeditiously and the Contractor shall give full cooperation to permit the utility to complete the removal, relocation, replacement, or rebuilding as necessary. 212. RESTORATION PROCEDURES 212-1. INTERIM RESTORATION All excavations shall be backfilled and compacted as specified by the city and Engineer at the end of each working day. For excavations within existing paved areas, the limerock base or soil cement base shall be v. 7.2024 87 spread and compacted to provide a smooth surface free of aggregate material. The Contractor shall keep the site accessible to the city Staff at all times for the purpose of operating and maintaining the existing facility during construction. All pipe and fittings shall be neatly stored in a location, which will cause the least disturbance to the public. All debris shall be removed and properly disposed of by the end of each working day. 212-2. FINAL RESTORATION After completing all installations, pressure testing, bacteriological testing, and associated work, final restoration shall be performed. In no event shall final restoration begin after substantial completion. Any additional restoration required after testing shall be repaired in a timely manner at no additional cost to the city. Maintenance of all restored facilities shall be the Contractor's responsibility. This maintenance shall be performed on an on-going basis during the course of construction. The Contractor's Progress Schedule shall reflect the above restoration requirements. 100 SERIES: MATERIALS 101. CONCRETE The Contractor shall notify the Construction Inspector a minimum of twenty-four (24) hours in advance of all concrete placements. Contact Building Inspectors from the city Planning Department if building a structure is required. The Contractor shall give Building Inspectors a minimum of 48 hours in advance to inspect. Unless otherwise noted elsewhere or directed, the following requirements shall be adhered to: All concrete work shall be performed in accordance with the latest editions of the Design and Control of Concrete Mixtures by the Portland Cement Association, the American Concrete Institute, and FDOT's Standard Specifications. Unless otherwise specified, all concrete shall have fiber mesh reinforcing and have a minimum compressive strength of 3000 psi at twenty-eight (28) days. The cement type shall be Type I and shall conform to AASHTO M85 latest edition. The aggregate shall conform to ASTM C33 or latest current edition. All ready -mix concrete shall conform to ASTM C94 or latest edition. The slump for all concrete shall be in the range of three inches (3") to five inches (5"), except when admixtures or special placement considerations are required. All concrete shall be tested in the following manner: Placement of less than five cubic yards (5 cy) shall be tested at the Engineer's discretion. Otherwise, for each class, for each day, for every fifty cubic yards (50 cy) or part thereof exceeding five cubic yards (5 cy), one set of three (3) compressive strength cylinders will be required (1 at 7 days and 2 at 28 days). At the discretion of the Engineer, unacceptable test results may require the Contractor to provide further tests, as determined by the Engineer, to determine product acceptability, or need for removal, and compensation or denial thereof. 102. EXCAVATION AND FORMS FOR CONCRETE WORK 102-1. EXCAVATION Excavating for concrete work shall be made to the required depth of the subgrade or base upon which the concrete is to be placed. The base or subgrade shall be thoroughly compacted to a point six inches (6") outside said concrete work before the forms are placed. 102-2. FORMS Forms for concrete work shall be either wood or metal, except curbs. Curb forms shall be metal only, unless at radius, intermittent sections less than ten (10) linear feet or with written permission from the Engineer. v. 7.2024 88 • • • • The forms shall be free from warps or bends, shall have a depth equal to the dimensions required for the depth of the concrete deposited against them and shall be of sufficient strength when staked to resist the pressure of concrete without moving or springing. 103. REINFORCEMENT When required, reinforcement shall be placed in the concrete work. Reinforcement deformation shall be performed as per ASTM A615 Standard Specification for Deformed and Plain Carbon -Steel Bars for Concrete Reinforcement or latest edition. Reinforcement steel grades shall be billet intermediate or hard. Twisted Bars shall not be used, Fabric Reinforcement shall conform to the requirements of ASTM A1064 or latest edition that is relevant. Welded deformed steel wire fabric for Concrete reinforcement shall meet the requirements of AASHTO M 221 (ASTM A1064) or latest edition that is relevant. Welded wires shall be elevated with the use of chairs. Epoxy coated reinforcing Steel Bars shall meet ASTM A775/A77 requirements or latest edition. 103-1. BASIS OF PAYMENT Reinforcement shall not be paid for separately. The cost of such work shall be included in the contract unit price for the item of work specified. 104. BACKFILL 104-1. MATERIALS AND GENERAL Material for backfill other than under Gabion mattresses shall be carefully selected from the excavated material or from other sources as may be required by the Engineer. Such material shall be granular, free from any deleterious material including but not limited to clay, muck, organic matter or debris, contain no rocks or other hard fragments greater than three inches (3") in the largest dimension and all fill shall be similar material. Material for backfill under Gabion mattresses shall be an A-1 soil meeting AASHTO M145 (latest edition). Backfill shall be carried up evenly in layers not exceeding eight inches (8") in thickness and shall be compacted into place by mechanical tamping to 98% before the next layer is applied. A hydro -hammer shall not be used for compaction. Backfill placed around pipes shall be carefully placed below the pipe haunch, around the sides, and top of pipe by hand shovels and thoroughly compacted to twelve inches (12") above the pipe by tamping or other suitable means. For backfill in small areas that do not permit any type of tamping, Contractor may use flowable fill to achieve required density. Refer to Section 306 for more details on flowable fill. Where wet conditions are such that dewatering by normal pumping methods would not be effective, as determined by the Engineer, Contractor may use #57 stone (meeting FDOT's specifications) and hand tamping until backfill has reached an elevation and condition such as to make the use of the mechanical tampers practical. Fully wrap the stones with a layer of Type D filter fabric of FDOT Index 199 (latest edition). Do not place stones within four feet (4') of the ends of trench or ditch; use normally accepted backfill material at the ends. Where new cast -in-place concrete work is performed, do not place backfill until the specified twenty-eight (28) days compressive strength occurs. Heavy construction equipment shall not be permitted to cross over pipes or culverts until placing and compacting backfill material to the finished earthwork grade or to an elevation of at least four feet (4') above the top of the pipe or culvert. The cost of backfill, flowable fill, alternative approved material for wet conditions, and extra dewatering effort to achieve required density, etc., shall be included in the contract unit price or lump sum price for the item of the work specified. v. 7.2024 89 104-2. TESTING AND INSPECTION Contractor shall employ and pay for the services of an independent testing laboratory, approved by the Engineer, to perform density testing on backfilled material. All testing shall be witnessed by the Engineer's Representative. The test shall be repeated until satisfactory results are obtained. The Contractor shall be charged for all retests and re -inspection services. Backfill under all types of pavement areas shall be compacted in layers not to exceed 6" in thickness unless an alternate method is approved by the Engineer. Backfill shall be a minimum of 98% compaction as determined by AASHTO T 180 - Modified Proctor Density Test (latest edition) to the bottom of pavement. Backfill outside of pavement areas shall be compacted to the full depth to the ground surface to a minimum of 95% compaction as determined by AASHTO T 180 - Modified Proctor Density Test (latest edition). Backfill under buried structures shall be in accordance with these specifications to prevent future subsidence. Backfill Testing: The Contractor shall demonstrate the adequacy of backfill compaction by performing density testing. For each test location, density testing shall be performed at six-inch (6") lifts. The character of the backfill material will be observed during the excavation for density testing to determine conformance with the specifications. Density testing shall be performed using nuclear field density equipment or conventional weight -volume methods. If the weight -volume method is used, volume shall be determined by using the sand replacement test (ASTM D1556/ D1556M the latest edition) or liquid displacement methods (ASTM D2167 latest edition). If nuclear methods are used, the trench correction effect shall be accounted for by recalibrating the nuclear gauge on its calibration block at the location of each test prior to taking the density measurement. The Contractor shall furnish all equipment, tools, and labor to prepare the test site for testing. Normal Testing Frequency: One test shall be performed for each one hundred feet (100') of backfill or fraction thereof or for each single run of pipe/culvert connecting two (2) successive structures whichever is less. The location of the test within each section shall be selected by the Engineer's Representative. Testing shall progress as each one hundred -foot (100') section is completed. Four (4) tests equally spaced around each structure shall be performed on each six-inch (6") lift. Testing which indicates that unacceptable material has been incorporated into the backfill, or that insufficient compaction is being obtained shall be followed by expanded testing to determine the limits of the unacceptable backfill. Expanded Testing Requirements: If normal testing within a testing section indicates unacceptable backfill, the Engineer's Representative may require additional testing within the same test section to determine the limits of unacceptable backfill. Additional testing required by the Engineer's Representative shall be paid for by the Contractor and shall not exceed testing of four (4) additional locations within the test section. Unacceptable backfill within the limits established by the testing shall be removed and replaced by the Contractor at no additional cost to the city. Additional testing beyond that required may be performed by the Contractor at his expense to further delineate limits of unacceptable backfill. 105. RIPRAP The work included in this specification includes the construction of riprap as shown on the plans. The riprap shall be constructed per Section 530 of FDOT's Standard Specifications (latest edition). 105-1. BASIS OF MEASUREMENT The basis of measurement for riprap will be weight, in tons, in surface dry natural state. The scales must be calibrated and certified by an independent party and carry a state certification. 105-2. BASIS OF PAYMENT v. 7.2024 90 • • • • The pay item for sand -cement riprap shall include: all materials, testing, labor, grout, hauling, equipment, excavation, backfill, dressing and shaping for placement of sand -cement and all incidentals necessary to complete the work. The pay item for rubble riprap shall include: all materials, required bedding stone, dressing and shaping for placement of bedding stone, filter fabric, testing, hauling, excavating, backfill, dressing and shaping for placement of rubble, and all incidentals necessary to complete the work. No payment will be granted if concrete or stone that exists on-site is used as rubble riprap. 106. FLOWABLE FILL Flowable fill is used in backfill and to fill all abandoned pipelines that are not removed. Mains that need to be abandoned shall be cut, capped, and filled with flowable fill meeting the requirements specified herein. Flowable fill shall adhere to Section 121 of FDOT specifications (latest edition). The Contractor shall be responsible for producing a flowable mixture using these guidelines and adjusting his mixture design as called for by circumstances or as may be directed by the Engineer. General mix requirements are as follows: Components Excavatable Non Excavatable Cellular Concrete Cement (Ib/yd3) 75-100 75-150 Min 150 Supplementary Cementitious Materials (Ib/yd3) None 150-600 Fine Aggregate * Water ** ** ** Air 5-35% 5-15% *** Unit Weight (Ib/ft3) 90-110 100-125 20-80 28 Day Compressive Strength **** **** **** * Fine aggregate shall be proportioned to yield 1 cubic yard (yd3). ** Mix design shall produce a consistency that will result in a flowable self -leveling product at the time of placement *** In cellular concrete, preformed foam shall be proportioned at the jobsite to yield 1 cubic yard in accordance with design requirements **** The requirements for percent air, compressive strength, and unit weight are for laboratory designs only and are not intended for jobsite acceptance requirements Weights for fine aggregate and water shall be adjusted according to cementitious content. The mix proportions shall be adjusted for removability, pumpability and flowability. If required, strength test data shall be provided prior to batching. If required by the Engineer, the flowability can be measured by afflux time determined in accordance with ASTM C939/ C939M — 16a (latest edition) and shall be 30 seconds +/- 5 seconds as measured on mortar passing the No. 4 sieve. The equipment required to perform this test shall be provided by the Contractor. v. 7.2024 91 The Contractor shall flush all raw sewage, sludge, debris, and water from the force mains prior to filling pipeline with flowable fill. If not discharged into a sanitary sewer system, the Contractor shall collect all flushing water and dispose of at a wastewater treatment facility. City Public Utilities Department IPP Coordinator and Director and/or Assistant Director must approve of the discharge into the collection system or wastewater treatment plant. The Contractor must locate and verify all connections of the piping before filling the pipeline with flowable fill to avoid redirection and reconnection and report them to the Engineer. During placement of fill, compensate for irregularities in sewer pipe, such as obstructions, open joints, or broken pipe to ensure no voids remain unfilled. Clean placement areas of sewer and water lines of debris that may hinder fill placement. Remove excessive amounts of sludge and other substances that may degrade performance of fill. Remove free water prior to starting fill placement. All proposed new force mains shall be installed, pressure tested, and placed in-service prior to abandoning the existing force mains. All pipes shall be abandoned in a manner which results in the abandoned pipeline not being pressurized. Flowable fill shall be produced and delivered using concrete construction equipment. Placing flowable fill shall be by chute, pumping or other methods approved by the Engineer. The flowable fill shall be placed to the designated fill line without vibration or other means of compaction. Placement shall be avoided during inclement weather, e.g. rain or ambient temperatures below 40°F. The Contractor shall take all necessary precautions to prevent any damages caused by the hydraulic pressure of the fill during placement prior to hardening. Also, necessary means to confine the materials within the designated space shall be provided by the Contractor. During placement of the fill, the Contractor is to avoid construction stoppage that would exceed the working time of the fill. If for any case that the fill would harden, the Contractor is responsible for properly installing fill into the abandoned pipeline from another location and shall meet the requirements specified herein. A city Engineering Department Representative shall be present to witness the placement of flowable fill in abandoned pipelines. A 48-hour notice shall be given to the city before the placement of fill. The flowable fill shall be proportioned and placed as specified herein. In general, the strength desired is the maximum hardness that can be excavated at a later date using conventional excavating equipment. No curing protection is required. The fill shall be left undisturbed until material obtains sufficient strength. Sufficient strength is a minimum of 150 psi penetration resistance as measured using a handheld penetrometer. The penetrometer shall be provided by the Contractor. All flowable fill areas subjected to traffic loads must have a durable riding surface. Payment of the applicable lump sum price shall be full compensation for furnishing all labor, materials and equipment necessary and will include, but is not limited to the necessary costs associated with the installation of the flowable fill as shown in the Drawings and as described in the Contract Documents. 107. MATERIAL INDEPENDENT TESTING The city shall have the right to have an independent testing laboratory select, test, and analyze, at the expense of the city, test specimens of any or all materials to be used. The results of such tests and analyses shall be considered, along with the tests or analyses made by the Contractor, to determine compliance with the applicable specifications for the materials so tested or analyzed. The Contractor hereby understands and accepts that wherever any portion of the work is discovered, as a result of such independent testing or v. 7.2024 92 • • • investigation by the city, which fails to meet the requirements of the Contract documents, all costs of such independent inspection and investigation as well as all costs of removal, correction, reconstruction, or repair of any such work shall be borne solely by the Contractor. 200 SERIES: SANITARY SEWER 201. SANITARY MANHOLES 201-1. BUILT UP TYPE Manholes shall be constructed of brick with cast iron frames and covers as shown on the drawings. Invert channels shall be constructed smooth and semicircular in shape conforming to the inside of the adjacent sewer section. Changes in direction of flow shall be made in a smooth curve of as large a radius as possible. Changes in size and grade of channels shall be made gradually and evenly. Invert channels shall be formed by one of the following methods: formed directly into concrete manhole base, build up with brick and mortar, or lay half tile in concrete. For invert channels formed using the brick and mortar, or the half tile in concrete approaches the entire bench and channel area will be coated with a minimum of one-half inch of Xypex Megamix II or approved equal. The manhole floor outside of channels shall be made smooth and sloped toward channels. Free drop in manholes from inlet pipe invert to top of floor outside the channels shall not exceed 12 inches (12"). Standard Drop Manholes shall be constructed wherever free drop exceeds twelve inches (12"). Doghouse manholes and flat top manholes are not permitted. If a drop manhole is needed, only outside drop manholes allowed. Manhole steps shall not be provided. Joints shall be completely filled with mortar, shall be smoothed from inside of manholes. The entire interior and exterior of brick manholes shall be plastered with one half inch (1/2") of Mega Mix II with Bio San as supplied by Xypex or approved equal. Brick used may be solid only. Brick shall be laid radially with every sixth course being a stretcher course. Maintenance of Flow Plan: A. The Contractor shall prepare a Maintenance of Flow Plan that describes in detail the work that will be performed by the Contractor to maintain continuous operation of the city's existing utility services. Maintenance of Flow Plan shall address the temporary and permanent flow diversion of gravity sewers and service laterals. B. Temporary diversion of the gravity sewer flows shall be done using bypass pumps (one duty, one standby) to pump from the upstream manhole to the downstream manhole. Bypass pumps shall have hospital grade sound attenuation. The Contractor shall obtain peak wet weather flow rates in the gravity sewer from the city and shall demonstrate in the Maintenance of Flow Plan that adequate pumping capacity is provided to accommodate peak wet weather flow. The Contractor and city personnel that are experienced in the collection system shall determine the float levels in the field, pump on, standby or lag pump on, and high-level alarm. The high-level alarm shall be connected to an auto dialer to notify the Contractor of an alarm condition. The bypass pump suction manhole shall use the collection system for a temporary wet well storage; however, surcharging in the existing sewer system shall be limited. Once the high-level float alarm is triggered, it shall allow enough time for emergency Contractor personnel to arrive on scene and resolve the problem prior to any sanitary sewer overflows. The bypass suction and discharge pipes may require the removal of the manhole tops which will result in excess odor escaping from the manholes. The contractor v. 7.2024 93 shall provide a means to seal odors within the bypass manholes to minimize odors during the temporary diversion. C. The Maintenance of Flow Plan shall include a sequence of construction with projected time, in days, for each step in the sequence. D. If the work required to maintain utility operation must occur during evening, night or weekend hours, the Contractor shall notify the affected residents in advance of the projected work. The Contractor shall reimburse the city for overtime work, including inspector overtime, in excess of regular working hours. The Contractor must also get permission from city Project Manager before working outside of Noise Ordinance hours. E. Identify the person(s) responsible for executing the Maintenance of Flow Plan and the systems to be put in place for monitoring the existing utility system's ability to maintain flow. 201-2. PRECAST TYPE Precast Sanitary Manholes shall conform to this specification unless otherwise approved by the City Engineer. AASHTO M 85 Type II cement, with Xypex Admix C -1000R or approved equal, shall be used throughout with a minimum wall thickness of five inches (5"). The precast sections shall conform to ASTM C478 (latest edition). Section joints shall be a tongue and groove with "ram neck" gasket, Pro Stik Butyl Sealant or "0" ring to provide a watertight joint. Caulking of joint shall not be allowed. Minimum concrete strength shall be 4000 psi at 28 days. Xypex admixture must be added to the concrete at the time of batching. Under normal conditions, the crystalline powder shall be added to the concrete mix at the following rates: A. Xypex Admix C -1000R 3.5 % by weight of cement content Note: For enhanced chemical protection or for meeting specific project requirements or where the concrete mix design contains higher than 25% type F fly ash content or includes a Portland cement/slag cement/type C fly ash blend, consult with manufacturer or its authorized representative to determine appropriate dosage rates. One set of shop drawings and location inventory shall be submitted to the city Project Manager and Engineer of Record for approval. Approval of shop drawings does not relieve Contractor of responsibility for compliance to these specifications unless letter from Contractor requesting specific variance is approved by the City Engineer. Location inventory submitted with shop drawing shall detail parts of manhole per manhole as numbered on the construction plans. All manhole parts shall be numbered or lettered before being sent to the job site to permit proper construction placement. A plan or list of the numbering system shall be present on the job site when manhole components are delivered. Precast manhole dimensions, drop entry, grout flow of channel, etc., shall be as shown on city of Clearwater Engineering Index 302 Sheets. Manhole sections shall be rejected if abused during shipping or placement and if pipe openings are not properly aligned. The "break in" to precast manholes for pipe entry will not be allowed. The manhole base shall be set on a pad of A 1 or A 2 Classification compacted soil approximately five inches (5") thick as referenced in Section 304-2 and twelve inches (12") of # 57 grade stone, wrapped in geotextile to secure proper seating and bearing. Refer to these Technical Specifications, Section 304 for backfill and compaction requirements. 201-2.1. MANHOLE ADJUSTMENT RINGS (GRADE RINGS) v. 7.2024 94 • • • • • • Between the top of the manhole cone/corbel and the manhole cover frame, a manhole adjustment ring shall be installed. The intent of the manhole adjustment ring is to accommodate future grade changes without disturbing the manhole. See Section IV, Section 703-7, Asphaltic Concrete — Adjustment of Manholes. All final grade adjustment of manhole covers, and frame assemblies shall be completed utilizing injection molded high density polyethylene (HDPE) adjustment rings as manufactured by LADTECH, Inc. or an approved equal. The adjustment rings shall be manufactured from polyethylene plastic as identified in ASTM Specification D4976 (Standard Specification for Polyethylene Plastic Molding and Extrusion Materials) the latest edition. Material properties shall be tested and qualified for usage per the ASTM Test Methods referenced in the above ASTM standard. The adjustment rings shall be molded from 100% recycled material. The plastic rings shall be manufactured utilizing the injection molding process as defined by SPE (Society of Plastic Engineers). The adjustment rings shall be tested to assure compliance with impact and loading requirements per the AASHTO Standard Specification for Highway Bridges latest edition. Installation shall be per manufacture's recommendations for vacuum test installations only. The annular space between the rings and cone basin, the rings, and the rings and cover frame shall be sealed utilizing an approved butyl rope (not caulk) sealant. All adjustment for matching road grade shall be made utilizing a molded and indexed slope ring. All grade rings shall be covered by the LADTECH, Inc. warranty or one of equal terms and duration. Grade rings shall be Traffic Rated AASHTO HS -20 (latest edition). 201-2.2. STAINLESS STEEL MANHOLE STORM WATER INFLOW ABATEMENT INSERTS (DISH/PAN) 201-2.2.1. MATERIALS AND DESIGN General: The insert, gasket and relief valve shall be manufactured of materials resistant to corrosion from atmospheres containing hydrogen sulfide and dilute sulfuric acid. Insert: The insert body shall be manufactured of 304 stainless steel with a thickness of not less than 18 gauge. The insert shall have straight sides designed to allow a loose fit into the ring for easy removal. The insert manufacturer must furnish a "load test verification" showing a load test failure in excess of 3000 lbs. For added strength, no less than three (3) ribs shall be stamped in bottom of the insert. Gasket: The gasket shall be extruded onto the stainless dish with a Synthetic elastomer having the following physical properties: Tensile Strength: 335 psi - ASTM D412 Elongation 400-600% - ASTM D412 Shore Hardness: 25 Shore A - ASTM D2240 Adhesion to Stainless: 580 psi - ASTM D454 I/D7234 (Use latest edition) Relief Valve: The gas relief valve shall be designed to release at a pressure of .5 to 1.5 PSI and have a water leak down rate no greater than 5 gallons per 24 hours. The valve shall be installed in the insert by means of a hole tapped in the insert by the manufacturer. The valve shall be made of nitrite for prevention of corrosion from contact with hydrogen sulfide, dilute sulfuric acid and other gases associated with waste- water collections systems. Handle: The dish shall have a handle of 3/16" plastic -coated stainless-steel cable installed on the body of the dish. The handle shall be attached with a #6 high-grade stainless-steel rivet. The cable shall be braided in a manner which resists cutting with common bolt cutters. The cable terminal and eye shall be stainless steel. Manhole Frames: Manhole frame sizes vary, and the city will provide the successful bidder with specific dimensions and number of required inserts for each manhole frame size. Maximum insert outside diameter (OD) will not exceed 26.5 inches nor be less than 23 inches. Most frames have an outside diameter of 23.5 inches with a clear opening of 21.5 inches. 201-2.2.2. MEASUREMENT AND PAYMENT v. 7.2024 95 Payment of each inflow abatement insert shall be full compensation for furnishing all labor, materials and equipment necessary but not limited to the costs associated for the installation of the sanitary manholes' pans/dishes. 201-3. DROP MANHOLES Standard drop inlets to manholes shall be constructed of commercial pipe, fittings, and specials as detailed on the drawings. Only outside drop manholes allowed. 201-4. FRAMES AND COVERS Manhole frames and covers shall be set in a full bed of mortar with the top of the cover flush with or higher than finished grade as directed. Refer to Clearwater Standard Detail Index 301. 201-5. MANHOLE COATINGS The exterior of all precast manholes shall not require any specific coating. The interior shall be coated with either Spraywall®, Polyurethane or Raven 405 Epoxy at the direction of the city at a thickness not less than 125 mil. For new manholes install geotextile wrap at the joints. 201-6. CONNECTIONS TO MANHOLES • Connections to existing sanitary manholes using approved PVC sewer main shall be made with a manhole adapter coupling by NPC Kor-N-Seal® with stainless steel bands or approved equal water stop coupling. 201-7. MEASUREMENT AND PAYMENT Payment of each inflow abatement insert shall be full compensation for furnishing all labor, materials, and equipment necessary but not limited to the costs associated for the installation of the sanitary manholes. 202. RAISING OR LOWERING OF SANITARY SEWER STRUCTURES Sanitary Sewer Structures shall be raised or lowered as indicated on the plans or as indicated by the Engineer. 202-1. BASIS OF PAYMENT Payment, unless covered by a bid item, shall be included in the cost of the work. 203. SANITARY SEWERS AND FORCE MAINS 203-1. MATERIALS 203-1.1. GRAVITY SEWER PIPE GRAVITY SEWER PIPE SHALL BE POLYVINYL CHLORIDE OR DUCTILE IRON. All polyvinyl chloride mains (pipe and fittings) shall be at least 6 -inch -diameter, SDR 26, and conform to ASTM D3034; laterals can be four -inch (4") PVC schedule 40. Pipe and fittings shall be plainly marked with the ASTM designation. Strong back stainless steel Fernco is required for all non-mechanical PVC connections. The bell end of joints and fittings shall have a rubber sealing ring to provide a tight flexible seal in conformance with ASTM D3212 (latest edition). The laying length of pipe joints shall be a maximum of twenty feet (20'). Unless otherwise noted in these specifications or the construction plans, ductile iron pipe and fittings for gravity sewer shall conform to Section 502-2.1. of these Technical Specifications for DIP water main except the pipe interior shall be lined with Protecto 401 ceramic epoxy in accordance with manufacturer's recommendations. Where sanitary sewer main is to be placed between buildings lots in a sideline easement, the sewer main shall, insofar as possible, be constructed without manholes or lateral connections within the side easement. A two-way cleanout shall be installed on each lateral at the property line. v. 7.2024 96 • • • • • • 203-1.2. FORCE MAIN PIPE FORCE MAIN PIPE SHALL BE POLYVINYL CHLORIDE, DUCTILE IRON OR HDPE. Unless otherwise noted in the specifications or construction plans, polyvinyl chloride, ductile iron and HDPE force main pipe and fittings shall conform to Section 502-2.1 and 502-2.2 of these Technical Specifications for water main pipe except that DIP shall be lined with Protecto 401 ceramic epoxy in accordance with manufacturer's recommendations. All polyvinyl chloride pipe which has become deteriorated due to exposure to ultraviolet radiation shall be rejected. 203-2. INSTALLATION 203-2.1. GRAVITY SEWER PIPE Installation of Thermoplastic gravity sewer pipe shall be in conformance with recommended practices contained in ASTM D2321 (latest edition). The bottom trench width in an unsupported trench shall be limited to the minimum practicable width (typically pipe OD plus eight inches (8") to twelve inches (12") on each side) allowing working space to place and compact the haunching material. The use of trench boxes and movable sheeting shall be performed in such a manner that removal, backfill and compaction will not disturb compacted haunching material or pipe alignment. Dewatering of the trench bottom shall be accomplished using adequate means to allow preparation of bedding, placement of the haunching material and placement of the pipe in the trench without standing water. Dewatering shall continue until sufficient backfill is placed above the pipe to prevent flotation or misalignment. Where pipe bedding is insufficient to adequately support the pipe, the Contractor will be required to remove unsuitable material and pipe bedding and replace with Class I material (one half inch (1/2") diameter aggregate) to provide firm support of the pipe. The laterals shown on the plans do not necessarily reflect exact locations. The Contractor is required to locate all existing laterals for reconnection and to coordinate with the construction inspector, the location of all new laterals. 203-2.2. FORCE MAIN PIPE Installation of force main pipe shall be in conformance with Section 503 of these Technical Specifications for water main pipe. 203-3. INSPECTIONS OF LINES AND MANHOLES A. Inspection of completed lines and manholes shall be scheduled within a reasonable time after construction or when required by the Engineer. Before scheduling an inspection, the Contractor shall prepare the lines by cleaning and flushing. Manholes shall be clean, finished, and free of leaks. B. Manholes shall be on a true and uniform grade. The inverts shall have a smooth steel troweled finish. All benches shall be uniformly sloping. The frames shall be tight and properly set in mortar on solid masonry. The invert, benches and adjacent pipe shall be free of splattered mortar. All required interior lining or paint shall be kept intact. Manhole frames shall be adjusted to grade with the covers and frames cleaned and free of mortar and asphaltic mixtures. All precast manhole seams shall be filled with an approved asphaltic compound. v. 7.2024 97 C. Pipe between manholes shall be true to line and grade. Dips and sags with one inch or more of trapped water shall be cause for rejection. Air testing may be required also at the Contractor's expense. Contractor shall provide personnel to assist with inspections. D. The Contractor shall provide city Public Utilities Department and the Engineer with a Television Inspection of the completed gravity sewers in accordance with the following: 1. Shall be performed by a National Association of Sewer Service Companies (NASSCO) Pipeline Assessment & Certification Program (PACP) Certified Operator who will use software that is compatible with CUES Granite products latest version software to NASSCO PACP Standards. 2. Shall be submitted as digital media that includes video and data base file in PACP format and include a printed copy of the PACP television inspection log. 3. Shall perform a manhole inspection and provide a completed NASSCO Manhole Inspection form (latest version) for each manhole that is inspected 4. All pertinent data recorded in audio on the media to include: A. Subdivision name and phase number. B. Manhole numbers (these numbers must match manhole numbers on "as built" and record drawings). C. Date of inspection D. Size and material of pipe E. Service connection locations, right or left F. All distances between manholes G. Locations of suspected and obvious pipe deficiencies (i.e., bad joints, breaks or leaks, etc.) 1. PVC pipe shall have a deflection test using a seven and one-half percent (go -no-go) test mandrel of appropriate size, which shall be visible on video at all times. 2. The printed NASSCO PACP television report (indicating manhole numbers) which will accompany the media. This written report must include: A. Manhole numbers (these numbers must match manhole numbers on "as -built" and record drawings). B. Service connection locations, right or left. C. Reference to service connection locations out of manholes. D. Locations of suspected and obvious pipe deficiencies (i.e., bad joints, breaks or leaks, etc.). E. Depth of each manhole. F. Actual measured distance (on ground) between manholes. 1. All visual and television inspections shall be completed by the contractor and approved by city Public Utilities Department and Engineer after the road base has been constructed but prior to the placing of any asphalt. v. 7.2024 98 • • • • • • 2. Television Inspection Media must clearly show details of structural defects, misalignments and infiltration. 203-4. TESTING 203-4.1. TESTING OF GRAVITY SEWERS The Contractor shall take all precautions to secure a perfectly watertight sewer under all conditions. The water tightness of a sewer which has a crown lying below groundwater level shall be tested by measuring infiltration. The water tightness of sewers having crowns lying above groundwater level shall be tested by filling the pipe with water so as to produce a hydrostatic head of two feet or more above the crown of the sewer at the upper end of the test section or the water table outside of the sewer, whichever is higher, and then measuring the exfiltration. In no case shall the infiltration or exfiltration exceed fifty (50) gallons per inch of diameter per mile per day. The Contractor shall furnish all labor, materials and equipment to test the amount of infiltration or exfiltration under the Engineer's direction. Where the infiltration or exfiltration is excessive, the Contractor at their own expense shall take the necessary steps to remedy such conditions by uncovering the sewer, remaking the joints or by replacing the entire length of sewer as required by the Engineer. No such repaired joints may be backfilled until after they have been tested and found to be acceptable. Care shall be taken to avoid flotation. The Contractor shall TV inspect all mains and provide to the Engineer to verify the true and uniform grade and the absence of bellies or dropped joints prior to acceptance. Any dips or sags of more than five percent (5%) of the pipe inside diameter (ID) dimension from its design alignment shall be cause for rejection. The above tests shall be performed at the discretion of the Engineer on any or all sections of the line. 203-4.2. TESTING OF FORCE MAINS Force mains shall be tested under a hydrostatic pressure of 150 psi for two (2) hours, as described in Section 504 of these Technical Specifications for the testing of water mains. 203-5. BASIS OF PAYMENT 203-5.1. GRAVITY SEWER PIPE Payment for in place sanitary sewer gravity main pipe shall be the unit price per linear foot per appropriate range of depth of cut as contained in the contract bid. Measurement for payment shall be along the centerline of the sewer main from center to center of manholes. Payment for laterals shall be the unit price per linear foot of pipe as measured from the centerline of the sewer main pipe to the terminal end of the lateral pipe including a two-way cleanout at the property line. Payment for sewer pipe shall include all labor, equipment, and materials necessary to complete the installation. This shall include clearing and grubbing, excavation, shoring and dewatering, backfill and grading. 203-5.2. FORCE MAIN PIPE PAYMENT Payment and measurement of force main pipe shall be the same as described in Section 506 of these Technical Specifications for water main pipe. 204. CURED -IN-PLACE PIPE SANITARY SEWER REHABILITATION 204-1. GENERAL It is the intention of this specification to provide for the trenchless restoration of sanitary sewers, mains and service laterals, by the installation and curing of a resin impregnated felt tube/cured-in-place pipe (CIPP) liner. The liner shall be jointless, continuous from manhole to manhole, watertight and chemically resistant to withstand exposure to domestic sewage. Installation and curing shall include all labor, materials and v. 7.2024 99 equipment to provide for a complete, fully restored and functioning installation. Any proposed installer/contractor, or liner system, must be pre -approved by the city prior to receiving bids. The installer must be certified by the liner system manufacturer for installation of the liner system. The city reserves full and complete authority to approve the satisfactory nature of the both the liner system and the installer. The contractor shall provide trenchless reconstruction of service laterals and mainline sewers. The contractor shall have the capability of performing city's selected services which include televised inspection, data collection, system flow analysis, and pipeline reconstruction. The contractor shall employ adequate staff to perform the services required, staff should include Project Representative, Project Manager, Field Supervisor and Senior Foreman. Field supervisory personnel employed by the CIPP Contractor will have at least five (5) years of experience in the performance of the work and tasks as stated in the Contract Documents. Staff shall be proficient and experienced in all phases of services mentioned. The contractor shall perform all work and shall be a licensed Contractor for these services. The contractor shall be certified in confined space entry (OSHA) and traffic control. The contractor shall provide services that include safety measures for both the public and workers, including traffic control, and shall coordinate all scheduling with the city. The contractor shall work with the city in establishing priorities and in preparing work assignments. The contractor shall be completely responsible for the control of the environment of the work site during on- site operations. All precautions shall be taken by the selected contractor to protect the workers, public and city staff from the exposure to harmful or hazardous substances with the sewer system. The contractor shall be responsible for the transport and disposal of all waste materials. The selected contractor shall be responsible for all waste material spills and clean-up in the loading, hauling, and unloading of the contractor's equipment. The contractor shall be responsible for conforming to any and all requirements regarding hauling and disposal of sewer wastes from each city's work site in accordance with OSHA regulations and those that may be mandated by the Federal of State Governments. The contractor shall ensure that all waste material transporters possess all required local, state and federal transportation permits and that they comply with all local, state and federal regulations, including but without limitation, 40 CFR Part 263, "Standards Applicable to Transporters of Hazardous Wastes" and Chapter 17-730, Part 3, Florida Administrative Code, as may be amended from time to time. The contractor shall inform the city of its planned work schedules and shall afford the city reasonable opportunity to observe and inspect the contractor's work in process. The city will be advised of all schedule changes and notified when a work site is left for a 24-hour period when work is not complete. The contractor shall report to city's Inspector their daily progress. Work hours shall be from 7:00 AM to 3:30 PM Monday through Friday unless authorized in writing by the city's Project Manager. 204-2. MEASUREMENT & PAYMENT Payment for sanitary sewer rehabilitation using the cured -in-place product shall be made per linear foot including all preparation, installation, curing, flow maintenance, lateral reconnection, submittals, light cleaning (3 passes of cleaning head) of piping, material removal & disposal, CCTV inspection/reporting v. 7.2024 100 • • • • (pre & post installation) sealing of all leaks, connection to all manholes, traffic control on city streets, testing such as infiltration and/or exfiltration, provision of equipment, labor, materials, operations, restoration, etc., to provide a fully completed and operational sewer. Payment shall be measured from center of manhole to center of manhole for the sanitary sewer mains and from the connection to the main to the terminus of the liner for service laterals. 204-3. SUBMITTALS The Contractor shall submit the following information: A. Manufacturer's certification that the materials to be used meet the referenced standards and these specifications. B. License or certificate verifying Manufacture's/Licensor's approval of the installer. C. Proposed equipment and procedures for accomplishing the work. D. Lining Manufacturer's product data and instructions for resin and catalyst system. E. Design Calculations, in accordance with the Appendix of ASTM F1216 or latest edition, for each length of liner to be installed including the thickness of each proposed CIPP. It will be acceptable for the Contractor to submit a design for the most severe line condition and apply that design to all of the line sections. To be completed and certified by a Professional Engineer proficient in the design of pipeline systems. All calculations shall include data that conforms to the requirements of these specifications. F. A detailed installation plan describing all preparation work, cleaning operation, pre -closed-circuit television (CCTV) inspections, flow maintenance, traffic control, installation procedure, method of curing, service reconnection, quality control, testing to be performed, final CCTV inspection, and all else necessary and appropriate for a complete CIPP liner installation. G. Tube wet -out and cure method including: a complete description of the proposed wet -out procedure, manufacturer's recommended cure method- for each diameter and thickness of CIPP liner to be installed, and detailed curing procedure detailing the curing medium and the method of application. H. A detailed installation schedules. I. All SDS sheets for all materials to be furnished for the project. J. Weekly work schedules shall be submitted no later than close of business on proceeding Thursdays for the work on the following week. Scope of the schedule shall include the following: cleaning operations, CCTV pre & post operations, lining, and crew leader's information including phone number. 204-4. CURED -IN-PLACE PIPE (CIPP) FOR GRAVITY SEWER MAINS 204-4.1. LINER MATERIAL The liner material shall be an epoxy, vinyl ester or polyester fiber felt resin -impregnated tubing or city Engineering Department approved equal, sized to tightly fit the internal circumference and length of the designated gravity sewer. The cured liner shall meet the minimum initial structural properties as listed in ASTM F1216. The liner shall be designed in accordance with the Appendices in ASTM F1216. It shall be assumed that a fully deteriorated gravity sewer pipeline having no structural strength will be rehabilitated v. 7.2024 101 with H-20 traffic loading, the water table's at the ground surface and the product installed will have a minimum expected lifetime of fifty (50) years. In no case shall the liner thickness be less than six millimeters (6 mm) for pipe sizes six inches (6") through eight inches (8") and 7.5 millimeters for pipe sizes ten inches (10") through twelve inches (12") in diameter. Minimum liner thickness for pipes greater than twelve inches (12") shall be as specified by the city. Liner shall be sized by Contractor to provide a tight fit to the inside circumference of the host pipe and shall be a continuous jointless lining from manhole to manhole. Unless otherwise specified, the Contractor shall use an epoxy vinyl ester or polyester resin and catalyst system, and a fiber felt tube compatible with the inversion or other approved alternate installation process and having the following minimum physical properties for the cured pipe: PROPERTY VALUE TEST METHOD MINIMUM (psi) Tensile Strength ASTM D638 or latest edition 3,000 Flexural Strength Modified ASTM D790 or latest edition 4,500 Flexural Modulus of Elasticity Modified ASTM D790 250,000 Long -Term (50 year) Modulus of Elasticity ASTM D7790 or latest edition 125,000 The epoxy vinyl ester or polyester resin and fiber felt tubing system shall be in accordance with the requirements of ASTM F1216 and be fabricated to a size that, when installed, will neatly fit the interior of the host pipe. Allowance shall be made for circumferential stretching during a direct (non -inversion) pull in. The CIPP product shall fit tightly to the host sewer pipe (with minimal shrinkage) in such a way as to minimize water migration (tracking) between the liner and the host pipe. A vacuum impregnation process shall be used in conjunction with a roller system to achieve a uniform distribution of the resin throughout the tube under controlled conditions. The volume shall be adjusted by adding five to ten (10) percent excess resin for the change in resin volume due to polymerization and to allow for any migration of resin into cracks or joints in the host pipe. The outside of the fabric tube shall be marked every 5 feet with the name of the manufacturer or CIPP system, manufacturing lot and production footage. 204-4.2. CHEMICAL JOINT, CRACK AND ANNULAR SPACE SEALING MATERIALS FOR ACTIVE LEAKS AND SERVICE LATERAL CONNECTIONS Chemical joint and crack sealing materials shall have the following properties: A. React quickly to form a permanent watertight seal B. Resultant seal shall be flexible and immune to the effects of wet/dry cycles C. Non -biodegradable and immune to the effects of acids, alkalis, and organics in sewage D. Component packaging and mixing compatible with field conditions and worker safety E. Extraneous sealant left inside pipe shall be readily removable; and shall be compatible with the repair resin utilized. Chemical joint sealing material shall be acrylic resin type and shall be furnished with activators, initiators, inhibitors, and any other materials recommended by the manufacturer for a complete grout system. Sealing grout shall be furnished in liquid form in standard manufacturer's containers. 204-4.3. MANHOLE CONNECTIONS v. 7.2024 102 • • • • A seal, consisting of a resin mixture or hydrophilic seal compatible with the installed CIPP shall be applied at manhole walls in accordance with the CIPP System manufacturer's recommendation. Cost associated with manhole seals shall be included in the contract price of CIPP installation. 204-4.4. INSTALLATION AND EXECUTION 204-4.4.1. CLEANING/SURFACE PREPARATION It shall be the responsibility of the Contractor to clean and prepare the existing pipes for rehabilitation. The Contractor shall perform light cleaning (3 passes of the jet head) using a jetting system capable of providing 60 gallons of flow at 3,000 psi. After Tight cleaning has been completed the Contractor shall attempt a pre- installation CCTV inspection. If the Contractor believes that the piping requires additional cleaning the collected CCTV video will be provided to the Inspector before beginning any heavy cleaning of the piping. Light cleaning is included in the cost of liner installation and heavy cleaning will be measured as a separate pay item. The Contractor will thoroughly clean the interior of the sewers to produce a clean interior surface free of all coatings, sand, rock, roots, sludge, or other deleterious materials prior to liner insertion. Flow maintenance will be provided by the Contractor as required. Bypass operations are to be so arranged as to cause minimum disruptions to local traffic, residents and commercial facilities. During the cleaning and preparation operations all necessary precautions shall be taken to protect the public, all property and the sanitary sewer facilities from damage. All material removed from the sewers shall be the Contractor's responsibility for prompt disposal in accordance with all regulatory agency requirements. The Contractor may be required to control the rate of sewer cleaning in the sanitary system to avoid heavy pollution loads at the city's treatment plants. 204-4.4.2. TELEVISION INSPECTION After cleaning, and again after the rehabilitation work on each section of pipe is completed, all pipe sections shall be visually inspected with a digital CCTV camera and recorded in DVD format. Cost of CCTV inspections is included in the cost of pipe lining CCTV data shall be provided to the city designated Project Manager. Asset Management (OWAM) software. This section describes the requirements of the Contractor in providing the following minimum requirements for video capture, photo capture and database structure to the city. The city is currently using CUES Granite video and data collection software. The Contractor shall provide the TV Inspections in the same CUES Granite product database, photo, and video capture format. The Contractor -provided TV inspections, database, DVDs, photos, and related files shall have the ability to direct synchronize to the city's existing CUES Granite product database. 204-4.4.2.1. IMAGE (PHOTOS) CAPTURE FORMAT AND REQUIREMENTS The Inspection image files (pictures) shall have the ability to export to industry standard formats to include JPEG, BMP, and TIFF formats and be transferable by disk, thumb drive, DVD and/or external hard drive to an external personal computer utilizing standard viewers and printers. 204-4.4.2.2. DIGITAL VIDEO FORMAT AND REQUIREMENTS Digital video files (Inspection Videos) shall be captured and/or recorded in the MPEG format or as specified by the city. The video capture files shall be in MPEG format with data linking (Inspection Observations) to the database file(s). The "Link" of the video capture file to the database observation file is required. The inspection observation(s) shall link to the video record in real-time. The accompanying database shall support the following code system: PACP, or current code system being utilized by the city. The Database and Software program (CUES Granite products) shall be able to import asset data from an Esri ArcGIS (v.10.1+) geodatabase utilizing the network features to associate Sewer Mains with corresponding Sewer Nodes. v. 7.2024 103 The database structure shall retain information on the various structures found within a sewer or storm system. It is important that the structures, nodes, manholes and pipe identifiers and related attribute information be retained as separate tables from the inspection allowing import of existing data from multiple sources. The data structure allows different projects to reside within a single database. Information gathered in projects shall be available to view by project or by system. Data gathered during project inspection shall be available to view by the selected structure. Therefore, all inspections can be viewed on a structure even if gathered in different projects. 204-4.4.2.3. SYNCHRONIZATION The database shall have the ability to synchronize assets and inspections from replicated databases. The synchronization process should have built-in error checking for duplicates, updates and any modifications to the data being synched. This allows for multiple sources of data to be effectively consolidated into a single unitary database for analysis and evaluation. 204-4.4.3. LINER INSTALLATION Liner shall be sized to field measurements obtained by the Contractor to provide a tight fit to the full interior circumference of the existing sanitary sewer and shall be a continuous, joint -less liner product from inside of manhole to inside of manhole. Contractor shall use installation methods approved by the liner manufacturer including liner placement, reforming to fit existing pipe, pressure and heat requirements and reconnection of laterals. The Contractor shall immediately notify the city of any construction delays taking place during the insertion operation. Contractor shall provide flow maintenance measures as described by the approved Flow Maintenance Plan. Flow Maintenance Plan shall be approved by the city Project Manager prior to 48 -hours of mobilization. Flow Maintenance Plan shall include redundancy. Liner entries at manholes shall be smooth, free of irregularities, and watertight. No pinholes, tears, cracks, thin spots, or other defects in the liner shall be permitted. Such defects shall be removed and replaced by the Contractor at their expense. OSHA requirements for installation procedures, in particular, confined spaces are to be met. 204-4.4.4. LATERAL RECONNECTION Sanitary laterals shall be reconnected as soon as possible to renew service. Laterals are to be reconnected by means of robotics, by internally cutting out the liner to 100% of the area of the original opening. All lateral reconnections are to be grouted, as directed by the city to prevent leakage. Grouting method and material is to be approved by the city. Cost for robotic reconnection shall be included in the cost to install the liner. If the city wishes to reconnect service lateral using a different method the cost to do so will be measured and paid for separately. Any reconnections to laterals and connections to manholes which are observed to leak shall be resealed by the Contractor. All laterals discovered during the lining process are to be reconnected unless specifically directed otherwise by the city. Contractor shall notify all local system users when the sanitary system will not be available for normal usage by the delivery of door hangers seven days before commencement with appropriate information regarding the construction project. Contractor shall notify the Senior Public Information Coordinator from the city Public Communications Department prior to distribution. 204-4.4.5. TIME OF CONSTRUCTION Construction schedules will be submitted by the Contractor and approved by the city. At no time will any sanitary sewer service connection remain inoperative for more than an eight (8) hour period without a service bypass being operated by the Contractor. In the event that sewage backup occurs and enters buildings, the Contractor shall be responsible for cleanup, repair and property damage costs and claims. 204-4.4.6. TESTING AND ACCEPTANCE v. 7.2024 104 • • • • • Post cleaning and television inspection shall proceed only after all necessary work and preparation has been completed, including the following: • Placement of traffic control measures in accordance with these specifications • Implementation of adequate flow control • Pre -installation cleaning and television inspection • Installation of CIPP liner in accordance with specifications • All services re -instated including grout sealing in accordance with these specifications The Contractor shall clean and televise the assigned gravity sewer in accordance with Sections 404-4.4.1, 404-4.4.2, 404-4.4.2.1, 404-4.4.2.2 and 404-4.4.2.3. The interior surface of the pipeline shall be cleaned with high pressure water jet equipment immediately prior to conducting the post television inspection. Jetting equipment will provide a minimum of sixty (60) gallons per minute of water at 3,000 psi. All service locations, gouges, cracks, bumps, bulges and obstructions, such as dropped joints, shall be noted on the inspection. In the case of bellies in the line, the pipe shall be cleared of any standing water to provide continuous visibility during the post inspection. The Contractor shall provide all inspections in digital PACP format including printed inspection logs to the city. Cost associated with post -televising and cleaning shall be included in the contract price of CIPP installation. The finished liner shall be free of significant visual defects, damage, deflection, holes, leaks and other defects. Each individual pipe segment contained in a development is to be considered an "individual project" such that all work, including all deliverables shall be reviewed and accepted prior to the city accepting and processing payment for that individual project. No partial payments will be made on individual sewer projects. 204-4.4.7. CLEANUP Cleanup is an essential part of the work. As the work progresses and is completed, the Contractor shall clean the various sites of all operations and completely restore all work areas to the satisfaction of the city. This cleanup shall be done as promptly as practicable and shall not be left until the end of the construction period. No part of the work shall be considered complete and no payment will be made until cleanup is completed. 204-5. CURED -IN-PLACE PIPE (CIPP) FOR SERVICE LATERALS 204-5.1. LINER MATERIAL The lining material shall be a fiberglass/polyester needle fleece vacuum epoxy resin -impregnated or equivalent material tube, matching the diameter of the lateral pipe, which is inserted into the service lateral to be rehabilitated and cured -in-place by an acceptable curing method. No Polyester resins will be accepted. The epoxy shall be suitable for the design conditions as well as the curing process. The cured liner shall provide a service life of 50 years and shall have the minimum structural properties listed below: PROPERTY VALUE TEST METHOD MINIMUM (psi) Tensile Strength ASTM D638 3,000 Flexural Strength Modified ASTM D790 4,500 Modulus of Elasticity ASTM D790 250,000 v. 7.2024 105 The liner system shall consist of a sectional liner in the mainline (full wrap around the circumference of the main line extending 5" on either side of the service) and the continuous lateral liner shall have the capacity to extend to within 10 feet of the building foundation. The liner shall form a continuous, one-piece, tight fitting, corrosion resistant and verifiable non -leaking cured in place pipe. The one-piece section liner shall be manufactured in a factory setting prior to its arrival on site. No component of the liner (i.e. lateral tube to mainline piece) shall be glued or sewn fused in the field prior to installation. The material shall be capable of conforming to offset joints, bells, and disfigured pipe sections. The liner shall be designed, fabricated, and installed for the actual conditions encountered for this application including the material of the host pipe, in accordance with the applicable provisions of ASTM F1216(Iatest edition), and shall meet the following minimum design conditions: AASHTO H-20 live load with one truck passing; Soil Weight 120 pounds per cubic foot. Coefficient of friction Ku'=0.130; Groundwater: At the ground surface; fully deteriorated pipe with 2 percent (min.) ovality. If ovality of existing pipe is found to be worse, use actual percent up to 5 percent (max.); Soil Modulus 1,000 psi; Factor of Safety = 2; Soil Depth: Depth of Cover will be determined by field measurements. The liner shall be designed to withstand all imposed loads, including live loads and, if applicable hydrostatic pressure. The liner shall have sufficient wall thickness to withstand all anticipated external pressures and loads that may be imposed after installation. The design shall be performed and certified by a professional engineer licensed by the Florida. The liner and resin shall be manufactured by Trelleborg Pipe Seals, BLD, Inc., LMK, Inc., or approved equal. The finished liner product shall be chemically resistant to domestic sewage over the expected lifetime of the rehabilitated pipe. The lateral liner system shall create epoxy resin migration into the defect/joints of the existing lateral. A combination of mechanical and chemical bonding shall be created between the lateral lining system and existing host pipe. 204-5.2. EPDXY RESIN MATERIAL The epoxy system shall meet the requirements of ASTM F1216 (latest edition), Section 5.2. The epoxy installed liner system shall produce a liner that will comply with the structural requirements specified herein and shall provide chemical resistance for the flow media in the gravity pipe. The epoxy shall be compatible with the rehabilitation process, shall be able to cure in the presence or absence of water, and shall have an initiation temperature for cure as recommended by the epoxy manufacturer. Polyester and Vinylester resins contain styrene and volatile organic compounds which are susceptible to shrinkage and UV Curing will not be accepted. Submitted documentation from the epoxy manufacturer specifically describing the chemical characteristics of the epoxy system, including allowable mixing, impregnation, and handling time, transportation and storage time, and recommended curing cycle including temperatures, pressures, and times. The epoxy manufacturer's documentation must also include maximum allowable time for handling the impregnated tube prior to insertion and the maximum allowable elapsed time from insertion to exotherm. If remedial measures are available to extend either of the maximum allowable times indicated above, without affecting the physical properties of the epoxy, the epoxy manufacturer should describe these measures and the time limits beyond which even these measures will not prevent alteration of the physical properties of the epoxy. 204-5.3. INSTALLATION AND EXECUTION The Contractor, when required, shall provide for the flow of sewage around the section(s) of main pipe where the service lateral designated for lining is located. The bypass shall be made by plugging the line at an existing upstream manhole and pumping the flow into a downstream manhole or adjacent system. The pump and bypass lines shall be of adequate capacity and size to handle the flow. Contractor must coordinate installation with property owner(s). v. 7.2024 106 • • • • Delivery, storage, and handling of approved products are the responsibility of the Contractor. The Contractor shall keep them safe from damage and stored with the proper environmental containment as outlined by the manufacturer. No products should be used that have exceeded the designated shelf life as outlined by the manufacturer. Remove damaged products from site. Promptly replace damaged products with new products at no additional cost to the city. If the service lateral lining process requires the installation of a cleanout, the city must approve the work before it is done. 204-5.3.1. PRE -LINING INSPECTION Prior to inspecting each service lateral the piping will be cleaned to allow passage of the camera. A recorded CCTV video survey must be completed on the sewer main and service laterals with a pan and tilt camera. The inspection shall confirm the location and clock reference of the lateral junctions to be Tined, any offsets within the mainline or service lateral, any intrusion from the lateral into the main; the angle at which the connection comes in; any changes in angle of approach of the lateral for the length of the repair; the potential flows coming through the lateral pipe; the potential flows going through the sewer main pipe; the diametric size of the connection for the length of the liner; the size of the main pipe at the point of the liner and the presence of active infiltration within the vicinity of the work area. Cost to complete the necessary pipe cleaning and CCTV inspection will be included in the cost to install the lateral liner. Two copies of the pre -lining inspection shall be submitted to the Public Utilities Dept. The Contractor shall be responsible for having a copy of the pre -lining inspections in the field as well. Immediately prior to liner insertion, the camera shall traverse the lateral to inspect for debris which may have entered the line after the existing condition video recording. 204-5.3.2. LATERAL PREPARATION It shall be the responsibility of the Contractor to clear the line of obstructions such as solids, roots, or broken pipe that will prevent the insertion of the liner. A high speed rotating hydraulic cutter shall be used to cut roots, grease or other obstructions in the pipe. The cut shall be made flush with the wall of the pipe to be restored, and the debris shall be pushed down the lateral pipe to the main pipe and to the downstream manhole and is to be removed by the contractor. If inspection reveals an obstruction that cannot be removed by conventional cleaning equipment, the Contractor shall notify the city and the cleaning effort shall be abandoned. The Contractor shall confirm that the sewer is clean enough to ensure an effective lining. The line segment shall not be lined until approved by the city. Built-up deposits on the sewer main and lateral pipe walls shall be removed. The removal shall reach at least one foot beyond the liner product to allow the bladder to inflate tightly against the pipe walls ensuring a smooth transition from the liner product to the existing pipe wall. Where the sewer main pipe has been Tined previously with a CIPP liner, a check should be made to ensure the prior lateral reopening work created a lateral opening that is flush with the lateral pipe. If this is not the case, the mainline CIPP must be trimmed back using a lateral cutter. Where active infiltration is present and when it is recommended by the liner manufacturer the infiltration must be stopped in advance by grouting. 204-5.3.3. LINER INSTALLATION Notify all property owners not identified for service flow maintenance that their sewage service will be discontinued while the liner is being installed. Notify each affected property owner at least 7 days in advance of commencement of the work, giving the date, start time and time when service will be completely restored. Also provide a telephone number which property owners can call for information during the work. v. 7.2024 107 If required for flow maintenance for selected services, Contractor shall excavate at the property line down to the service lateral for the installation of a cleanout. The preferred method of excavation shall be vacuum excavation. Although other installation techniques may be accepted, they must be pre -approved by the city. The service lateral shall be thoroughly cleaned prior to attaching the PVC wye connection. The riser pipe shall be sealed with a screw type plug, the excavation backfilled with sand or pea gravel, and the surface restored to preconstruction conditions. Service lateral liner material shall be vacuum impregnated on site with the epoxy resin immediately prior to installation. Impregnation should be carried out under vacuum using electric impregnation table with pinch rollers set at the correct gap as per the manufacturer's instructions. Impregnation should take place in a clean, temperature -controlled cab in which the materials are protected from direct sunlight, objects which may damage the coating. Impregnation should not take place using a manual roller in which the material is subject to excessive pressure and that the materials are squeezed resulting in a resin slug. All the calculated resin shall be confined to the liner to ensure the correct mechanical properties can be achieved. Impregnation should not take place outside in an uncontrolled environment in which the materials are exposed to the elements. The liner should not be placed on the ground where it is susceptible to damage from objects such as stones, grit, glass etc. During and upon completion of the impregnation process the liner should be stored in a container to avoid damage prior to loading the material into the installation device. The liner product shall be loaded inside a pressure apparatus above ground. The pressure apparatus, with an end attached to a robotic manipulator device, shall be positioned in the mainline pipe at the service connection that is to be rehabilitated. The robotic device together with a television camera will be used to align the repair product with the service connection opening. The robotic device shall hold the collar in place while air pressure, supplied to the pressure apparatus through a hose, shall be used to invert the liner into the lateral pipe. The insertion pressure will be adjusted to fully deploy the liner product into the lateral connection and hold the liner product tight to the main and lateral pipe walls. After insertion is completed, recommended pressure must be maintained on the impregnated liner product for the duration of the curing process. The Contractor shall apply a heat source and circulation system to affect a cure of the epoxy system. The equipment shall be capable of uniformly raising the temperature of the pressurized fluid above the temperature required to affect a complete curing of the epoxy system. Initial cure shall be deemed to be completed when the temperature gauge on the heat source indicates that the temperature inside the tube is of a magnitude to realize an exotherm. The minimum cure period shall be as recommended by the system manufacturer. The finished liner product shall be free of dry spots, lifts, delamination, and excess epoxy. The installed liner product should not inhibit the post installation video inspection, using a closed-circuit television camera, of the mainline and service lateral pipes or future pipe cleaning operations. During the warranty period any defects with the liner product that affect the performance or cleaning of the lateral connection shall be repaired at the contractor's expense in a manner acceptable to the city. The Contractor shall inform the city of service laterals in which a liner product cannot be installed due to pre-existing conditions. These services will be identified, documented, video recorded, and the city will be informed of the conditions encountered. The Contractor will not attempt to install a liner product in these services unless directed by the city. Contractor may be permitted, at the direction of the city, to install service liners from inside the existing cleanout location to the main line sewer if conditions allow. Final liner product must include a lateral connection repair brim type liner to seal the connection at the host pipe and overlap the service liner installed from the cleanout. 204-5.3.4. TESTING AND ACCEPTANCE v. 7.2024 108 • • • • • Following installation of the service lateral liners, conduct a final, video recorded, CCTV/color television inspection of the completed work including the service lateral connections at the sewer main and the full length of all service laterals lined during the progress of the work. Copies of these recordings and those made prior to the liner installation shall be submitted to the city for approval and shall be retained by the city. Field acceptance of the liner shall be based on the city's evaluation of the installation including CCTV inspection video recordings and a review of certified test data for the installed pipe samples. groundwater infiltration of the liner shall be zero. There shall be no evidence of splits, cracks, breaks, lifts, kinks, delamination or crazing in the liner. If any defective liner is discovered after it has been installed, it shall be removed and replaced with either a sound liner or a new pipe at no additional cost to the city. The cost for all necessary testing shall be included in the cost associated with the lining. The Contractor shall clean up each project area after the work is completed and all testing is accepted. Remove and dispose of all excess materials and debris at each location as directed by the city. 205. SANITARY MANHOLE LINER RESTORATION 205-1. SCOPE AND INTENT It is the intent of this portion of the specification to provide for the repair, rehabilitation and groundwater infiltration abatement of manhole walls, corbels/cones, pipe connections and bench and channel/trough areas. All manhole rehabilitation products will be installed in accordance with the manufacturer's recommendations and these specifications. The purpose of the rehabilitation work is to eliminate inflow and infiltration, provide corrosion protection, and to restore the structural integrity of the manhole. For any particular system the Contractor will submit manufacturer's technical data and application instructions. All OSHA regulations shall be met in the completion of the work and the contractor shall be responsible for all necessary maintenance of traffic. The contractor shall warrant all work against defects in materials and workmanship for a period of one 1 years, unless otherwise noted, from the date of final acceptance of the project. Contractor shall, within a reasonable time after receipt of written notice thereof, repair defects in materials or workmanship which may develop during said one year period, and any damage to other work caused by such defects or the repairing of same, at his own expense and without cost to the city. The following lists all elements of potential rehabilitation activity: A. REMOVE STEPS B. STOP ACTIVE INFILTRATION. C. PATCH VOIDS AND ALL FRAME CONNECTIONS WITH NON -SHRINK GROUT. D. REMOVE LOOSE COATING MATERIALS. E. RESURFACE CORBEL/WALLS WITH CEMENTITIOUS MORTAR. F. REBUILD/REPAIR BENCH & CHANNEL/TROUGH/SEAL PIPE CONNECTIONS. G. COAT CORBEL/CONE, WALLS, BENCH AND TROUGH WITH AN APPROVED CEMENTITIOUS, EPDXY, OR POLYURATHANE, COATING/LINING SYSTEM. H. ADJUST FRAME AND COVER HEIGHT. I. RESET FRAME AND COVER. J. REMOVE ROOTS. K. PROVIDE INFLOW INSERT/DISH/PAN. L. REMOVE DEBRIS. v. 7.2024 109 M. PERFORM STRUCTURAL REPAIR. N. REPLACE FRAME AND COVER. O. SEAL FRAME TO CORBEL/CONE CONNECTION WITH AN APPROVED POLYUREA COATING/LINING SYSTEM It is implicit that many of the repair activities listed above will not be measured and paid for separately as they will be included in the cost of rehabilitating the manhole substrate. These activities include stopping active infiltration, patching voids, removal of loose coating materials, resurfacing of the corbel & wall, removing roots, and removing miscellaneous debris. Repair activities which will have a separate measurement and payment item include: Rebuilding/Repairing Bench & Channel/Trough; Interior Manhole Coating; Adjusting/Resetting Frame & Cover, Replacing Frame & Cover and Sealing Frame to Corbel Connection. 205-2. MEASUREMENT & PAYMENT 205-2.1. MANHOLE LINERS/COATING Payment for manhole rehabilitation shall be per vertical linear foot of liner/coating which is installed/applied. Lining systems will generally be measured from the manhole bench to the top of existing, or new, corbel/cone. Cementitious, Epoxy and Polyurethane coating systems will be measured from the lowest pipe invert to the bottom of the manhole frame. No separate payment will be made for the following items: Flow Maintenance; Maintenance of Traffic; Debris Disposal; Miscellaneous Excavation, including necessary pavement removal and replacement; Infiltration control in manhole and at all pipe connections; Grout, Brick and mortar placement to fill voids and level surfaces; Brick replacement; Root removal, Installation of pipe extensions and connectors as necessary; Removal and replacement of manhole steps, Replacement of unpaved roadway and grass or shrubbery; Replacement of roadway base (including backfill and compaction) and asphalt surface; and Appurtenant work as required to complete the identified rehabilitation. The cost of such work shall be included in the pay item, per vertical linear foot of liner/coating. 205-2.2. REPLACE FRAME & COVER Payment for manhole frame and cover replacement will include removal of existing frame and cover and replacement with a new frame and cover which meets the criteria established by Section 401-4 of the city's specifications. The Contractor will also install and/or replace manhole pans and dishes if it is damaged or missing. Refer to Section 401-2.2. from these Section IV Technical Specifications. Where manholes fall in paved areas, refer to Standard Detail Index 104, "Street and Driveway Replacement for Concrete and Asphaltic Concrete Surfaces". Payment will be made for each manhole frame and cover replaced. No separate payment will be made for maintenance of traffic, necessary pavement removal and replacement, or replacement of grass or shrubbery. 205-2.3. REBUILD BENCH & CHANNEL/TROUGH Payment for rebuilding bench and channel/trough will include removal of existing bench and channel (if applicable) and constructing a new bench and channel using the criteria established by Section 401-1 of the city's specifications. Payment will be made for each bench and channel repaired/installed. No separate payment will be made for the removal of the existing bench and channel, by-pass pumping, and preparation of the manhole invert. 205-2.4. RESET/ADJUST MANHOLE FRAME & COVER Payment for adjusting, or resetting, manhole frame will include removal of existing frame, removal of existing mortar, preparing top of corbel surface, installation of necessary riser material as described in Section 401-2.1, and placement of existing frame. No separate payment will be made for necessary maintenance of traffic, pavement removal and replacement, or replacement of grass or shrubbery. All work v. 7.2024 110 • • • will be performed in accordance with Section 401-4 of the city's specifications. Where manholes fall in paved areas, refer to Standard Detail Index 104, "Street and Driveway Replacement for Concrete and Asphaltic Concrete Surfaces". Payment will be made for each manhole frame and cover adjusted. No separate payment will be made for maintenance of traffic, necessary pavement removal and replacement, or replacement of grass or shrubbery. 205-2.5. SEAL MANHOLE FRAME TO CORBEL CONNECTION WITH POLYUREA MATERIAL Payment for providing a water tight connection between the manhole frame and the manhole corbel /cone will include placement of non -shrink grout in any area between the frame and corbel which is void of mortar, preparing the frame and corbel/cone to accept the polyurea material and testing the thickness of the application. No separate payment will be made for necessary maintenance of traffic. All work will be performed in accordance with Section 405-7 of the city's specifications. 205-3. CEMENTITIOUS COATING SYSTEM This specification shall govern all work to spray/apply a monolithic fiber reinforced cementitious liner to the wall, channel, invert and bench surfaces of brick, concrete, or any other construction material; Strong Seal MS 2C product or approved equal. Described are procedures for manhole cleaning preparation, application of material and testing. The applicator must be approved, trained and certified as having successfully completed factory training. The applicator/contractor shall furnish all labor, equipment and materials for applying the Strong Seal MS 2C product directly to the contour of the manhole to form a structural cementitious liner of a minimum one half inch (1/2") thickness using a machine specially designed for the application. As it is the intention of the city to rehabilitate the entire structure; corbel, walls, bench and channel/trough the contractor will be required to provide by-pass pumping as the necessary cure time exceeds four (4) hours. In no case will flow through plugs be allowed. All aspects of the installation shall be in accordance with the manufacturer's recommendations and with the following specifications: A. The elimination of active infiltration prior to making the application. B. The removal of any loose and unsound material. C. The spray application of a pre -blended cementitious mix to form a monolithic liner in a two (2) coat application. 205-3.1. SUBMITTALS Submittals shall be made in accordance with the following: A. Technical data sheet on each product used, including ASTM test results indicating the product conforms to and is suitable for its intended use per these specifications. B. Safety Data Sheets (SDS) for each product used. C. Project specific guidelines and recommendations. D. Applicator Qualifications: A. Manufacturer certification that the Applicator has been trained in the handling, mixing and application of the products to be used. B. Certification that the equipment to be used for applying the products has been approved by the protective coating manufacturer and Applicator personnel have been trained and certified for proper use of the equipment. v. 7.2024 111 C. Written document providing three (3) years of experience and five (5) recent references of Applicator indicating successful application of the materials provided D. Installed a minimum of 50,000 square feet of plural component spray applied coating the same or similar to that specified within the last two (2) years. E. Proof of any necessary federal, state, or local permits or licenses necessary for the project. 205-3.2. MATERIALS 205-3.2.1. PATCHING MIX A Strong A Seal or approved equal shall be used as a patching mix according to the manufacturer's recommendations and shall have the following minimum requirements: 1. Compressive Strength (ASTM C109) 15 min., 200 psi; 6 hrs., 1,400 psi 2. Shrinkage (ASTM C596) 28 days, 150 psi 3. Bond (ASTM C1072) 28 days, 150 psi 4. Cement Sulfate resistant 0% at 90% R.H. 5. Density, when applied 105 +1- 5 pcf 205-3.2.2. INFILTRATION CONTROL A Strong A Plug or approved equal shall be used to stop minor water infiltration according to the manufacturer's recommendations and shall have the following minimum requirements: 1. Compressive strength 600 psi, 1 hr.; 1000 psi 2. (ASTM C109) 24 hrs. 2. Bond (ASTM C1072) 30 psi, 1 hr.; 80 psi, 24 hrs. 205-3.2.3. GROUTING MIX Strong -Seal Grout or approved equal shall be used for stopping very active infiltration and filling voids according to the manufacturer's recommendations. The grout shall be volume stable and have a minimum twenty-eight (28) day compressive strength of 250 psi and a one (1) day strength of 50 psi. 205-3.2.4. COATING MIX Strong Seal MS 2C or approved equal shall be used to form the monolithic liner covering all interior manhole surfaces and shall have the following minimum requirements at twenty-eight (28) days: The physical requirements must be verified by an independent, certified, third party testing laboratory within the last five years. The proposed third -party laboratory must be submitted with the bid package; any bid package not including the verifiable, independent third -party testing shall be ruled non-responsive and will be rejected. 1. Compressive strength (ASTM C109) 3,000 psi 2. Tensile strength (ASTM C496) 300 psi 3. Flexural strength (ASTM C78) 600 psi 4. Shrinkage (ASTM C596) 0% at 90% R.H. v. 7.2024 112 • • • • • • 5. Bond (ASTM C1072) 130 psi 6. Density, when applied 105 + pcf 7. Chemical Resistance (ASTM D543/G20) immersion service for: I. Municipal sanitary sewer environment II. Sulfuric Acid, 30% III. Sodium Hydroxide, 10% IV. Sodium Hypochlorite, 3% Fiberglass rods which are contained in the product shal be alkaline resistant and shall be one-half inch (1/2") to five-eighths inch (5/8") long with a diameter of 635 to 640 microns. Products shall, in the unmixed state, have a lead content not greater than two percent (2%) by weight. Strong Seal MS 2C shall be made with Calcium Aluminate Cement and shall be used according to the manufacturer's recommendations in applications where there is evidence of severe sulfide conditions. Product must be factory blended requiring only the addition of water at job site. Bag weight shall be 50 to 51 pounds and contents must have a dry bulk density of 50 to 56 pounds per cubic foot. Cement content must be 65% to 75% of total weight of bag. One bag of product when mixed with correct amount of water must have a wet density of 95 to 108 pounds per cubic foot and must yield a minimum of 0.67 cubic foot of volume. Product shall not include any basic ingredient that exceeds maximum allowable EPA limit for any heavy metal. Manufacturer must provide SDS sheets for product(s) to be used in reconstruction process. A two (2) coat application of liner material will be required (no exceptions) with the first coat rough troweled to force materials into cracks and crevices to set the bond. The second coat to be spray applied to assure a minimum of one-half inch (1/2") thickness after troweling or brush finishing to a relatively smooth finish. 205-3.2.5. WATER Water shall be clean and potable not to exceed 80°F (Fahrenheit). 205-3.2.6. OTHER MATERIALS No other material shall be used with the mixes previously described without prior approval or recommendation from the manufacturer. 205-3.3. APPLICATION EQUIPMENT A specially designed machine consisting of an optimized progressive cavity pump capable of producing a minimum of 250 psi pumping pressure, contra blend mixer with twin ribbon paddles with discharge, and an air system for spray application of product. Equipment must be complete with water storage and metering system. Mixer and pump are to be hydraulically powered. Equipment is to be mounted to heavy duty v. 7.2024 113 construction tandem axle road worthy trailer complete with electric brakes and running lights. Internal combustion engine must be included to power the hydraulic system and air compressor. 205-3.4. INSTALLATION AND EXECUTION 205-3.4.1. PREPARATION A. All foreign material shall be removed from the manhole wall and bench using a high-pressure water spray (minimum 1,200 psi). Loose and protruding brick, mortar and concrete shall be removed using a mason's hammer and chisel and/or scraper. Fill any large voids with brick and quick setting patching mix. B. Active Teaks shall be stopped using quick setting specially formulated mixes according to the manufacturer's recommendations. When severe infiltration is present, drilling may be required in order to pressure grout using a cementitious grout. Manufacturer's recommendations shall be followed when pressure grouting is required. C. Any bench, invert/channel/trough or service line repairs shall be made at this time using the quick setting mix and following the manufacturer's recommendations. D. Any active flows shall be dammed, plugged, or diverted as required to ensure all liquids are maintained below or away from the surfaces to be coated until final applications are cured as recommended by the manufacturer. E. Prior to commencing surface preparation, Contractor shall inspect all surfaces specified to receive the coating and notify city, in writing, of any noticeable disparity in the site, structure or surfaces which may interfere with the work, use of materials or procedures as specified herein. 205-3.4.2. MIXING For each bag of product, use the amount of water specified by the manufacturer and mix using the Spray Mate Model 35C or 35D equipment for thirty (30) seconds to one (1) minute after all materials have been placed in the mixing hopper. Place the mix into the holding hopper and prepare another batch with timing such that the nozzleman can spray in a continuous manner without interruption until each application is complete. 205-3.4.3. SPRAYING The surface, prior to spraying, shall be damp without noticeable free water droplets or running water. Materials shall be sprayed, applied to a minimum uniform thickness to ensure that all cracks, crevices and voids are filled, and a somewhat smooth surface remains after light troweling. The light troweling is performed to compact the material into voids and to set the bond. Not before the first application has begun to take an initial set (disappearance of surface sheen which could be fifteen (15) minutes to one (1) hour depending upon ambient conditions) is the second application made to assure a minimum total finished thickness of one-half inch (1/2"). The surface is then troweled to a smooth finish being careful not to over trowel so as to bring additional water to the surface and weaken it. A brush finish may be applied to the finished coat to remove trowel marks. Manufacturer's recommendation shall be followed whenever more than twenty-four (24) hours have elapsed between applications. The bench will be sprayed such that a gradual slope is produced from the walls to the invert with the thickness at the edge of the invert being no less than one-half inch (1/2"). The invert/channel/trough area shall also be sprayed in a manner that provides a gradual slope through the structure while achieving one-quarter inch (1/4") thickness coverage. The wall/bench and bench/invert/channel/trough intersections shall be rounded to a uniform radius, the full circumference of the intersection. The final application shall have a minimum of four (4) v. 7.2024 114 • • • • hours cure time before being subjected to active flow. The corbel/cone to manhole frame joint shall be sealed according to Section 405-7. 205-3.4.4. PREPARATION OF SAMPLES At some point during the application, at least four (4) two inch (2") cubes will be prepared for each manhole, or from every fifty (50) bags of product used, identified and submitted, in accordance with the city's or Manufacturer's directions, for compression strength testing as described in ASTM C109. 205-3.4.5. CURING Ambient manhole conditions are adequate for curing so long as the manhole is covered. It is imperative that the manhole be covered as soon as possible after the application has been completed. 205-3.5. TESTING AND ACCEPTANCE Manhole will be vacuum tested from the top of manhole frame to the manhole base. All pipes entering the manhole shall be plugged, taking care to securely place the plug from being drawn into the manhole. The test head shall be placed, and the seal inflated in accordance with the manufacturers' recommendations. A vacuum pump of ten inches (10") of mercury shall be drawn and the vacuum pump shut off. With the valves closed, the time shall be measured for the vacuum to drop to nine inches (9"). The manhole shall pass if the time is greater than sixty (60) seconds for forty-eight inch (48") diameter, seventy five (75) seconds for sixty inch diameter (60"), and ninety (90) seconds for seventy-two inch (72") diameter manholes. If the manhole fails the initial test, necessary repairs shall be made. Retesting shall proceed until a satisfactory test is obtained. Tests shall be performed by the Contractor under the direction of the city. 205-4. RAVEN 405 EPDXY COATING SYSTEM This specification shall govern all work to spray/apply a monolithic epoxy material to the wall, channel, invert and bench surfaces of brick, concrete, or any other construction material; Raven 405 product or approved equal. Described are procedures for manhole cleaning preparation, application of material and testing. The applicator must be approved, trained, and certified as having successfully completed factory training. The applicator/contractor shall furnish all labor, equipment, and materials for applying the Raven 405 product directly to the contour of the manhole to form a structural liner of a minimum 125 mil thickness using a machine specially designed for the application. As it is the intention of the city to rehabilitate the entire structure; corbel, walls, bench, and channel/trough the contractor will be required to provide by-pass pumping as necessary if the cure time exceeds one (1) hour. In no case will flow through plugs be allowed. All aspects of the installation shall be in accordance with the manufacturer's recommendations and with the following specifications: A. The elimination of active infiltration prior to making the application. B. The removal of any loose and unsound material. C. Preparing the manhole to provide a clean, dry, sound and monolithically smooth surface D. The spray application of a Solvent -free epoxy coating to be applied to specified thickness 205-4.1. SUBMITTALS Submittals shall be made in accordance with the following: A. Technical data sheet on each product used, including ASTM test results indicating the product conforms to and is suitable for its intended use per these specifications. B. Safety Data Sheets (SDS) for each product used. v. 7.2024 115 C. Project specific guidelines and recommendations. D. Applicator Qualifications: a. Manufacturer certification that the Applicator has been trained in the handling, mixing and application of the products to be used. b. Certification that the equipment to be used for applying the products has been approved by the protective coating manufacturer and Applicator personnel have been trained and certified for proper use of the equipment. c. Written document providing three (3) years of experience and five (5) recent references of Applicator indicating successful application of a 100% solids high -build solvent -free coating by spray application. d. Applicator must provide written documentation of having installed a minimum of 50,000 square feet of plural component spray applied epoxy coating the same or similar to that specified within the last two (2) years. e. Proof of any necessary federal, state, or local permits or licenses necessary for the project. 205-4.2. MATERIALS 205-4.2.1. PATCHING MIX Strong Seal, or approved equal, shall be used as a patching mix according to the manufacturer's recommendations and shall have the following minimum requirements: 1. Compressive Strength (ASTM C-109) 15 min., 200 psi; 6 hrs., 1,400 psi 2. Shrinkage (ASTM C- 596) 28 days, 150 psi 3. Bond (ASTM C-952) 28 days, 150 psi 4. Cement Sulfate resistance 5. Density, when applied 105 +1- 5 pcf 205-4.2.2. INFILTRATION CONTROL Strong Plug, or approved equal, shall be used to stop minor water infiltration according to the manufacturer's recommendations and shall have the following minimum requirements: 1. Compressive strength 600 psi, 1 hr.; 1000 psi (ASTM C109) 24 hrs. 2. Bond (ASTM C1072) 30 psi, 1 hr.; 80 psi, 24 hrs. 205-4.2.3. GROUTING MIX Strong -Seal Grout, or approved equal, shall be used for stopping very active infiltration and filling voids according to the manufacturer's recommendations. The grout shall be volume stable and have a minimum twenty-eight (28) day compressive strength of 250 psi and one (1) day strength of 50 psi. v. 7.2024 116 • • • • 205-4.2.4. COATING MATERIAL Coating product shall be applied to all interior surfaces to protect the host substrate and repair materials from all forms of chemical or bacteriological attack typically found in municipal sanitary sewer systems and to impart a degree of structural enhancement. Coating product physical properties shall be substantiated through submittal of accredited third -party testing results and shall be representative of the actual field applied product and cure mechanism(s) to be employed in the field. The physical requirements must be verified by an independent third -party testing shall be ruled non-responsive and will be rejected. 100% Solids, Solvent -Free, Ultra -High Build Epoxy Coating to be spray applied to all interior surfaces of exposed concrete above the spring line or as otherwise detailed: A. Manufacturer: Raven Lining Systems, Broken Arrow, Oklahoma 800-324-2810 or 918-615-0140 fax. B. Product: Raven 405, or approved equal — 100% solids, solvent -free ultra -high -build epoxy system exhibiting the following characteristics: 1. Product Type: amine cured epoxy 2. VOC Content (ASTM D2584): 0% 3. Compressive Strength, (ASTM D695): 18,000 psi 4. Tensile Strength, (ASTM D638): 7,600 psi 5. Flexural Modulus, (ASTM D790): 700,000 psi 6. Adhesion to Concrete, (ASTM D4541/7234): >200 psi with substrate (concrete) failure 7. Chemical Resistance (ASTM D543/G20) immersion service for: • Municipal sanitary sewer environment • Sulfuric Acid, 30% • Sodium Hydroxide, 10% • Sodium Hypochlorite, 3% 1. Successful Pass: Sanitation District of L.A. County Coating Evaluation Study and SSPWC 210.2.3.3 (Greenbook "Pickle Jar" Chemical Resistance test) 100% Solids, Solvent -Free, Ultra -High Build Epoxy Coating to be manually or spray applied to interior surfaces of exposed concrete above or below the typical flow line; specifically designed for accelerated cure and suitable for release of flow in less than 45 minutes at normal service temperatures or as otherwise detailed. 205-4.2.5. OTHER MATERIALS No other material shall be used with the mixes previously described without prior city approval. 205-4.3. INSTALLATION AND EXECUTION 205-4.3.1. PREPARATION v. 7.2024 117 A. All foreign material shall be removed from the manhole wall and bench using a high-pressure water spray (minimum 5,000 psi). Loose and protruding brick, mortar and concrete shall be removed using a mason's hammer and chisel and/or scraper. Fill any Targe voids with brick and quick setting patching mix. B. Active leaks shall be stopped using quick setting specially formulated mixes according to the manufacturer's recommendations. When severe infiltration is present, drilling may be required in order to pressure grout using a cementitious grout. Manufacturer's recommendations shall be followed when pressure grouting is required. C. Any bench, invert/channel/trough or service line repairs shall be made at this time using the quick setting mix and following the manufacturer's recommendations. D. Any active flows shall be dammed, plugged, or diverted as required to ensure all liquids are maintained below or away from the surfaces to be coated until final applications are cured as recommended by the manufacturer. E. The area between the corbel and the manhole frame and any other area that might exhibit movement or cracking due to expansion and contraction shall be grouted with a flexible grout or gel. A termination groove "key" cut into the substrate between the bottom of the manhole frame and concrete is recommended for placement of the flexible grout or gel. The "key" shall be a minimum 1/4" w x 1/4" d, cut at a minimum 45° angle (60° maximum). F. Prior to commencing surface preparation, Contractor shall inspect all surfaces specified to receive the coating and notify city, in writing, of any noticeable disparity in the site, structure or surfaces which may interfere with the work, use of materials or procedures as specified herein. 205-4.3.2. APPLICATION Application procedures shall conform to the recommendations of the coating product(s) manufacturer, including environmental controls, product handling, mixing, application equipment, and methods. Spray equipment shall be specifically designed to accurately ratio and apply the coating product(s) and s Prepared surfaces shall be coated via spray application of the coating product(s) described herein unless otherwise recommended by the coating product manufacturer. In all cases the coating product shall be applied to a minimum dry film thickness of 125 mils to surface profiles. Subsequent top coating or additional coats of the coating product(s) shall occur within the products recoat window. Additional surface preparation procedures will be required if this recoat window is exceeded. Coating product(s) shall interface with adjoining construction materials/components throughout the manhole structure to effectively seal and protect substrates from attack by corrosive elements and to ensure the effective elimination of infiltration into the sewer system. Termination points of the coating product(s) shall be made at the manhole frame and corbel joint (or other man way as is present), and a minimum of 1" interfacing within each pipe penetrating the structure. The corbel/cone to manhole frame joint shall be sealed according to Section 405-7. The entire bench and invert/channel/trough will be thoroughly coated noting that the invert/channel/trough area will be sprayed in a manner that provides a gradual slope through the structure while achieving 125 mils thickness coverage. 205-4.4. TESTING & ACCEPTANCE Coating system thickness shall be inspected to ensure compliance with the specifications herein. i. During application a wet film thickness gauge, meeting ASTM D4414 (latest edition) - Standard Practice for Measurement of Wet Film Thickness of Organic Coatings by v. 7.2024 118 • • • • Notched Gages, shall be used. Measurements shall be taken, documented, and attested to by Contractor for submission to the city. ii. After the coating product(s) have cured in accordance with manufacturer recommendations, coating system thickness shall be measured according to SSPC- PA 9 - Measurement of Dry Coating Thickness on Cementitious Substrates Using Ultrasonic Gages. High voltage holiday detection for coating systems installed in corrosive environments, when it can be safely and effectively employed, shall be performed to ensure monolithic protection of the substrate. After the coating product(s) have cured in accordance with manufacturer recommendations, all surfaces shall be inspected for holidays in accordance with NACE RPO 188-99 Discontinuity (Holiday) Testing of New Protective Coatings on Conductive Substrates or ASTM D478.7 Standard Practice for Continuity Verification of Liquid or Sheet Linings Applied to Concrete Substrates. All detected holidays shall be marked and repaired according to the coating product(s) manufacturer's recommendations. A. Test voltage shall be a minimum of 100 volts per mil of coating system thickness. B. Detection of a known or induced holiday in the coating product shall be confirmed to ensure proper operation of the test unit. C. All areas repaired shall be retested following cure of the repair material(s). D. In instances where high voltage holiday detection is not feasible a close visual inspection shall be conducted, and all possible holidays shall be marked and repaired as described above. E. Documentation of areas tested, equipment employed, results, and repairs made shall be submitted to the city by the Contractor. Adhesion of the coating system to the substrate shall be confirmed in a minimum of 10% of the manholes coated, or for large structures once every 1000 square feet of coated area. After the coating product(s) have cured in accordance with manufacturer recommendations, testing shall be conducted in accordance with ASTM D7234 Pull -Off Adhesion Strength of Coatings on Concrete Using Portable Pull -Off Adhesion Testers. city's Project Manager shall select the manholes/areas to be tested. A. For each test manhole a minimum of three 20 mm dollies shall be affixed to the coated surface; one at the cone/corbel area, one at the midsection and one near the bottom of the structure. B. For larger structures a minimum of three 20 mm dollies shall be affixed to the coated surface at random locations within each 1000 square foot area or as otherwise agreed upon. C. The adhesive used to attach the dollies to the coating shall be rapid setting with tensile strengths in excess of at least twice the anticipated failure point (generally 1000 psi) and permitted to cure in accordance with manufacturer recommendations. The coating and dollies shall be adequately cleaned and prepared to receive the adhesive. Failure of the dolly adhesive shall be deemed a non -test and require retesting. D. Prior to performing the pull test, the coating shall be scored to the substrate, or within 10 mils of the substrate surface, by mechanical means without disturbing the dolly or coating system bond within the test area. E. Two of the three adhesion pulls in each test area shall exceed 200 psi and shall include substrate adhered to the back of the dolly or no visual signs of the coating product in the test hole. Pulls tests v. 7.2024 119 with results between 150 and 200 psi may be acceptable if more than 50 percent of the substrate in the test area is adhered to the dolly. F. Should a structure, or area, fail to achieve two successful pulls as described above, additional testing shall be performed at the discretion of the Owner or Project Engineer. Any areas detected to have inadequate bond strength shall be evaluated by the city. Further bond tests may be performed in that area to determine the extent of potentially deficient bonded area and repairs shall be made by Contractor. G. All adhesion testing shall be performed by qualified personnel using calibrated equipment as specified by the applicable ASTM standard(s). H. All adhesion testing shall be documented and submitted in a consistent format detailing location, test values, description of the failure point/mode, scoring method employed, adhesive used, cure time of coating and adhesive and other data as deemed necessary by the city. I. All adhesion test locations shall be repaired by the Contractor at no cost to the city. J. Visual inspection shall be made by the Project Engineer and/or Inspector. Any deficiencies in the finished coating affecting the performance of the coating system or the operational functionality of the structure shall be marked and repaired according to the recommendations of the coating product(s) manufacturer. 205-5. SPRAYWALL POLYURETHANE COATING SYSTEM This specification shall govern all work to spray/apply a monolithic polyurethane material to the wall, channel, invert and bench surfaces of brick, concrete, or any other construction material; SprayWall product or approved equal. Described are procedures for manhole cleaning preparation, application of material and testing. The applicator must be approved, trained and certified as having successfully completed factory training. The applicator/contractor shall furnish all labor, equipment and materials for applying the SprayWall product directly to the contour of the manhole to form a structural liner of a minimum 125 thickness using a machine specially designed for the application. As it is the intention of the city to rehabilitate the entire structure; corbel, walls, bench and channel/trough the contractor will be required to provide by-pass pumping as the necessary if the cure time exceeds one (1) hour. In no case will flow through plugs be allowed. All aspects of the installation shall be in accordance with the manufacturer's recommendations and with the following specifications: A. The elimination of active infiltration prior to making the application. B. The removal of any loose and unsound material. C. Preparing the manhole to provide a clean, dry, sound and monolithically smooth surface D. The spray application of a Solvent -free polyurethane coating to be applied to specified thickness. 205-5.1. SUBMITTALS The following items shall be submitted: A. Technical data sheet on each product used, including ASTM test results indicating the product conforms to and is suitable for its intended use per these specifications. B. Safety Data Sheets (SDS) for each product used. v. 7.2024 120 • • • C. Project specific guidelines and recommendations. D. Applicator Qualifications: A. Manufacturer certification that the Applicator has been trained in the handling, mixing and application of the products to be used. B. Certification that the equipment to be used for applying the products has been approved by the protective coating manufacturer and Applicator personnel have been trained and certified for proper use of the equipment. C. Written document providing three (3) years of experience and five (5) recent references of Applicator indicating successful application of a 100% solids high -build solvent -free coating by spray application. D. Written document stating that the contractor has installed a minimum of 50,000 square feet of plural component spray applied polyurethane coating the same or similar to that specified within the last two (2) years. E. Proof of any necessary federal, state or local permits or licenses necessary for the project. 205-5.2. MATERIALS 205-5.2.1. PATCHING MIX Strong Seal, or approved equal, shall be used as a patching mix according to the manufacturer's recommendations and shall have the following minimum requirements: 1. Compressive Strength (ASTM C109) 15 min., 200 psi; 6 hrs., 1,400 psi 2. Shrinkage (ASTM C596) 28 days, 150 psi 3. Bond (ASTM C952) 28 days, 150 psi 4. Cement Sulfate resistant 5. Density, when applied 105 +/- 5 pcf 205-5.2.2. INFILTRATION CONTROL Strong Plug, or approved equal, shall be used to stop minor water infiltration according to the manufacturer's recommendations and shall have the following minimum requirements: 1. Compressive strength 600 psi, 1 hr.; 1000 psi (ASTM C109) 24 hrs. 2. Bond (ASTM C952) 30 psi, 1 hr.; 80 psi, 24 hrs. 205-5.2.3. GROUTING MIX Strong -Seal Grout, or approved equal, shall be used for stopping very active infiltration and filling voids according to the manufacturer's recommendations. The grout shall be volume stable and have a minimum twenty-eight (28) day compressive strength of 250 psi and a one (1) day strength of 50 psi. 205-5.2.4. COATING MATERIAL • The resin -based material shall be used to form the sprayed structurally enhanced monolithic liner covering all interior surfaces of the structure, including benches and channels/troughs of manholes. The finished v. 7.2024 121 liner shall be SprayWall® as manufactured by Sprayroq, Inc. or approved equal and conform to the minimum physical requirements listed below. A minimum of 125 mil. coating thickness is required. The physical requirements must be verified by an independent, certified, third party testing laboratory within the last five years and must be submitted with the bid package. Any bid package not including the verifiable, independent third -party testing shall be ruled non-responsive and will be rejected. • 1. VOC Content (ASTM D2584) 0% 2. Compressive Strength, (ASTM D695) 18,000 psi 3. Tensile Strength, (ASTM D638) > 7,450 psi 4. Flexural Modulus, (ASTM D790) 735,000 psi 5. Adhesion to Concrete, (ASTM D4541 /7234) >200 psi with substrate (concrete) failure 6. Chemical Resistance (ASTM D543/G20) immersion service for: • Municipal sanitary sewer environment • Sulfuric Acid, 30% • Sodium Hydroxide, 10% • Sodium Hypochlorite, 3% 7. Successful Pass: Sanitation District of L.A. County Coating Evaluation and SSPWC 210.2.3.3 (Greenbook "Pickle Jar" Che Resistance test) The initial flexural modulus of elasticity (short term) of the submitted resin material will be utilized with the dill long-term deformation percentage as determined by ASTM D2990 (see below) in the design equation outlined in ASTM 1216-09, Appendix X1. The value of the long-term flexural modulus of the proposed product will be certified by an independent, certified, third party testing lab, independent of the Manufacturer and submitted with the bid package. [The definition of long-term value will be identified as initial flexural VER 01 w/Flat Wall 2015 Page 7 of 12 modulus of elasticity less the reduction in value caused by Creep over a fifty (50) year minimum period and verified by third party DMA testing (ASTM D2990).] All design submittals will include this certified third -party DMA testing (ASTM D2990) value in their respective design calculations for each structure being rehabilitated. Coating product physical properties shall be substantiated through submittal of accredited third -party testing results and shall be representative of the actual field applied product and cure mechanism(s) to be employed in the field. Polyurethane coating to be manually or spray applied to interior surfaces of exposed concrete above or below the typical flow line; specifically designed for accelerated cure and suitable for release of flow in less than 45 minutes at normal service temperatures or as otherwise detailed. 205-5.2.5. OTHER MATERIALS No other material shall be used with the mixes previously described without prior approval or recommendation from the manufacturer. 205-5.3. INSTALLATION AND EXECUTION 205-5.3.1. PREPARATION v. 7.2024 122 • • • • A. All foreign material shall be removed from the manhole wall and bench using a high-pressure water spray (minimum 5,000 psi). Loose and protruding brick, mortar and concrete shall be removed using a mason's hammer and chisel and/or scraper. Fill any large voids with brick and quick setting patching mix. B. Active leaks shall be stopped using quick setting specially formulated mixes according to the manufacturer's recommendations. When severe infiltration is present, drilling may be required in order to pressure grout using a cementitious grout. Manufacturer's recommendations shall be followed when pressure grouting is required. C. Any bench, invert/channel/trough or service line repairs shall be made at this time using the quick setting mix and following the manufacturer's recommendations. D. Any active flows shall be dammed, plugged, or diverted as required to ensure all liquids are maintained below or away from the surfaces to be coated until final applications are cured as recommended by the manufacturer. E. The area between the corbel and the manhole frame and any other area that might exhibit movement or cracking due to expansion and contraction, shall be grouted with a flexible grout or gel (Sikadur 42 Grout Pak LE, Pro-Stik Butyl Sealant, or equal). A termination groove "key" cut into the substrate between the bottom of the manhole frame and concrete is recommended for placement of the flexible grout or gel. The "key" shall be a minimum "A" w x'/4" d, cut at a minimum 45° angle (60° maximum). F. Prior to commencing surface preparation, Contractor shall inspect all surfaces specified to receive the coating and notify city, in writing, of any noticeable disparity in the site, structure or surfaces which may interfere with the work, use of materials or procedures as specified herein. 205-5.3.2. APPLICATION Application procedures shall conform to the recommendations of the protective coating manufacturer, including material handling, mixing, environmental controls during application, safety, and spray equipment. The spray equipment shall be specifically designed to accurately ratio and apply the specified protective coating materials and shall be regularly maintained and in proper working order. The protective coating material must be spray applied by a Certified Applicator of the protective coating manufacturer. Specified surfaces shall be coated by spray application of a solvent -free, 100% solids, rigid polyurethane structural lining as further described herein. Airless spray application equipment approved by the coating manufacturer shall be used to apply each coat of the protective coating. The air source is to be filtered to completely remove all oil and water. If necessary, subsequent top coating or additional coats of the protective coating should occur as soon as the basecoat becomes tack free, no later than the recoat window for the specified products. Additional surface preparation procedures will be required if this recoat window is exceeded. The roughness of the substrate will dictate the thickness needed to create the monolithic liner and eliminate any opportunity for voids in the coating. The minimum value for coating thickness shall be a minimum 125 mils. Coating product(s) shall interface with adjoining construction materials/components throughout the manhole structure to effectively seal and protect substrates from attack by corrosive elements and to ensure the effective elimination of infiltration into the sewer system. v. 7.2024 123 Termination points of the coating product(s) shall be made at the manhole frame and corbel joint (or other man way as is present), and a minimum of 1" interfacing within each pipe penetrating the structure. The. entire bench and invert/channel/trough will be thoroughly coated noting that the invert/channel/trough area will be sprayed in a manner that provides a gradual slope through the structure while achieving 125 mils. thickness coverage. 205-5.4. TESTING & ACCEPTANCE Coating system thickness shall be inspected to ensure compliance with the specifications herein. A. During application a wet film thickness gauge, meeting ASTM D4414 - Standard Practice for Measurement of Wet Film Thickness of Organic Coatings by Notched Gages, shall be used. Measurements shall be taken, documented, and attested to by Contractor for submission to the city. B. After the coating product(s) have cured in accordance with manufacturer recommendations, coating system thickness may be measured according to SSPC-PA 9 - Measurement of Dry Coating Thickness on Cementitious Substrates Using Ultrasonic Gages. High voltage holiday detection for coating systems installed in corrosive environments, when it can be safely and effectively employed, shall be performed to ensure monolithic protection of the substrate. After the coating product(s) have cured in accordance with manufacturer recommendations, all surfaces shall be inspected for holidays in accordance with NACE RPO 188-99 Discontinuity (Holiday) Testing of New Protective Coatings on Conductive Substrates or ASTM D4787 Standard Practice for Continuity Verification of Liquid or Sheet Linings Applied to Concrete Substrates. All detected holidays shall be marked and repaired according to the coating product(s) manufacturer's recommendations. A. Test voltage shall be a minimum of 100 volts per mil of coating system thickness. B. Detection of a known or induced holiday in the coating product shall be confirmed to ensure proper operation of the test unit. C. All areas repaired shall be retested following cure of the repair material(s). D. In instances where high voltage holiday detection is not feasible a close visual inspection shall be conducted, and all possible holidays shall be marked and repaired as described above. E. Documentation of areas tested, equipment employed, results, and repairs made shall be submitted to the city by the Contractor. Adhesion of the coating system to the substrate shall be confirmed in a minimum of 10% of the manholes coated, or for large structures once every 1000 square feet of coated area. After the coating product(s) have cured in accordance with manufacturer recommendations, testing shall be conducted in accordance with ASTM D7234 Pull -Off Adhesion Strength of Coatings on Concrete Using Portable Pull -Off Adhesion Testers. City's Project Manager shall select the manholes/areas to be tested. A. For each test manhole a minimum of three 20 mm dollies shall be affixed to the coated surface; one at the cone/corbel area, one at the midsection and one near the bottom of the structure. B. For larger structures a minimum of three 20 mm dollies shall be affixed to the coated surface at random locations within each 1000 square foot area or as otherwise agreed upon. C. The adhesive used to attach the dollies to the coating shall be rapid setting with tensile strengths in excess of at least twice the anticipated failure point (generally 1000 psi) and permitted to cure in accordance with manufacturer recommendations. The coating and dollies shall be adequately v. 7.2024 124 • • • • cleaned and prepared to receive the adhesive. Failure of the dolly adhesive shall be deemed a non -test and require retesting. D. Prior to performing the pull test, the coating shall be scored to the substrate, or within 10 mils of the substrate surface, by mechanical means without disturbing the dolly or coating system bond within the test area. E. Two of the three adhesion pulls in each test area shall exceed 200 psi and shall include substrate adhered to the back of the dolly or no visual signs of the coating product in the test hole. Pulls tests with results between 150 and 200 psi may be acceptable if more than 50 percent of the substrate in the test area is adhered to the dolly. F. Should a structure, or area, fail to achieve two successful pulls as described above, additional testing shall be performed at the discretion of the Owner or Project Engineer. Any areas detected to have inadequate bond strength shall be evaluated by the city. Further bond tests may be performed in that area to determine the extent of potentially deficient bonded area and repairs shall be made by Contractor. G. All adhesion testing shall be performed by qualified personnel using calibrated equipment as specified by the applicable ASTM standard(s). H. All adhesion testing shall be documented and submitted in a consistent format detailing location, test values, description of the failure point/mode, scoring method employed, adhesive used, cure time of coating and adhesive and other data as deemed necessary by the city. I. All adhesion test locations shall be repaired by the Contractor at no cost to the city. J. Visual inspection shall be made by the city's agent and/or Inspector. Any deficiencies in the finished coating affecting the performance of the coating system or the operational functionality of the structure shall be marked and repaired according to the recommendations of the coating product(s) manufacturer. 205-6. INTERNAL MANHOLE CORBEL SEALING SYSTEM This specification shall govern all work to spray/apply a monolithic polyurea material to the frame and adjacent corbel surfaces of brick, concrete or any other construction material. The work covered by this item includes but is not limited to furnishing all labor, equipment, materials and supervision, and performing all work necessary to seal the manhole as specified herein or equal to the manhole through the frame joint area and the area above the manhole corbel/cone. Described are procedures for manhole/frame cleaning preparation, application of material and testing. The applicator must be approved, trained and certified as having successfully completed factory training. The applicator/contractor shall furnish all labor, equipment and materials for applying the product directly to the manhole and frame joint with a minimum of 6 -inch overlap on each surface and a minimum thickness of 125 mils. All aspects of the installation shall be in accordance with the manufacturer's recommendations and with the following specifications: A. The removal of any rust or loose and unsound material. B. Preparing the manhole corbel/cone and frame to provide a clean, dry, sound and monolithically smooth surface C. The spray application of a Solvent -free polyurea coating to be applied to specified thickness. v. 7.2024 125 205-6.1. SUBMITTALS The following items shall be submitted: A. Technical data sheet, including ASTM test results indicating the product conforms to and is suitable for its intended use per these specifications. B. Safety Data Sheet for the product (SDS). C. Project specific guidelines and recommendations. D. Applicator Qualifications: A. Manufacturer certification that the Applicator has been trained in the handling, mixing and application of the products to be used. B. Certification that the equipment to be used for applying the products has been approved by the protective coating manufacturer and Applicator personnel have been trained and certified for proper use of the equipment. C. Written document providing three (3) years of experience and five (5) recent references of Applicator indicating successful application of a 100% solids high -build solvent -free coating by spray application. D. Proof of any necessary federal, state, or local permits or licenses necessary for the project. 205-6.2. MATERIALS 205-6.2.1. PATCHING MIX Strong Seal, or approved equal, shall be used as a patching mix according to the manufacturer's recommendations and shall have the following minimum requirements: 1. Compressive Strength (ASTM C109) 15 min., 200 psi; 6 hrs.; 1,400 psi 2. Shrinkage (ASTM C596) 28 days, 150 psi 3. Bond (ASTM C952) 28 days, 150 psi 4. Cement Sulfate resistant 5. Density, when applied 105 +1- 5 pcf 205-6.2.2. INFILTRATION CONTROL Strong Plug, or approved equal, shall be used to stop minor water infiltration according to the manufacturer's recommendations and shall have the following minimum requirements: 1. Compressive strength 600 psi, 1 hr.; 1000 psi (ASTM C109) 24 hrs. 2. Bond (ASTM C952) 30 psi, 1 hr.; 80 psi, 24 hrs. 205-6.2.3. COATING MATERIAL Manhole seal shall be designed to prevent leakage of water into the manhole through the frame joint area and the area above the manhole cone including all extensions to the corbel area. The seal shall remain v. 7.2024 126 • • • • flexible allowing for the repeated vertical or horizontal movements of the frame due to frost lift, ground movement or the thermal movement of pavements. The final coating shall be made no less than 125 mils. of corrosion resistant aromatic or approved equal. The product shall have a minimum elongation of 800%. Final liner shall have a minimum tensile strength of 3250 psi. The manhole sealing system shall conform to the physical requirements of ASTM D412. The physical requirements must be verified by an independent, certified, third party testing laboratory within the last five years and must be submitted with the bid package. Any bid package not including the verifiable, independent third -party testing shall be ruled non-responsive and will be rejected. 205-6.3. INSTALLATION AND EXECUTION 205-6.3.1. PREPARATION A. All foreign material shall be removed from the manhole wall and bench using a high-pressure water spray (minimum 5,000 psi). Loose and protruding brick, mortar and concrete shall be removed using a mason's hammer and chisel and/or scraper. Fill any large voids with brick and quick setting patching mix. B. All patching materials shall be cured prior to the installation. Preparation of the frame surface shall include sandblasting (minimum of 70 CFM) and an acetone wet wipe to ensure a clean surface as required by manufacturer on uncoated substrate. C. If coating is to be on top of SprayWall, or Raven 405, then termination points need to be cut which are 1/4" x 1/4" cut on 45° angle at top and bottom of application, then sanding of the SprayWall, or Raven 405, with 40 grit paper, cleaned and an application of Lords 7701 is required prior to application to ensure adhesion. D. Prior to commencing surface preparation, Contractor shall inspect all surfaces specified to receive the coating and notify city, in writing, of any noticeable disparity in the site, structure or surfaces which may interfere with the work, use of materials or procedures as specified herein. 205-6.3.2. APPLICATION Application procedures shall conform to the recommendations of the polyurea coating manufacturer, including material handling, mixing, environmental controls during application, safety, and spray equipment. The spray equipment shall be specifically designed to accurately ratio and apply the specified protective coating materials and shall be regularly maintained and in proper working order. The polyuria coating material must be spray applied by a Certified Applicator of the coating manufacturer. Airless spray application equipment approved by the coating manufacturer shall be used to apply each coat of the protective coating. The air source is to be filtered to completely remove all oil and water. If necessary, subsequent top coating or additional coats of the polyurea coating should occur as soon as the basecoat becomes tack free, no later than the recoat window for the specified products. Additional surface preparation procedures will be required if this recoat window is exceeded. 205-6.3.3. TESTING & ACCEPTANCE Coating system thickness shall be inspected to ensure compliance with the specifications herein. A. During application a wet film thickness gauge, meeting ASTM D4414 - Standard Practice for Measurement of Wet Film Thickness of Organic Coatings by Notched Gages, shall be used. Measurements shall be taken, documented, and attested to by Contractor for submission to the city. v. 7.2024 127 B. After the coating product(s) have cured in accordance with manufacturer recommendations, coating system thickness may be measured according to SSPC-PA 9 - Measurement of Dry Coating Thickness on Cementitious Substrates Using Ultrasonic Gages. C. Visual inspection shall be made by the city's agent and/or Inspector. Any deficiencies in the finished coating affecting the performance of the coating system or the operational functionality of the structure shall be marked and repaired according to the recommendations of the coating product(s) manufacturer. The contractor shall warrantee proper adhesion of the coating material to the frame and corbel/cone for a minimum of ten (10) years. 206. SMOKE AND DYE TESTING 206-1. GENERAL PROTOCOL Conduct smoke testing of gravity sewers for defects and identify manholes which could not be located, and all new structures not shown on GIS. Smoke and Dye testing will be completed using the following Protocols: Smoke testing will provide detailed information on wet weather inflow sources to the sanitary sewer. In order to identify collection system defects and illicit connections, non-toxic smoke will be forced into the sewer by high-capacity blower capable of achieving a minimum of 1,750 cfm of airflow. Any break in the sewer will allow the smoke to escape provided the smoke machine generates sufficient pressure. One line segment will be tested at one time with plugging. The maximum length of sewer to be smoke tested in a single setup shall be 400 linear feet per blower. Dual blower smoke testing shall be performed for pipe sections over 400 linear feet with a maximum of 800 linear feet. Smoke testing shall not be performed during or following weather conditions that may impair detecting escaping smoke (i.e. very windy, rainy, or high groundwater conditions, etc.) Smoke testing will not be performed on surcharged lines. In case of surcharged lines, the selected Contractor will contact the city and identify the issue. Once the surcharge has been eliminated, the city will contact the selected Contractor to re -smoke the test area. Smoke testing will document when smoke does not travel the entire length of piping, or when smoke is not detected at the roof stack of connecting buildings. In these cases, CCTV inspection (by others) will be required of both mainline and lateral piping. When a defect is identified as being a potential significant inflow source it will be recommended for dye testing. The smoke shall be non-toxic, odorless, and non -staining. A Safety Data Sheet shall be submitted and approved by city prior to the commencement of smoke testing. Prior to testing, the selected Contractor shall submit a schedule outlining test dates and locations to the city, three weeks prior to commencing the smoke testing. The selected Contractor shall prepare Smoke Testing notices (English & Spanish) advising residents and local authorities of the smoke testing program. The notices shall be approved by the city prior to distribution. Extra copies of the notices will be provided to the city for distribution to other city agencies, including the Fire Department, Police Department, Emergency Services and others. The selected Contractor shall distribute smoke testing notices to residences in the project area including the local fire and police precincts, approximately 48-72 hours in advance of the smoke testing. For large facilities such as schools or hospitals, a log will be maintained that documents the property manager's notification of planned smoke testing activities. A local Contractor's telephone number will be provided for those individuals with questions or for anyone requiring special assistance. Field personnel will be uniformed and will conspicuously display identification badges. Private individuals requesting additional identification will be asked to contact the city and crews shall carry a letter from the city authorizing the holder of the letter to perform the work described. Each day the fire department and other affected agencies will be notified of the crew location since smoke may enter homes through defective plumbing. 206-2. REPORTING v. 7.2024 128 • • • • • • Field results shall be documented in an Excel spreadsheet and on printed maps. The Excel spreadsheet shall include the following information: A. defect and photo number B. address and locations of defects C. type of defect found D. is defect public or private E. address of residences that did not smoke during testing and residents' houses that were smoked with defect description (if possible) F. address of residences that did not have a cleanout plug(s) or lids and or in low-lying areas G. manholes ID on those with no manhole inserts, with debris, or in low-lying areas H. any defective sewer mains found in the field. The printed and digital maps shall include the following: A. boundary of the test area B. sanitary sewer line segments tested C. location and boundary of blower setups D. locations of defects with defect number and photo of defect E. address of residences that did not smoke during testing (plumbing roof vent: negative) and residences that smoke in house F. ID numbers for manhole missing water -tight manhole inserts G. location of smoking storm sewer catches basins The field documentation will include: A. sketched of the location and nature of each system defect B. pertinent information for prioritizing repair of the defects C. information needed to assess the best mitigation method D. color digital photographs will be taken to document defects during smoke testing E. location of defect will be measured from permanent objects (corner of house, light pole, etc.). In addition to the standard documentation procedure, each smoke testing crew will be equipped with a computer tablet which is `blue -toothed' to a GPS receiver. The crew can see their location on the downloaded `cloud -based' map and as inflow sources are identified photographs will be taken to document each defect and an X, Y coordinate value will be assigned to each image. As each defect image is automatically uploaded to the 'cloud -based' map a defect type code will be attached to the image. Each inflow source or defect can then be displayed on the map and each defect type is assigned a different symbol/color/indicator. This form of documentation allows for comprehensive QA/QC of each completed smoke test and assurance that no defect is left unrecorded. The following is an overview of the required smoke testing process and reporting. v. 7.2024 129 A. Field review the area selected area and note on the map all "hundred block" addresses. B. Distribute smoke notice to all homes, businesses, schools, police and Fire & Rescue, etc. In addition, Fire & Rescue will be notified of any proposed smoke testing activities forty-eight to seventy-two hours prior to initiation. C. During the initial field review, identify all types of businesses, specifically any doctors' offices, hospitals, schools, retirement homes (communities), assisted living facilities (ALFs), or any other establishment that may need special consideration and handling during the actual smoke test. Strict consideration and coordination with customers who have sensitive needs must be adhered to, some of whom will not be included on any smoke testing schedule as the nature of their business, such as hospitals, is far too delicate. D. Twenty -Four hours minimum must expire from the issuance of smoke testing notices to allow all affected to prepare for the testing. For special exceptions, such ALFs and persons with health problems living at home, etc., direct in person of telephone contact shall be made if at all possible. E. On the day of the testing, the selected portion of the study area will be identified and all street names and related hundred block addresses will be given to the police and fire department/emergency personnel for the area where the testing will occur. UNDER NO CIRCUMSTANCES WILL THE AREA SELECTED FOR THAT DAY'S TESTING BE MODIFIED TO INCLUDE ADDITIONAL WORK UNLESS THE POLICE & FIRE DEPARTMENT/EMERGENCY PERSONNEL HAVE BEEN NOTIFIED FIRST. The name and ID number of the fire department person contacted will be documented on the appropriate form. The fire department/emergency personnel will be provided the exact locations and specific time frames of where and when the tests will be performed. F. Multi -day scheduling with one-time reporting to the police and fire department/emergency personnel will not be permitted. G. The city's Project Manager will be notified on a daily basis with the same information. H. Should the fire department/emergency personnel respond to the target area during the actual smoke testing, all testing will cease immediately and the Smoke Testing Team's field supervisor in charge will contact the fire unit responding to answer any questions that the fire department officer may have. I. All testing activity will cease when any resident complains of smoke entering their establishment. Smoke Testing Team's field personnel will then attempt to isolate where the smoke is entering the establishment and make the occupant aware of what the problem may be. All defective plumbing found inside should be documented appropriately for future reference. The occupant will be advised to have the defect repaired by a licensed plumber. J. During the actual smoke testing, Smoke Testing Team field personnel will scout the area for smoke escaping from ground sources, roof vents, storm drain structures, etc. All sources of Rainfall Dependent Infiltration/Inflow will be photographed, measured, drawn, and documented accordingly with addresses, data, and sketches. The smoke test form will identify which sewer segment is being tested by its component identification in the city's GIS database. K. All defects encountered will also be recorded using handheld tablets 'blue tooth' to a GPS receiver. The tablet will have access to the city's wastewater collection system GIS which will be v. 7.2024 130 • • • • overlaid on a digital ortho map and the GPS unit will allow the smoke test team member to see his location on the map in real time and allow for the accurate recording of a defect's type and location. Each defect image taken will be geocoded to a specific location and the information will be stored electronically for future use. It is understood that the city staffmembers may accompany the selected Contractor's field staff during the smoke testing initiative to gain a better understanding of how to quantify potential inflow volumes from the smoke defects recorded and how to compare the smoke testing defect results to the previously recorded flow data. It is further understood that the selected Contractor's staff will install cleanout plugs and storm water manhole inflow dishes (provided by the city) concurrently with the smoke testing operations. The selected Contractor will develop a 'Smoke Testing Results' spreadsheet that identifies each pipe section tested and the results of the test, whether positive or negative. A separate spreadsheet: 'Smoke Testing Defects', will be prepared that identifies all defects encountered during the smoke testing activity. This spreadsheet will contain a column which identifies the surface area associated with each defect, and if there is a need to conduct dye water testing/flooding. 206-3. DYE INVESTIGATION The results of the smoke testing may not always clearly or positively indicate the source of a sanitary sewer interconnection or defect. Further investigation may be required to fully define the I/1 sources or defects under the following conditions: A. Smoke injected into the sanitary sewer is seen in storm sewer catch basins. This may be caused by defective catch basin laterals in the vicinity of the sanitary sewer (if the sanitary sewer has open joints, cracks or breaks). Dye testing may be needed to determine if the catch basin is connected to the sanitary sewer. CCTV (by others) of the sanitary sewer may be needed to identify the point of the smoke exfiltration. B. Smoke does not freely pass from one manhole to the next, or vent from property's roof stack/ roof plumbing vent, during the sanitary sewer smoke testing. CCTV (by others) of the sanitary sewer/lateral may be needed to identify sewer blockages or pipe sags. Upon completion of the initial smoke testing within a service area, the selected Contractor will submit a list of locations that require further investigation to the city. Upon approval from the city, the city may request the selected contractor to accompany a city diagnostic crew to further investigate the inconclusive smoke test results. Techniques employed by the city may include dye testing, CCTV inspections (by others) manhole/catch basin inspection, sewer line tamping (by others), and storm sewer cleaning (by others). Where initial smoke test results warrant further investigation as approved by the city, a non-toxic dye approved by the city will be used to investigate specific potential interconnections. Contractor shall submit the SDS for all dyes used. Storm sewer cross -connections and area drains that are suspected of being connected to the sanitary sewer will be positively identified using the dye tracer procedure. Laterals suspected of having significant leaks or breaks will also be investigated. Field documentation, including sketches showing the location of all tests conducted and digital photographs, where feasible, will be used to record findings. Internal pipeline inspection will determine the exact source of the suspected interconnection and establish the best abatement option. The following identifies the dye water protocols to be implemented. 206-3.1. DYE WATER TRACING Private/Public sector dye water tracing will be conducted by introducing a small quantity of liquid dye concentrate into suspect sources such as downspouts, area drains, patio drains, window well drains, and driveway drains, and then introducing a sufficient volume of clean water to locate the source's discharge point. During each tracing, sanitary sewers, storm drains, and curb lines located downstream of the sources v. 7.2024 131 shall be monitored for signs of dyed water. The quantity of dye concentrate and water used will vary depending on pipe size and the quantity of flow and debris in each line section. A report will be prepared for each location where dye water tracing has been performed. The report will identify where the dye water was introduced and its' susceptibility for entering the wastewater collection system. Photos will be taken of where the dye water is introduced and where it is recorded discharging into the downstream wastewater collection system manhole. CCTV inspection equipment (by others) will be utilized to identify exactly where the dye water is entering the wastewater collection system piping. 206-3.2. DYE WATER FLOODING Dye water flooding results will be documented for each location where the storm drainage system is flooded. Each dye water flood report will identify the section of wastewater gravity piping being tested, the location(s) where the storm water system piping was isolated and flooded, photographs of each setup and CCTV inspection results (by others) identifying the location(s) where dye water was identified entering the wastewater collection system. The following information will also be documented; evidence of dyed water in manholes downstream from the ponding area, stream crossing, or other suspected sources where the dyed water is placed, and time of travel from contributing source to the manhole sampled, and the concentration of the dyed water observed; The Field Inspection Procedures for Dyed Water Flooding are as follows: A. A mixture of water and any approved dye coloring substance will be introduced to the identified source. Dye water team inspectors will be stationed immediately downstream on the local sanitary and storm sewer lines. Observations, whether positive or negative, will be documented appropriately. Whenever possible the dyed water point of exit will be documented by CCTV inspection equipment (by others). B. Prior to any dye testing, the appropriate city staff shall be notified of the specific location of testing and what adjacent waterways may be affected when the dye water is released into the storm drainage system. Fire hydrants used to supply the water source needed will be opened slowly and closed in the same manner. A flow restrictive device shall be used on the hydrant to prevent discoloration problems. Should the water be running cloudy or dirty after use, the fire hydrant shall be left open at a slow pace until the water clears. If long term draining is required, the Dye Water Team shall notify the city. 206-4. MEASUREMENT AND PAYMENT Measurement shall be the number of linear feet smoke tested and each occurrence of dye water tracing and dye water flooding. 206-5. BASIS OF PAYMENT Payment shall be based upon the unit price per linear foot for smoke testing as measured above and each occurrence of dye water tracing and dye water flooding, which shall be full compensation for all work described in this section of the specifications and shall include all materials, equipment, and labor necessary to perform the smoke and dye testing. PRICING SHEET SIDEWALK v. 7.2024 132 • • • Line Item Description Quantity Unit of Unit Cost Total Measure New Sidewalk Mobilization and Site Preparation 1.1 Maintenance of Traffic 1 LS 1.2 Mobilization (5%) 1 LS 1.3 Demolition (5%) 1 LS 1.4 Erosion and Sediment Control 1 LS 1.5 Root Pruning 558 LF 1.6 Sprinklers (Yard Frontage)(Section IVa) 500 LF 1.7 Sod- St. Augustine (if needed) 1,200 SF 1.8 Sod- Bahia (if needed) 1,200 SF 1.9 Project Sign (portable) 1 LS 1.10 Tree Removal (4"-12" DIA) 4 EA 1.11 Tree Removal (13"-24" DIA) 1 EA 1.12 Tree Removal (25"-36" DIA) 1 EA 1.13 Tree Removal (Greater than 36" DIA) 1 EA 1.14 Tree Removal (Palm) 4 EA New Sidewalk 2.1 4" Thick Concrete Sidewalk (3000psi w/ fiber mesh) 1,500 SF 2.2 6" Thick Concrete Sidewalk (3000psi w/ fiber mesh) 20,000 SF 2.3 6" Thick Concrete Driveway apron (3000 psi w/ fiber mesh reinforcing & wwf) 735 SF v. 7.2024 133 Line Item 2.4 Description Install Detectable Warning Mats on Existing Sidewalk Ramps Quantity 38 Unit of Measure EA Unit Cost Total 2.5 ADA mat only (detectable warning surface installed on existing conc.) 200 EA 2.6 ADA ramps with mat FDOT 304, CR -E, CR -F, CR -L & City Index 109 80 EA 2.7 ADA ramps with modified valley gutter 46 EA 2.8 Remove & Construct transition curb as required (ADA ramps) 142 LF 2.9 City Valley Gutter Curb 115 LF Paving 3.1 1.5" FDOT Type S Asphalt 1,480 SY 3.2 4"Crushed Concrete Base 1,480 SY Repair and Replace Sidewalk 4.1 4" Thick Concrete sidewalk (3000 psi w/ fiber mesh) 1,500 SF 4.2 4" Thick concrete sidewalk Construction with Tree Protection 3,000 SF 4.3 6" Thick Concrete Sidewalk (3000psi w/fiber mesh & wwf) 16,000 SF 4.4 6" Thick concrete sidewalk repair with tree protection 10,000 SF 4.5 ADA ramps with modified valley gutter 6 EA 4.6 Remove & Construct transition curb as required (ADA ramps) 15 LF v. 7.2024 134 • • • • Line Item 4.7 Description 6" thick concrete driveway apron (3000 psi w/fiber mesh reinforcing & wwf) Quantity 735 Unit of Measure SF Unit Cost Total Curb 5.1 Modified Curb (R&R) 1,275 LF 5.2 Valley Curb (R& R) 1,275 LF 5.3 Type 1 curb (R&R) 750 LF 5.4 12" Stabilized subgrade (LBR40) 1,000 SY TOTAL MOBILIZATION AND SITE PREPARARION, NEW SIDEWALK, PAVING, REPAIR AND REPLACE SIDEWALK AND CURB 10% CONTINGENCY AND CONTRACT TOTAL FOR LINE ITEMS 1-5 ABOVE Line Item 1 2 Description 10% Contingency for Line Items 1- 5 Above Contingency total and Total from Line Items 1-5 Above Quantity Unit of Unit Cost Total Measure 1 1 LS LS TOTAL SUBMITTAL REQUIREMENTS 1 Certified Business* Are you a Certified Small Business or a Certified Minority, Woman or Disadvantaged Business Enterprise? ❑ Yes E No *Response required When equals "Yes" Certified Business Type* Pick one of the following Select all that apply v. 7.2024 135 ❑ Certified Small Business ❑ Certified Minority, Woman, or Disadvantaged Business Enterprise *Response required When equals "Yes" Certifying Agency* List the Agency that provided your certification. *Response required When equals "Yes" Certification Documentation* Provide a copy of your certification *Response required 2 Vendor Certification* By submitting this response, the Vendor hereby 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. v. 7.2024 136 • • • • 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. ❑ Please confirm *Response required 3 E -Verify System Certificattion* 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. The affiant, by virtue of confirming below, certifies that: A. The Contractor and its Subcontractors are aware of the requirements of Florida Statute 448.095. B. The Contractor and its Subcontractors are registered with and using the E -Verify system to verify the work authorization status of newly hired employees. C. 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. D. The Subcontractor will provide the Contractor with an affidavit stating that the Subcontractor does not employ, contract with, or subcontract with unauthorized alien. E. The Contractor must maintain a copy of such affidavit. F. 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). G. 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. H. The Contractor is liable for any additional cost incurred by the City as a result of the termination of this Contract. ❑ Please confirm *Response required 4 Scrutinized Company Certification* Please download the below documents, complete, and upload. • SCRUTINIZED COMPANIES AND B... *Response required 5 Compliance with Anti -Human Trafficking Laws* Please download the below documents, complete, and upload. • Compliance with 787.06 form... *Response required 6 Section V - Contract Documents* v. 7.2024 137 Please download the below documents, complete, and upload. • Section V - Contract Docume... *Response required 7 W-9* Upload your current W-9 form. (available at http://www.irs.gov/pub/irs-pdf/fw9.pdf) *Response required v. 7.2024 138 • • 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 Page i Updated: 04/18/2024 • • SECTION V — Contract Documents Bond No.: PUBLIC CONSTRUCTION BOND (1) This bond is given to comply with § 255.05, Florida Statutes, and any action instituted by a claimant under this bond for payment must be in accordance with the notice and time limitation provisions in subsections (2) and (10). Pursuant to § 255.05(1)(b), Florida Statutes, "Before commencing the work or before recommencing the work after a default or abandonment, the contractor shall provide to the public entity a certified cony 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 Central Florida Contractors [name] 13345 Pine Bark Ct Largo, FL 33774 [principal business ire 737-647-0751 Is [phone number] SURETY OWNER [n [pr ne [phone number PROJECT NAME: 2025 Sidewalks PROJECT NO.: 25 -0001 -EN City of Clearwater Public Works Engineering 100 S. Myrtle Avenue Clearwater, FL 33756 (727) 562-4750 PROJECT DESCRIPTION: The work proposed in this contract involves the concrete construction of existing & new sidewalks, ADA curb ramps, driveway aprons and curb improvements within the City of Clearwater as listed herein and shown on the engineering maps prepared by the City of Clearwater Engineering Department, (see Section IV -A). A summary of proposed improvements are as follows: 1. Construction of approximately 55,200 S.F. of 6" thick concrete sidewalk. 2. Construction of approximately 2,000 S.F. of 4" thick concrete sidewalk. 3. Construction of approximately 160 ADA curb ramps. 4. Construction of approximately 700 S.F. of driveway aprons. 5. Construction of 3,300 L.F. of several types of curb and 1,000 SY stabilized subgrade at various locations. • The intent of this bid is to obtain competitive prices to establish an annual [maintenance] contract for on- call [as -needed] services. All quantities are estimates only and the City is not obligated to purchase any SECTION V Page 1 of 19 Updated: 1/10/2023 SECTION V — Contract Documents • minimum or maximum amount during the life of the contract. All of the work is to be administered per Section III, Article 11.3, Unit Price Work, of the Contract Documents. The City reserves the right to increase funds during the contract term if work exceeds original estimates, subject to required authorizations. Beyond the initial one-year term, the City reserves the right to renew the contract for up to three (3) years. The Contractor shall provide copies of a current Contractor License/Registration with the state of Florida and Pinellas County in the bid response. The Contractor shall provide 1 portable project signs as described in SECTION III, ARTICLE 23 of the Contract Documents. The final number of project signs will be determined at the beginning of the project based on the Contractor's schedule of work submitted for approval. Additional project signs may be required at no additional cost to the Owner due to the Contractor's schedule of work. 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 $1,095,072.28 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 2025 Sidewalks the contract documents being made a part of this bond by reference (which include the Advertisement for Bids, Proposal, Contract, Surety Bond, Instructions to Bidders, General Conditions, Plans, Technical Specifications and Appendix, and such alterations as may be made in said Plans and Specifications as therein provided for), at the times and in the manner prescribed in the contract; and 2. Promptly makes payments to all claimants, as defined in Section 255.05(1), Florida Statutes, supplying Contractor with labor, materials, or supplies, used directly or indirectly by Contractor in the prosecution of the work provided for in the contract; and • SECTION V Page 2 of 19 Updated: 1/10/2023 • • • SECTION V — Contract Documents Bond No.: 41 K237835 PUBLIC CONSTRUCTION BOND (2) 3. Pays Owner all losses, damages, expenses, costs, and attorney's fees, including appellate proceedings, that Owner sustains because of a default by Contractor under the contract; and 4. To the limits of § 725.06(2), Florida Statutes, shall indemnify and hold harmless Owner, their officers and employees, from liabilities, damages, losses and costs, including, but not limited to, reasonable attorney's fees, to the extent caused by the negligence, recklessness, or intentional wrongful misconduct of Contractor and persons employed or utilized by Contractor in the performance of the construction contract; and 5. Performs the guarantee of all work and materials furnished under the contract for the time specified in the contract, then this bond is void; otherwise, it remains in full force. 6. Any action instituted by a claimant under this bond for payment rnust 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). WITNESS: �7 Affrz:w/ Corporate Secretary or Witness Print Name: Steven Schumacher (affix corporate seal) SECTION V Central Florida Contractors, Inc. By: Title: Print Name: WITNESS: ,Cf7iPte4 Print Name: ISIti .. c 16 cviq e. The Ohio Casualty Insurance Company (Corporate Surety) 1 67, By: ATTORNEY-IN-FACT Print Name:David B. Shick, Attorney -In -Fact & Licensed FL Resident Agent #A241176 (affix corporate seal) (Power of Attorney must be attached) Page 3 of 19 Updated: 1/10/2023 Seal No. 7503 a) a) tL -0 c0 V is *4-o o; N � c - co Q) 08a) c m co 2 c E L � M-.L. f6 'a A me > ;- z Liberty Mutual® SURETY POWER OF ATTORNEY Liberty Mutual Insurance Company The Ohio Casualty Insurance Company West American Insurance Company Certificate No: 8214018-969456 KNOWN ALL PERSONS BY THESE PRESENTS: That The Ohio Casualty Insurance Company is a corporation duly organized under the laws of the State of New Hampshire, that Liberty Mutual Insurance Company is a corporation duly organized under the laws of the State of Massachusetts, and West American Insurance Company is a corporation duly organized under the laws of the State of Indiana (herein collectively called the "Companies"), pursuant to and by authority herein set forth, does hereby name, constitute and appoint, Brandy Baich; David B. Shick all of the city of Tampa state of FL each individually if there be more than one named, its true and lawful attomey-in-fact to make, execute, seal, acknowledge and deliver, for and on its behalf as surety and as its act and deed, any and all undertakings, bonds, recognizances and other surety obligations, in pursuance of these presents and shall be as binding upon the Companies as if they have been duly signed by the president and attested by the secretary of the Companies in their own proper persons. IN WITNESS WHEREOF, this Power of Attorney has been subscribed by an authorized officer or official of the Companies and the corporate seals of the Companies have been affixed thereto this 12th day of May , 2025 . State of PENNSYLVANIA County of MONTGOMERY ss On this 12th day of May , 2025 before me personally appeared Nathan J. Zangerle, who acknowledged himself to be the Assistant Secretary of Liberty Mutual Insurance Company, The Ohio Casualty Company, and West American Insurance Company, and that he, as such, being authorized so to do, execute the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. IN WITNESS WHEREOF, I have hereunto subscribed my name and affixed my notarial seal at Plymouth Meeting, Pennsylvania, on the day and year first above written. By: Liberty Mutual Insurance Company The Ohio Casualty Insurance Company West American Insurance Company .#7 Nathan J. Zangerle, Assistant Secretary Commonwealth of Pennsylvania - Notary Seal Teresa Pastella, Notary Public Montgomery County My commission expires March 28, 2029 Commission number 1126044 Member, Pennsylvania Association of Notaries By: Ltd& eresa PaslNla. Notary Public eresa Pastella, Public This Power of Attomey is made and executed pursuant to and by authority of the following By-laws and Authorizations of The Ohio Casualty Insurance Company, Liberty Mutual Insurance Company, and West American Insurance Company which resolutions are now in full force and effect reading as follows: ARTICLE IV — OFFICERS: Section 12. Power of Attomey. Any officer or other official of the Corporation authorized for that purpose in writing by the Chairman or the President, and subject to such limitation as the Chairman or the President may prescribe, shall appoint such attorneys -in -fact, as may be necessary to act in behalf of the Corporation to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Such attomeys-in-fact, subject to the limitations set forth in their respective powers of attomey, shall have full power to bind the Corporation by their signature and execution of any such instruments and to attach thereto the seal of the Corporation. When so executed, such instruments shall be as binding as if signed by the President and attested to by the Secretary. Any power or authority granted to any representative or attomey-in-fact under the provisions of this article may be revoked at any time by the Board, the Chairman, the President or by the officer or officers granting such power or authority. ARTICLE XIII — Execution of Contracts: Section 5. Surety Bonds and Undertakings. Any officer of the Company authorized for that purpose in writing by the chairman or the president, and subject to such limitations as the chairman or the president may prescribe, shall appoint such attomeys-in-fact, as may be necessary to act in behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Such attomeys-in-fact subject to the limitations set forth in their respective powers of attomey, shall have full power to bind the Company by their signature and execution of any such instruments and to attach thereto the seal of the Company. When so executed such instruments shall be as binding as if signed by the president and attested by the secretary. Certificate of Designation — The President of the Company, acting pursuant to the Bylaws of the Company, authorizes Nathan J. Zangerle, Assistant Secretary to appoint such attomeys-in-fact as may be necessary to act on behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Authorization — By unanimous consent of the Company's Board of Directors, the Company consents that facsimile or mechanically reproduced signature of any assistant secretary of the Company, wherever appearing upon a certified copy of any power of attorney issued by the Company in connection with surety bonds, shall be valid and binding upon the Company with the same force and effect as though manually affixed. I, Renee C. Llewellyn, the undersigned, Assistant Secretary, The Ohio Casualty Insurance Company, Liberty Mutual Insurance Company, and West American Insurance Company do hereby certify that the original power of attomey of which the foregoing is a full, true and correct copy of the Power of Attomey executed by said Companies, is in full force and effect and has not been revoked. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed the seals of said Companies this day of LMS -12873 LMIC OCIC WAIC Multi Co 02/24 By: Renee C. Llewellyn, Assistant Secretary Seal No. 7503 • • • SECTION V — Contract Documents CONTRACT (1) This CONTRACT made and andd entered into this day of , 20_ by and between the City o earwa F,•onyia, =pal corporation, hereinafter designated as the "City", and `+ l , of the City of ac,, County of �e and State of Florida, hereinafter desightt4d as the "Contractor". [Or if out o This CONT of ; CI rwa lade and entered into t `iunicipal day of 20_ by and between the City on, hereinafter designated as the "Ctty", and State) :Corporativ autho zed to do bu WITNESSETH: id State of County:', , of hereinafter designated as the "Contractor" 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: 2025 Sidewalks PROJECT NO.: 25 -0001 -EN in the amount of $ 1.095.072.28 In accordance with such proposal and technical supplemental specifications and such other special provisions and drawings, if any, which will be submitted by the City, together with any advertisement, instructions to bidders, general conditions, technical specifications, proposal and bond, which may be hereto attached, and any drawings if any, which may be herein referred to, are hereby made a part of this contract, and all of said work to be performed and completed by the contractor and its successors and assigns shall be fully completed in a good and workmanlike manner to the satisfaction of the City. If the Contractor should fail to comply with any of the terms, conditions, provisions or stipulations as contained herein within the time specified for completion of the work to be performed by the Contractor, then the City, may at its option, avail itself of any or all remedies provided on its behalf and shall have the right to proceed to complete such work as Contractor is obligated to perform in accordance with the provisions as contained herein. SECTION V Page 4 of 19 Updated: 1/10/2023 • • • SECTION V — Contract Documents CONTRACT (2) THE CONTRACTOR AND HIS OR ITS SUCCESSORS AND ASSIGNS DOES HEREBY AGREE TO ASSUME THE DEFENSE OF ANY LEGAL ACTION WHICH MAY BE BROUGHT AGAINST THE CITY AS A RESULT OF THE CONTRACTOR'S ACTIVITIES ARISING OUT OF THIS CONTRACT AND FURTHERMORE, IN CONSIDERATION OF THE TERMS, STIPULATIONS AND CONDITIONS AS CONTAINED HEREIN, AGREES TO HOLD THE CITY FREE AND HARMLESS FROM ANY AND ALL CLAIMS FOR DAMAGES, COSTS OF SUITS, JUDGMENTS OR DECREES RESULTING FROM ANY CLAIMS MADE UNDER THIS CONTRACT AGAINST THE CITY OR THE CONTRACTOR OR THE CONTRACTOR'S SUB CONTRACTORS, AGENTS, SERVANTS OR EMPLOYEES RESULTING FROM ACTIVITIES BY THE AFOREMENTIONED CONTRACTOR, SUB CONTRACTOR, AGENT SERVANTS OR EMPLOYEES, TO THE LIMITS OF § 725.06(2). In addition to the foregoing provisions, the Contractor agrees to conform to the following requirements: In connection with the performance of work under this contract, the Contractor agrees not to discriminate against any employee or applicant for employment because of race, sex, religion, color, or national origin. The aforesaid provision shall include, but not be limited to, the following: employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; lay off or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The Contractor agrees to post hereafter in conspicuous places, available for employees or applicants for employment, notices to be provided by the contracting officer setting forth the provisions of the non-discrimination clause. The Contractor further agrees to insert the foregoing provisions in all contracts hereunder, including contracts or agreements with labor unions and/or worker's representatives, except sub -contractors for standard commercial supplies or raw materials. It is mutually agreed between the parties hereto that time is of the essence of this contract, and in the event that the work to be performed by the Contractor is not completed within the time stipulated herein, it is then further agreed that the City may deduct from such sums or compensation as may be due to the Contractor the sum of $1,000.00 per day for each day that the work to be performed by the Contractor remains incomplete beyond the time limit specified herein, which sum of $1,000.00 per day shall only and solely represent damages which the City has sustained by reason of the failure of the Contractor to complete the work within the time stipulated, it being further agreed that this sum is not to be construed as a penalty but is only to be construed as liquidated damages for failure of the Contractor to complete and perform all work within the time period as specified in this contract. It is further mutually agreed between the City and the Contractor that if, any time after the execution of this contract and the public construction bond which is attached hereto for the faithful performance of the terms and conditions as contained herein by the Contractor, that the City shall at any time deem the surety or sureties upon such public construction bond to be unsatisfactory or if, for any reason, the said bond ceases to be adequate in amount to cover the performance of the work the Contractor shall, at his or its own expense, within ten (10) days after receipt of written notice from the City to do so, furnish an additional bond or bonds in such term and amounts and with such surety or sureties as shall be satisfactory to the City. If such an event occurs, no further payment shall be made to the Contractor under the terms and provisions of this contract until such new or additional security bond guaranteeing the faithful performance of the work under the terms hereof shall be completed and furnished to the City in a form satisfactory to it. SECTION V Page 5 of 19 Updated: 1/10/2023 • • SECTION V — Contract Documents 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, Rosemarie Call, City Clerk, AT Rosemarie.Call(&,,myclearwater.com, 727-562-4092, 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 Page 6 of 19 Updated: 1/10/2023 • SECTION V — Contract Documents 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 slopping 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 City Manager • Countersigned: • By: Bruce Rect Mayor *Th' =Rosemarie Call City Clerk Co44.A:must indicate whether: r Corporation, Partnership, Aprov; d as to form: Jerrimpson Se r Assistant City Attorney Company, or Individual 4 rhA,04 (Contractor) By: Print Name: Title: (SEAL) 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. o;itm°� SECTION V Page 7 of 19 Updated: 1/10/2023 • SECTION V — Contract Documents CONSENT OF SURETY TO FINAL PAYMENT TO OWNER: City of Clearwater PROJECT NAME: 2025 Sidewalks Public Works Engineering PROJECT NO.: 25 -0001 -EN 100 S. Myrtle Ave. CONTRACT DATE: Clearwater, FL 33756 BOND NO.: ( , recorded in O.R. Book j ], Page , of the Public Records of Pinellas County, Florida. CONTRACTOR: [ : ] 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: on bond of • of Contractor) ,SURETY, ,CONTRACTOR, hereby approves of the final payment to the Contractor, and agrees that final payment to the Contractor shall not relieve Surety of any of its obligations to City of Clearwater Public Works Engineering 100 S. Myrtle Ave. Clearwater, FL 33756 as set forth in said Surety's bond. IN WITNESS WHEREOF, the Surety has hereunto set its hand this _ day of Attest: (Seal): ,OWNER, (Surety) (Signature of authorized representative) (Printed name and title) SECTION V Page 8 of 19 Updated: 1/10/2023 • • Bond Number: N/A SECTION V — Contract Documents PROPOSALBID BOND (Not to be filled out if a certified check is submitted) KNOWN ALL MEN BY THESE PRESENTS: That we, the undersigned, Central Florida Contractors, Inc. as Contractor, and The Ohio Casualty Insurance Company as Surety, whose address is 9721 Executive Center Drive, Suite 105, St. Petersburg, FL 33702 , are held and firmly bound unto the City of Clearwater, Florida, in the sum of Ten Percent of Total Amount Bid in U.S. Dollars ($10% ) (being a minimum of 10% of Contractor's total bid amount) for the payment of which, well and truly to be made, we hereby jointly and severally bind ourselves, our heirs, executors, administrators, successors and assigns. The condition of the above obligation is such that if the attached Proposal of Central Florida Contractors, Inc. as Contractor, and The Ohio Casualty Insurance Company as Surety, for work specified as: 2025 Sidewalks (Bid #25 -0001 -EN) Sidewalk Construction - City Wide 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: X Corporation, Partnership, Company, or Individual Signed this 16th day of April Central Florida Contractors, Inc. ,2025• Contractor The Ohio Casualty Insurance Company Surety 1 By: David B. Shick, Attorney -In -Fact & Title: Licensed FL Resident Agent #A241176 Seal No. 7503 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 Updated: 1/10/2023 • � liberty r, Mutual. SURETY This Power of Attorney limits the acts of those named harsh, and they have no authority to bind the Company except fn the manner and to the extent herein stated. Liberty Mutual Insurance Company The Ohio Casualty Insurance Company West American Insurance Company POWER OF ATTORNEY Certificate No: 8205203-969456 KNOWN ALL PERSONS BY THESE PRESENTS: That The Ohio Casually Insurance Company is a corporation duly organized under the laws of the State of New Hampshire, that Liberty Mutual Insurance Company is a corporation duly organized under the laws of the State of Massachusetts, and West American Insurance Company is a corporation duly organized under the laws of the Slate of Indiana (herein coledively haled the 'Cam:a lien pursuant fo and by authority herein set forth, does hereby name, constitute and appoint, Brandy Baich, David B. Shick al of the city of Tampa state of FL each individualy if there be more than one named, its true and lawful attorney-in-fact to make, execute, seal, acknowledge and delver, for and on its behalf as surety and as its ad and deed, any and al undertakings, bonds, re ones and other surety obligations, in pursuance r ; ^ presents and shall be as binding upon the Companies as if they have been duly signed by the presided and attested by the secretary W the Companies in their own proper --_ . IN WITNESS WHEREOF, this Power of Attorney has been subscribed by an authorized officer or official of the Companies and the corporate seals of the Companies have been affixed thereto this 5th day of April , 2021 . State of PENNSYLVANIA County of MONTGOMERY a On this 5th day of April , 2021 before me personally appeared David M. Camay, who adobe/lodged himself to be the Assistant Secretary of Liberty Mutual Insurance Company, The Ohio Casualty Company, and West American Insurance Company, and that he, as such, being authorized so to do, execute the foregoing instrument for the purposes atiltbilliadefiltIting On behalf of the corporations by himself as a duly authorized officer. WilEREOF, I have hereunto subscribed my name and affixed my notarial seal at IGng of Prussia, Pennsylvania, on the day and year frst above written. Liberty Mutual Insurance Company The Ohio Casualty Insurance Company West Ahrrican Insurance Company David M. Carey, Assistant Secretary 111iP Commonwealth d Pennsylvania - Notary Sed Teresa Patella, Notary Public Montgomery Colney My commission expires March 28, 2025 Commission number 1128014 Member, Panns)Nania Association of Notaries BY: Teresa Pastelia, Notary Public This Power of Attorney is made and executed pursuant to and by authority of the following By-laws and Authorizations of The Ohio Casualty Insurance Company, Liberty Mutual Insurance Company, and West American Insurance Company which resolutions are now in full force and effect reading as follows: ARTICLE N— OFFICERS: Section 12. Power of Attomey. My officer or cher official of the Corporation authorized for that purpose n writing by the Chairman or the President, and subject to such imitation as the Chairman or the President may prescribe, shall appoint such attorneys fad, as may be necessary to ad in behalf of the Corporation to make, execute, seal, acknowledge and delver as surety any and al undertakings, bonds, recognizances and other surety obligations. Such attomeysin-fad subject to the tib itations set forth in their respective powers of attorney, area have full power to bind the Corporation by their Velure and execution of any such instruments and to alfadi thereto the seal of the Corporation. When so executed, such f'y { tinting as d signed by the President and attested to by the Secretary. Any power or authority granted to any representative or attorney -in -fad under the yr..' _ this artide may be revoked at any time by the Board, the Chairman, the Presided or by the officer or officers granting such power or authority. ARTICLE XIII — Execution of Contracts: Section 5. Surety Bonds and Undertakings. Any officer of the Company authored for that purpose in writing by the chairman or the presided, and subject to such limitations as the caiman or the president may prescribe, shal appoint such attomeys-in-fad, as may be necessary to ad in behalf of the Company to make, execute, seal, acknowledge and delver as surety any and all undertakings, bonds, recognizances and other surety oblgatiors. Such attorneys -in -fad subject to the limitations set forth in their respedive powers of attorney, shal have full power to bind the Company by their signature and execution of any such instruments and to attach thereto the seal of the Company. When so executed such instruments shal be as binding as if signed by the president and attested by the secretary. Certificate of Designation — The President of the Company, acting pursuant to the Bylaws of the Company, authorizes David M. Carey, Assistant Secretary to appoint such attorneys -in - fad as may be necessary to ad on behalf of the Company to make. execute, seal, advrowledge and deliver as surety any and all uhderta ci gs, bonds, recagnizanoes and other surety obligations. Authorization — By unanimous consent of the Companys Board of Directors, the Company consents that facsimile or mechanically reproduced signature of any assistant secretary of the Company, wherever appearing upon a certified copy of any power of attorney issued by the Company in connection with suety bonds, shall be valid and binding upon the Company with the same force and effect as though manually allied. I, Renee C. Llewellyn, the undersigned, Assistant Secretary, The Ohio Casually Insurance Company, Liberty Mutual Insurance Company, and West American Insurance Company do power of attorney of which the foregoing is a full, true and coned copy of the Power of Attorney executed by said Companies, is in full force and ailed and it lYNfHEREOF, I have hereunto set my hand and affixed the seals of said Companies this 16 day of AP ri I , 2025 . •o v = a, = �E off, to Oco E o Q O cu 0.M ori o8 c LL o. LMS -12873 LMIC OCIC WAIC Multi Co 02121 'Liber ' Mutual. SURETY and the C sacs herein, and they neve no ac to the extant herein stated. Liberty Mutual Insurance Company The Ohio Casualty Insurance Company West American Insurance Company POWER OF ATTORNEY KNOWN ALL PERSONS BY THESE PRESENT& That The Otlo Casualty insurance Corrpaiy is a emersion duly organized Liberty Waal kaurrahoa Careany is a corperasori duly sugared under the laws of the State of Massachusetts, and West Aniencan thehrancce richer the laws d be Stale of kabala (farad caeedively coded i e -Cc:atonnes% pinata to and by authority herein set ta0r, does hereby name, constitute and Hach, David 13. Snick to all d the city of rams stab of FL each mcludrual+if Mere be more flat me rained. es true and ta*lli to make. condo. sea, adaxsitiedga and delver, tar and on *a behalf as surety and as bad and dead, any and al undartalongs, barxb, and other nerdy in ;miaow Potrath eixf stall be as binding upon the Cersnpates as if they have been dila spied by the preside Land aged by the aeadary of to Companies in thew owm wooer IN WITNESS WHEREOF, fa Parra of Attorney tae been *teethed by an authorized dices or olbaa of the earwigs end the corporate seas of the Convenes thereto this Sth day of April 2021 . ori a es Staled PENNSYLVANIA emcrx Carly of MONTGOMERY a On tie 5th day of Apr t , 2021 before me personae/ appeared David M. Carey, who acknowledged himself b be the Assistant Secretary of Italy Company, The Ohio Camay Company. and Wast Auhhencan Instance Company, and that he, as arch, bang aihor¢ed so b do, execute the foregoing rostoirrara tor the pe ton behalf dthe corporations by himself asaduly authorized officer. I have hereunto nto subsabed my name and atlxed my notarial seal at King of Prussia. Pennsylvania. on the day and year brat above nette*t CornrownW d Frisker-. Wm Sul ream PeM1, Wary Pub* 01bagoary Canty MYmarna onrMos2S.204 Cormi am nurnair 1123041 Perim, Pompton* Mwciaaae d Ltd& sea Pastels. Notary This Paw of Aliorney is made and executed pirsuard to and by authority et the blotting Bylaws and Pothoizations of The Ohio Casualty Insurance Company. t betty Insurance Company, and WestAmerican Insurance Company which raeottians are now in its force and effect reading as follows: ARTICLE N - OFFICERS: Section 12. Peer of Attorney. My officer or other official of Pre Caporaban atthoreed kr the purpose in *ftirg by the Chairman or the Presided and srtrject to such Imitation as the Clamart or the •- III Praidst may preeaibe, than appoint such attorneys -in -fact aa may be necessary b act m behalf d the Corps anion b make, ems. seal, adcrawlete and deliver as arardyira any ad 01 undertakings, bonds. recognizances and other surety obligations. Such albmeys infiact. subjed to the k rathone set bath in their respective powers of ate. steel is a tress+ furl power to bind the CorporaYon by their signature and exi3 oAion d any aiudh rote harts and b attach thereto the seal d the Como on. When so exacuktd,such 8 . (effl a a tinting ere d *nod by Me President and attested b by the Secretary.. My power or authority granted b any or fad max tea titnrxariclemay berevokedatany banebythe Bond.tet hairman,ahaPresidedorbytheafhaeroroffch ersgrantingsupowerorauthority, ` nc c.1 o 6 0 ARTICLE XII- Execution of Contracts: Secton 5. Surely Bands and Undertakings. My darer d tea Carpany authorized lar that purpose in inking ty the detirman or the presideri, and suteect to such im itafons as be Chairmen or the deeded may prelate, sties appal such alloy a m -ted. as may be raceway b ad in behalf d the Company to mete, etoaate. reel, ack owtedge ad delver as suety any end d urdertakirms, bonds, tea zarces and ober surety Options. Sudi allombys-m-lad stied to the iinitakons set forth in that respedive powers of attorney, shat hive M power to bind be ()marry by Pier signakae and areatian of any such imkunerhb and b attach thereto the teal d tie Company. When so executed such ketru ert3 seal be as bathing as 1' sipped by the presided and abated by the saaetary.. Gartfkab d Dngaaton - The Resderd d the Campaty, acting pursuant to Me Bytaws at the Camper/. aukrizes Devil M. Carey, Aasetarl Secretary b appoint sudh alkxneyrn tact as may be necessary b ad on behalf of the Company b make, execute, mat, adee1.tedpa and delver as surety any and al undertakings, bonds reoo raances and ober surety Vis. Authorization - By is incus consent d Ma Comparya Board d Dredlxa, the Catpemy consents hat kande or medha.caey retxoduod *nature of any assaCatt seaemry of the Cor iny, wherever appeemgtppon a certified copy of any pans of attorney issued by the Company in canecdalwet surety tends. shalt be valid arhd binding upon Ina Company pnilh the sane torte and effect as Mouth manually abed. I, Renee C. tJewalyn, the undersigned. AsaiatartSerretary, The trio Casualty Insurance Company, Liberty Mutual tuuance Company. end West American Instance Company do power of att rney d *NM Me frrapoi i is a tui, nue and correct appy of the Power d Akira/ executed by said Campania, e n nue low and effect and u-12073 uric sac have thereuto se( cry hath and atlakad the seas of sad Contains this 16 day d April 2025 Co 07/21 Seal No. 7503 • • • SECTION V — Contract Documents AFFIDAVIT (To be filled in and executed if the bidder is a corporation) STATE OF FLORIDA COUNTY OF PINELLAS ) GEORGE GOMES , being duly swom, deposes and says that he/she is Secretary of CENTRAL FLORIDA CONTRACTORS, INC a corporation organized and existing under and by virtue of the laws of the State of Florida, and having its principal office at: 13345 PINE BARK CT LARGO PINELLAS FL (Street & Number) (City) (County) (State) Affiant further says that he is familiar with the records, minute books and by-laws of CENTRAL FLORIDA CONTRACTORS, INC (Name of Corporation) Affiant further says that GEORGE GOMES is PRESIDENT (Officer's Name) of the corporation, is duly authorized to sign the Proposal for or said corporation by virtue of (Title) CENTRAL FLORIDA CONTRACTORS INC (state whether a provision of by laws or a Resolution of Board of Directors. If by Resolution give date of adoption). GEORGE GOMES, PRESIDENT Affiant Sworn to before me this 16TH day of APRIL , 2025 . SECTION V 4.`�"..�`• AMOR * ComidsolontliN21$151. Notary Public JENNIFER L ARMSTRONG Eck* May 1S 2O2$ Type/print/stamp name of Notary Title or rank, and Serial No., if any Page 9 of 16 Updated: 6/3/2024 • • • SECTION V — Contract Documents AFFIDAVIT (To be filled in and executed if the bidder is a corporation) STATE OF FLORIDA COUNTY OF )9,.•., /(4 f ) C'u,'y'e C'""1s1 , being duly sworn, deposes and says that he/she is Secretary/of :;s- i FhPA/4044 6^4.4/4•Sd•-f 7> a corporation organized and existing under and by virtue of the laws of the State of Florida, and having its principal office at: 3 3 of Ppteea,A6,-,J /a t ,. (Street & Number) (City) Affiant further says that he is familiar 1wiith the records, / l F/b1eio✓f C7K Ir&CI I C sz56, 19,1 (County) (State) minute books and by-laws of (Name of Corporation) Affiant further says that L,/eo C / (Officer's Name) (Title) of the corporation, is duly authorized to sign the Proposal for C4/ 0-1 deo' is 1 les-ije . or said corporation by virtue of Pr O u ; ! r � � c(( d ,, L c f (state whether a provision of by laws or a Resolution Board of Directors. If by Resoluf • ;' ve date of adoption). •1� Sworn to before me this 2.S- day of U _ SECTION V of Affiant ,202.'. Notary Public Title or rank, and Serial No., if any Page 10 of 19 Updated: 1/10/2023 ,, NATALEE S. CAMPAGNOLA Ty �, ow. _ fri 'Sftftatvsrida � '' _ mmission 4 f 072 °, Lit, .. My Commission Expires '44%%%`% September 24, 2027 Title or rank, and Serial No., if any Page 10 of 19 Updated: 1/10/2023 SECTION V — Contract Documents • NON -COLLUSION AFFIDAVIT STATE OF FLORIDA COUNTY OF Pile ) ( o t$ C 6-d oll (/ being, first duly sworn, deposes and says that he is Pf(S,/`✓t— of 4k Il'`( /"L ti r4c) e--> the party making the foregoing Proposal or Bid; that such Bid is genuine and not collusive or sham: that said bidder is not financially interested in or otherwise affiliated in a business way with any other bidder on the same contract; that said bidder has not colluded, conspired, connived, or agreed, directly or indirectly, with any bidders or person, to put in a sham bid or that such other person shall refrain from bidding, and has not in any manner, directly or indirectly, sought by agreement or collusion, or communication or conference, with any person, to fix the bid price or affiant or any other bidder, or to fix any overhead, profit or cost element of said bid price, or that of any other bidder, or to secure any advantage against the City of Clearwater, Florida, or any person or persons interested in the proposed contract; and that all statements contained in said proposal or bid are true; and further, that such bidder has not directly or indirectly submitted this bid, or the contents thereof, or divulged information or data e thereto to any association or to any member or agent thereof. Affiant ef eg ;04 11 - • Sworn to and subscribed before me this 2_5- day of PO, rCil"— , 20 lc. • SECTION V Nota Public r J,NATALEE S. CAMPAGNOLA Notary Public -State of Flerila Commssion # HH 431072 My Commission Ex ires 0%%%%% September 24, 2027 Page 11 of 19 Updated: 1/10/2023 • • • SECTION V — Contract Documents PROPOSAL (1) TO THE CITY OF CLEARWATER, FLORIDA, for 2025 Sidewalks 25 -0001 -EN and doing such other work incidental thereto, all in accordance with the contract documents, marked 2025 Sidewalks 25 -0001 -EN Every bidder must take notice of the fact that even though his proposal be accepted and the documents signed by the bidder to whom an award is made and by those officials authorized to do so on behalf of the City of Clearwater, Florida, that no such award or signing shall be considered a binding contract without a certificate from the Finance Director that funds are available to cover the cost of the work to be done, or without the approval of the City Attorney as to the form and legality of the contract and all the pertinent documents relating thereto having been approved by said City Attorney; and such bidder is hereby charged with this notice. The signer of the Proposal, as bidder, also declares that the only person, persons, company or parties interested in this Proposal, are named in this Proposal, that he has carefully examined the Advertisement, Instructions to Bidders, Contract Specifications, Plans, Supplemental Specifications, General Conditions, Special Provisions, and Public Construction Bond, that he or his representative has made such investigation as is necessary to determine the character and extent of the work and he proposes and agrees that if the Proposal be accepted, he will contract with the City of Clearwater, Florida, in the form of contract; hereto annexed, to provide the necessary labor, materials, machinery, equipment, tools or apparatus, do all the work required to complete the contract within the time mentioned in the General Conditions and according to the requirements of the City of Clearwater, Florida, as herein and hereinafter set forth, and furnish the required surety bonds for the following prices to wit: If the foregoing Proposal shall be accepted by the City of Clearwater, Florida, and the undersigned shall fail to execute a satisfactory contract as stated in the Advertisement herein attached, then the City may, at its option determine that the undersigned has abandoned the contract, and thereupon this Proposal shall be null and void, and the certified check or bond accompanying this Proposal, shall be forfeited to become the property of the City of Clearwater, Florida, and the full amount of said check shall be retained by the City, or if the Proposal Bond be given, the full amount of such bond shall be paid to the City as stipulated or liquidated damages; otherwise, the bond or certified check accompanying this Proposal, or the amount of said check, shall be returned to the undersigned as specified herein. SECTION V Page 12 of 19 Updated: 1/10/2023 • • • Attached hereto is a bond SECTION V — Contract Documents PROPOSAL (2) or certified check on Bank, for the sum of ONE HUNDRED AND NINETY FIVE THOUSAND, SEVENTYH TWO DOLLARS AND TWENTY CENTS ($ 1095072.2 (being a minimum of 10% of Contractor's total bid amount). The full names and residences of all persons and parties interested in the foregoing bid are as follows: (If corporation, give the names and addresses of the President and Secretary. If a firm or partnership, the names and addresses of the members or partners. The Bidder shall list not only his name but also the name of any person with whom bidder has any type of agreement whereby such person's improvements, enrichment, employment or possible benefit, whether sub -contractor, materialman, agent, supplier, or employer is contingent upon the award of the contract to the bidder). NAMES: GEORGE GOMES ADDRESSES: 13345 PINE BARK CT LARGO, FL 33774 Signature of Bidder: The person signing shall, in his own handwriting, sign the Principal's name, his own name and his title. Where the person signing for a corporation is other than the President or Vice President, he must, by affidavit, show his authority, to bind the corporation. Principal•GEORGE GOMES By: Company Legal Name: Title: PRESIDENT CENTRAL FLORIDA CONTRACTORS, INC Doing Business As (if different than above): Business Address of Bidder: 13345 PINE BARK CT City and State: LARGO FL Zip Code 33774 Phone: 7376470751 Email Address: SIDEWALKSAAOL.COM Dated at 5 pm , this 15th day of APRIL , A.D., 20 25 SECTION V Page 12 of 16 Updated: 6/3/2024 • • • SEC' ON V SECTION V — Contract Documents CITY OF CLEARWATER ADDENDUM SHEET PROJECT: 2025 Sidewalks 25 -0001 -EN Acknowledgment is hereby made of the following addenda received since issuance of Plans and Specifications. SECTION V Addendum No. 8 Date: ?/#1/1017 Addendum No. 02 Date: Addendum No. Date: Addendum No. Date: Addendum No. Date: Addendum No. Date: Addendum No. Date: Addendum No. Date: Addendum No. Date: Addendum No. Date: Addendum No. Date: //6Ii04 (;:h ac�6/../ (Name of Bidder (Signature of icer) Pee5 ;A, 1 -- (Title of Officer) (Date) Page 14 of 19 Updated: 1/10/2023 SECTION V — Contract Documents • BIDDER'S PROPOSAL • • PROJECT: 2025 Sidewalks 25 -0001 -EN CONTRACTOR: BIDDER'S GRAND TOTAL: $ (Numbers) BIDDER'S GRAND TOTAL: (Words) SECTION V Page 15 of 19 Updated: 1/10/2023 BID ITEMS UNIT QTY UNIT PRICE TOTAL New Sidewalk 1.0 Mobilization and Site Preparation 1.1 Maintenance of Traffic LS 1 $ - 1.2 Mobilization (5%) LS 1 $ - 1.3 Demolition (5%) LS 1 $ - 1.4 Erosion and Sediment Control LS 1 $ - 1.5 Root Pruning LF 558 $ - 1.6 Sprinklers (Yard Frontage) (Section IVa) LF 500 $ - 1.7 Sod - St. Augustine (if needed) SF 1200 $ - 1.8 Sod - Bahia (if needed) SF 1200 $ - 1.9 Project Sign (portable) LS 1 $ - 1.10 Tree Removal (4" -12" DIA) EA 4 $ - 1.11 Tree Removal (13" -24" DIA) EA 1 $ - 1.12 Tree Removal (25" - 36" DIA) EA 1 $ - 1.13 Tree Removal (GREATER THAN 36" DIA) EA 1 $ - 1.14 Tree Removal (PALM) EA 4 $ - 2.0 New Sidewalk 2.1 4" Thick Concrete Sidewalk (3000 psi w/ fiber mesh) SF 1500 $ - 2.2 6" Thick Concrete Sidewalk (3000psi w/fiber mesh) SF 20000 $ - SECTION V Page 15 of 19 Updated: 1/10/2023 • 2.3 SECTION V — Contract Documents 6" thick concrete driveway apron (3000 psi w/fiber mesh reinforcing & ww SF 735 $ 2.4 Install Detectable Warning Mats on EA existing sidewalk ramps 38 2.5 ADA mat only (detectable warning EA surface installed on existing conc.) 200 2.6 ADA ramps with mat FDOT 304, CR- EA E, CR -F, CR -L & City Index 109 80 2.7 ADA ramps with modified valley EA gutter 46 2.8 Remove & Construct transition curb LF as required (ADA ramps) 142 2.9 City Valley Gutter Curb LF 115 3.0 Paving 3.1 1.5" FDOT Type S Asphalt SY 1480 3.2 4" Crushed Conc Base SY 1480 New Sidewalk Subtotal 3.3 New Sidewalk Contingency 10% LS 1 $ New Sidewalk Total 4.0 Repair and Replacement Sidewalk 4.1 4" Thick Concrete sidewalk (3000 psi SF w/ fiber mesh) 1500 4.2 4" Thick concrete sidewalk Construction with Tree Protection SF 3000 4.3 6" Thick Concrete Sidewalk (3000psi SF w/fiber mesh & wwf) 16000 4.4 6" Thick concrete sidewalk repair with SF tree protection 10000 4.5 ADA ramps with modified valley EA gutter 6 4.6 Remove & Construct transition curb LF as required (ADA ramps) 15 4.7 6" thick concrete driveway apron (3000 psi w/fiber mesh reinforcing & wwf) SF 735 5.0 Curb 5.1 Modified Curb (R&R) LF 1275 5.2 Valley Curb (R& R) LF 1275 5.3 Type 1 curb (R&R) LF 750 SECTION V Page 16 of 19 Updated: 1/10/2023 • • • SECTION V — Contract Documents 5.4 12" Stabilized subgrade (LBR40) SY 1000 $ - SUBTOTAL $ - TOTAL CONTINGENCY 10% $ - TOTAL CONTRACT $ - Bidders Grand Total $ - 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. SECTION V Page 17 of 19 Updated: 1/10/2023 • • • Line Item New Sidewalk Description Quantit Unit of Measure Unit Cost Total Mobilization and Site Preparation 1.1 Maintenance of Traffic 1 LS $15,000.00 $15,000.00 1.2 Mobilization (5%) 1 LS $10,000.00 $10,000.00 1.3 Demolition (5%) 1 LS $10,000.00 $10,000.00 1.4 Erosion and Sediment Control 1 LS $5,000.00 $5,000.00 1.5 Root Pruning 558 LF $5.00 $2,790.00 1.6 Sprinklers (Yard Frontage)(Section IVa) 500 LF $800 $400000 1.7 Sod- St. Augustine (if needed) 1200 SF $3.00 $3,600.00 1.8 Sod- Bahia (if needed) 1200 SF $3.00 $3,600.00 1.9 Project Sign (portable) 1 L5 $1,000.00 $1,000.00 1.1 Tree Removal (4"-12" DIA) 4 EA $750.00 $3,000.00 1.11 Tree Removal (13"-24" DIA) 1 EA $1,000.00 $1,000.00 1.12 Tree Removal (25"-36" DIA) 1 EA $1,500.00 $1,500.00 1.13 Tree Removal (Greater than 36" DIA) 1 EA $5,000.00 $5,000.00 1.14 Tree Removal (Palm) 4 EA $500.00 $2,000.00 New Sidewalk 2.1 4" Thick Concrete Sidewalk (3000psi w/ fiber mesh) 1500 SF $6.50 $9,750.00 2.2 6" Thick Concrete Sidewalk (3000psi w/ fiber mesh) 20000 SF $8.75 $175,000.00 2.3 6" Thick Concrete Driveway apron (3000 psi w/ fiber mesh reinforcing & 735 SF $8.75 $6,431.25 2.4 Install Detectable Warning Mats on Existing Sidewalk Ramps 38 EA $250.00 $9,500.00 2.5 ADA mat only (detectable warning surface installed on existing conc.) 200 EA $250.00 $50,000.00 2.6 ADA ramps with mat FDOT 304, CR -E, CR -F, CR -L & City Index 109 80 EA $950.00 $76,000.00 2.7 ADA ramps with modified valley gutter 46 EA $950.00 $43,700.00 2.8 Remove & Construct transition curb as required (ADA ramps) 142 LF $37.00 $5,254.00 2.9 City Valley Gutter Curb 115 IF $37.00 $4,255.00 Paving 3.1 1.5" FDOT Type S Asphalt 1480 SY $30.00 $44,400.00 3.2 4"Crushed Concrete Base 1480 SY $25.00 537,000.00 Replace Sidewalk 4.1 4" Thick Concrete sidewalk (3000 psi w/ fiber mesh) 1500 SF $8.00 $12,000.00 4.2 4" Thick concrete sidewalk Construction with Tree Protection 3000 SF $8.00 $24,000.00 4.3 6" Thick Concrete Sidewalk (3000psi w/fiber mesh & wwf) 16000 SF $10.00 $160,000.00 4.4 6" Thick concrete sidewalk repair with tree protection 10000 SF $11.00 $110,000.00 4.5 ADA ramps with modified valley gutter 6 EA $2,500.00 $15,000.00 4.6 Remove & Construct transition curb as required (ADA ramps) 15 LF$37.00 $555.00 4.7 wwf) 735 SF $11.00 58,085.00 Curb 5.1 Modified Curb (R&R) 1275 LF $37.00 $47,175.00 5.2 Valley Curb (R& R) 1275 LF $37.00 $47,175.00 5.3 Type 1 curb (R&R) 750 LF $37.00 $27,750.00 5.4 12" Stabilized subgrade (LBR40) 1000 SY $15.00 $15,000.00 Total $995,520.25 1 10% Contingency for Line Items 1-5 Above 1 LS $99,552.025 $99,552.025 2 Contingency total and Total from Line Items 1-5 Above 1 LS $1,095,072.28 $1,095,072.28 Total $1,194,624.305 SECTION V — Contract Documents • S _UTINIZED COMPANIES AND BUSINESS OPERATIONS WITH CUBA AND SYRIA CERTIFICATION FORM PER SECTION III, ITEM 25, IF YOUR BID IS $1,000,000 OR MORE, THIS FORM MUST BE COMPLETED AND SUBMITTED WITH THE BID PROPOSAL. FAILURE TO SUBMIT THIS FORMAS REQUIRED, MAY DEEM YOUR SUBMITTAL NONRESPONSIVE. • The affiant, by virtue of the signature below, certifies that: 1. The vendor, company, individual, principal, subsidiary, affiliate, or owner is aware of the requirements of section 287.135, Florida Statutes, regarding companies on the Scrutinized Companies with Activities in Sudan List, the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or engaging in business operations in Cuba and Syria; and 2. The vendor, company, individual, principal, subsidiary, affiliate, or owner is eligible to participate in ay' ' Iii §eicitation 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 P-tr. eum Sector List, or engages in business operations in Cuba and Syria. rhe;' Authoriz Signature Printed Name 1 ee/ P/541011 ( Name of Entity/Corporation STATE OF f l O r t O.0. COUNTY OF 1n•t_ LCCA. The for going instrument was ac owledged before me on this 2S_ day of `Q rt,\ 20 ,r b t c -o r' mC-S (name of person whose igna ure is being notarized) as t11e''`' V C C, (title) of C e-aY2L( notZ ([G` N \ 4 (name of .orporation/entity), personally known to me as described herein produced a (type of identification) as identific. '.n, and who di dt gip", NATALEE S, CAMPAGNOLA Ns. Notary Public -State of Florida Commission # HH 438072 My Commission Expires Se.tember 24, 2027 NOTARY SEAL ABOVE as 1 h SECTION V id not t Printed Name pt— 4ei' 24, 2.oC Page 18 of 19 Updated: 1/10/2023 SECTION V — Contract Documents • SCRUTINIZED COMPANIES THAT BOYCOTT ISRAEL LIST CERTIFICATION FORM PER SECTION HI, ITEM 25, THIS FORM MUST BE COMPLETED AND SUBMITTED WITH THE BID PROPOSAL. FAILURE TO SUBMIT THIS FORMAS REQUIRED, MAY DEEM YOUR SUBMITTAL NONRESPONSIVE. • The affiant, by virtue of the signature below, certifies that: 1. The vendor, company, individual, principal, subsidiary, affiliate, or owner is aware of the requirements of section 287.135, Florida Statutes, regarding companies on the Scrutinized Companies 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, { A.i'ftliate, 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 Scrutinizes 4, panies that Boycott Israel List, or engaged in a boycott of Israel. — t Autoed Signature Printed Name Title< T/ 1 t� <4 lrG�` • r) c px r� ovQ� Name of Entity/Corporation :STATE OF el.rt COUNTY OF r'''‘ (VA 0,3 The foregoing instrument was acknowledged before me on this 25— day of f f�U� , 201Gtr ed by GtCr ccoM�-S (name of ers n w use signature is being notarized) as the `-'0 SCS i Je. (title) of Cth q 1 CC"(name of corporation/entity), personally known to me as described herein roduced a (type of identification) as identification, and who di did not to e an oath. `„py,,, NATALEE S. CAMPAGNOLA ,;� tt, Notary Public -State of Florida ,j{i►• Commission # HH 438072 .r,- My Commission Expires September 24, 2027 ivy Commission xp NOTARY SEAL ABOVE M i SECTION V Notary Pu Printed Name et- 2oLi Page 19 of 19 Updated: 1/10/2023