Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
NORTHEAST WRF SAND FILTER REHABILITATION - 23-0045-UT
NORTHEAST WRF SAND FILTER REHABILITATION (PROJECT 23 -0045 -UT) CONTRACT DOCUMENTS & SPECIFICATIONS Prepared for BRIGHT AND BEAUTIFUL • BAY TO BEACH BID SET MAY/ 2025 - --....: A:, , R BRIGHT AND BEAUTIFUL • BAY TO BEACH CITY OF CLEARWATER Northeast WRF Filter Rehabilitation (23 -0045 -UT) PROFESSIONAL CERTIFICATION The following individuals are responsible for included specifications: John P. Toomey, P.E. FL PE License No. 40264 --11.111E0 O1C110Np11r 1!® NOVO l- M WW1 ON MF DATUDaT TOMMY. NMOTO COM Of 1! 0000ORN!IOT C00001D OM MO 11480 11I MAIM MW !WOWED IX NN MOM= COMM Digitally signed by David S Morris Reason: Structural : Responsible for Specification Section 03180 Date: 2025.05.16 13:35:10-04'00' David S. Moms, P.E. FL PE License No. 74717 200-41125-24002 NOW Ut1!1,� •� O,•'i.1cENS�`4��i� o �t��gnurnrrpi o. �,.1km P44A�'oi�� * *_ sTATE OF Digitally' •"_ paison Date: 2025.'t35, M, „ •':37-04'00' William Paison, P.E. FL PE License No. 76439 200-41125-24002 City of Clearwater, Florida NORTHEAST WRF SAND FILTER REHABILITATION (PROJECT 23 -0045 -UT) TABLE OF CONTENTS SECTION I ADVERTISEMENT OF BIDS & NOTICE TO CONTRACTORS SECTION II INSTRUCTIONS TO BIDDERS SECTION III GENERAL CONDITIONS SECTION IV TECHNICAL SPECIFICATIONS SECTION IVa SUPPLEMENTAL TECHNICAL SPECIFICATIONS APPENDIX VERIFICATION OF EMPLOYMENT ELIGIBILITY FORM SECTION V CONTRACT DOCUMENTS Prepared in the Office of the City Engineer COVER Page II 042425 A BRIGHT AND BEAUTIFUL • BAY TO BEACH SECTION ADVERTISEMENT OF BIDS & NOTICE TO CONTRACTORS INVITATION TO BID NOTICE TO CONTRACTORS NE WRF Sand Filters Rehab Documents and plans for Project # 23 -0045 -UT are available at: https://procurement.opengov.com/portal/myclearwater The project scope includes addressing issues at the Northeast Water Reclamation Facility (NE WRF), located at 3290 SR 580, Safety Harbor, FL 34695. The work involves rehabilitating twelve (12) sand filters, replacing valves and actuators, addressing structural concerns, and removing and replacing the 30" x 42" sluice gate. The project's goal is to enhance the filtration process, ensuring optimal water quality and extending the longevity of the filtration system. No permits are required. Pre -Bid Conference: July 2, 2025, 11:00am Zoom Meeting: https://us02web.zoom.us/i/84580780401?pwd=U4gKDh I3aAf vmyLcKIA1f59eNzaAIZ.1 Meeting ID: 845 8078 0401 Passcode: 344092 Pre -qualification DEADLINE: July 9, 2025 5:00 PM EDST Category: Sand Filter Enhancement Pre-aualification Amount: $3.9MM Bids DUE: July 23, 2025 2:00 PM EDST Bid Opening: July 23, 2025 2:00 PM EDST City of Clearwater, Project # 23 -0045 -UT Procurement Office, 3rd Floor 1255 Cleveland St, Clearwater, FL 33755 Zoom Meeting: https://us02web.zoom.us/j/87575456463?pwd=uPbq1X3iFN BscGbBWtPMaYL9xJtrmu.1 Meeting ID: 875 7545 6463 Passcode: 687256 Issued by Lori Vogel, CPPB, Procurement Manager For additional information contact Engineering Dept.: 727-562-4750 BRIGHT AND BEAUTIFUL • BAY TO BEACH SECTION II INSTRUCTIONS TO BIDDERS SECTION II INSTRUCTIONS TO BIDDERS Table of Contents 1. COPIES OF BIDDING DOCUMENTS 1 2. QUALIFICATION OF BIDDERS 1 3. EXAMINATION OF CONTRACT DOCUMENTS AND SITE 1 4. INTERPRETATIONS AND ADDENDA 2 5. BID SECURITY OR BID BOND 3 6. CONTRACT TIME 3 7. LIQUIDATED DAMAGES 3 8. SUBSTITUTE MATERIAL AND EQUIPMENT 3 9. SUBCONTRACTORS 3 10. BID/PROPOSAL FORM 4 11. SUBMISSION OF BIDS 4 12. MODIFICATION AND WITHDRAWAL OF BIDS 5 13. REJECTION OF BIDS 5 14. DISQUALIFICATION OF BIDDER 5 15. OPENING OF BIDS 5 16. LICENSES, PERMITS, ROYALTY FEES AND TAXES 5 17. IDENTICAL TIE BIDS/VENDOR DRUG FREE WORKPLACE 6 18. AWARD OF CONTRACT 7 19. BID PROTEST 7 20. TRENCH SAFETY ACT 8 21. CONSTRUCTION SITE EROSION AND SEDIMENT CONTROL MANAGEMENT MEASURES 8 SECTION II i Updated 12/22/2021 SECTION II — Instructions to Bidders 1. COPIES OF BIDDING DOCUMENTS 1.1. Complete sets of the Bidding Documents are accessible through the City of Clearwater website at address: www.myclearwater.com/bid. 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 Department, P.O. Box 4748, Clearwater, Florida 33758-4748 (mailing address); 100 South Myrtle Avenue, Clearwater, Florida 33756-5520 (street address) or by phone at (727) 562-4750. Pre -qualification requirement information is also available on the City of Clearwater Website at address: www.myclearwater.com/government/city-departments/engineering/construction- management. Contractors wanting to pre -qualify to bid on a project as a General Contractor must do so two weeks (ten workdays) prior to the bid opening date. Bidders currently pre -qualified by the City do not have to make reapplication. It is the Contractor's responsibility to confirm pre - qualification status before a Bid Opening. The Contractor shall provide copies of the current Contractor License/Registration with the State of Florida and Pinellas County in the bid response. 3. EXAMINATION OF CONTRACT DOCUMENTS AND SITE 3.1. It is the responsibility of each Bidder, before submitting a Bid, to (a) examine the Contract Documents thoroughly; (b) visit the site to become familiar with local conditions that may in any manner affect cost, progress, performance or furnishing of the work; (c) consider and abide by all applicable federal, state and local laws, ordinances, rules and regulations; and (d) study and carefully correlate Bidder's observations with the Contract Documents, and notify Engineer in writing of all conflicts, errors or discrepancies in the Contract Documents. 3.2. For the purposes of bidding or construction, bidder may rely upon the accuracy of the technical data contained in reports of explorations and tests of subsurface conditions at the site which have been utilized by the Engineer in the preparation of the Contract Documents, but not upon non-technical data, interpretations or opinions contained therein or for the completeness thereof. Drawings relating to physical conditions of existing surface and subsurface conditions (except Underground Facilities) which are at or contiguous to the site and which have been utilized by the Engineer in preparation of the Contract Documents, may be relied upon by Bidder for accuracy of the technical data contained in such drawings but not upon the completeness thereof for the purposes of bidding or construction. SECTION II Page 1 of 8 12222021 SECTION II — Instructions to Bidders 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 questions will be issued by Addenda, via the Jiffy Reprographics Plan Room to all parties recorded by the Plan Room as plan holders having received the Bidding Documents. Questions received after the time frame specified on the pre-bid meeting agenda, prior to the date for opening of Bids, may not be answered. Only information provided by formal written Addenda will be binding. Oral and other interpretations of clarifications will be without legal effect. 4.2. Addenda may also be issued to modify the Bidding Documents as deemed advisable by the City or Engineer. SECTION II Page 2 of 8 12222021 SECTION II — Instructions to Bidders 5. BID SECURITY OR BID BOND 5.1. Each Bid must be accompanied by Bid Security made payable to the City of Clearwater in an amount equal to ten percent (10%) of the Bidder's maximum Bid price and in the form of a certified or cashier's check or a Proposal/Bid Bond (on form provided in Section V) issued by a surety meeting the requirements of the General Conditions. 5.2. The Bid Security of the Successful Bidder will be retained until such Bidder has executed the Agreement and furnished the required Payment and Performance bonds, whereupon the Bid Security will be returned. If the Successful Bidder fails to execute, deliver the Agreement and furnish the required Bonds within ten (10) days after the award of contract by the City Council, the City may annul the bid and the Bid Security of the Bidder will be forfeited. The Bid Security of any Bidder whom the City believes to have a reasonable chance of receiving the award may be retained by the City until the successful execution of the agreement with the successful Bidder or for a period up to ninety (90) days following bid opening. Security of other Bidders will be returned approximately fourteen (14) days after the Bid Opening. 5.3. The Bid Bond shall be issued in the favor of the City of Clearwater by a surety company qualified to do business in, and having a registered agent in, the State of Florida. 6. CONTRACT TIME 6.1. The number of consecutive calendar days within which the work is to be completed is set forth in the Technical Specifications. 7. LIQUIDATED DAMAGES 7.1. Provisions for liquidated damages are set forth in the Contract Agreement, Section V. 8. SUBSTITUTE MATERIAL AND EQUIPMENT 8.1. The contract, if awarded, will be on the basis of material and equipment described in the Drawings or specified in the Specifications without consideration of possible substitute or "or equal" items. Whenever it is indicated in the Drawings or specified in the Specifications that a substitute or "or equal" item may be furnished or used, application for its acceptance will not be considered by the Engineer until after the effective date of the Contract Agreement. The procedure for submittal of any such application is described in the General Conditions and as supplemented in the Technical Specifications. 9. SUBCONTRACTORS 9.1. If requested by the City or Engineer, the Successful Bidder, and any other Bidder so requested, shall, within seven (7) days after the date of the request, submit to the Engineer an experience statement with pertinent information as to similar projects and other evidence of qualification for each Subcontractor, supplier, person and organization to be used by the Contractor in the completion of the Work. The amount of subcontract work shall not exceed fifty percent (50%) of the Work except as may be specifically approved by the Engineer. If the Engineer, after due investigation, has reasonable objection to any proposed Subcontractor, supplier, other person or organization, he may, before recommending award of the Contract to the City Council, request the Successful Bidder to submit an acceptable substitute without an increase in Contract Price or Contract Time. If the Successful Bidder declines to make any such substitution, the City may award the contract to the next lowest and most responsive Bidder SECTION II Page 3 of 8 12222021 SECTION II — Instructions to Bidders that proposes to use acceptable Subcontractors, Suppliers, and other persons and organizations. Declining to make requested substitutions will not constitute grounds for sacrificing the Bid Security to the City of any Bidder. Any Subcontractor, supplier, other person or organization listed by the Contractor and to whom the Engineer does not make written objection prior to the recommendation of award to the City Council will be deemed acceptable to the City subject to revocation of such acceptance after the Effective Date of the Contract Agreement as provided in the General Conditions. 9.2. No Contractor shall be required to employ any Subcontractor, supplier, person, or organization against whom he has reasonable objection. 10. BID/PROPOSAL FORM 10.1. The Bid/Proposal Form is included with the Contract Documents and shall be printed in ink or typewritten. All blanks on the Bid/Proposal Forms must be completed. Unit Prices shall be to no more than two decimal points in dollars and cents. The Bidder must state in the Bid/Proposal Form in words and numerals without delineation's, alterations or erasures, the price for which they will perform the work as required by the Contract Documents. Bidders are required to bid on all items in the Bid/Proposal form. The lump sum for each section or item shall be for furnishing all equipment, materials, and labor for completing the section or item as per the plans and contract specifications. Should it be found that quantities or amounts shown on the plans or in the proposal, for any part of the work, are exceeded or should they be found to be less after the actual construction of the work, the amount bid for each section or item will be increased or decreased in direct proportion to the unit prices bid for the listed individual items. 10.2. Bids by corporations shall be executed in the corporate name by the president or a vice- president (or other corporate officer accompanied by evidence of authority to sign) and the corporate seal shall be affixed. The corporate address and state of incorporation shall be shown below the Signature. If requested, the person signing a Bid for a corporation or partnership shall produce evidence satisfactory to the City of the person's authority to bind the corporation or partnership. 10.3. Bids by partnerships shall be executed in the partnership name and signed by a general partner, whose title shall appear under the signature and the official address of the partnership shall be shown below the signature. 10.4. All names shall be typed or printed below the signature. 11. SUBMISSION OF BIDS 11.1. Sealed Bids shall be submitted at or before the time and at the place indicated in the Advertisement for Bids and shall be submitted in a sealed envelope with the project name and number on the bottom left hand corner. If forwarded by mail, the Bid shall be enclosed in another envelope with the notation "Bid Enclosed" on the face thereof and addressed to the City of Clearwater, attention Purchasing Manager. Bids will be received at the office indicated in the Advertisement until the time and date specified. Bids in any other form will not be accepted. 11.2. The sealed bid envelope shall contain, but not be limited to, the Proposal/Bid Bond and corresponding Power of Attorney, Affidavit, Non -Collusion Affidavit, Proposal (pages one SECTION II Page 4 of 8 12222021 SECTION II — Instructions to Bidders and two), Addendum Sheet, Bidder's Proposal, and Scrutinized Companies and Business Operations with Cuba and Syria Certification Form, and E -Verify form. 12. MODIFICATION AND WITHDRAWAL OF BIDS 12.1. Bids may be modified or withdrawn by an appropriate document duly executed (in the manner that a Bid must be executed) and delivered as described in the Advertisement of Bids. A request for withdrawal or a modification shall be in writing and signed by a person duly authorized to do so. Withdrawal of a Bid will not prejudice the rights of a Bidder to submit a new Bid prior to the Bid Date and Time. After expiration of the period for receiving Bids, no Bid may be withdrawn or modified. 12.2. After a bid is received by the City, the bidder may request to modify the bid for typographical or scrivener's errors only. The bidder must state in writing to the City that a typographical or scrivener's error has been made by the bidder, the nature of the error, the requested correction of the error, and what the adjusted bid amount will be if the correction is accepted by the City. The City reserves the right at its sole discretion to accept, reject, or modify any bid. 13. REJECTION OF BIDS 13.1. To the extent permitted by applicable State and Federal laws and regulations, the City reserves the right to reject any, and all Bids, and to waive any, and all informalities. Grounds for the rejection of a bid include but are not limited to a material omission, unauthorized alteration of form, unauthorized alternate bids, incomplete or unbalanced unit prices, or irregularities of any kind. Also, the City reserves the right to reject any Bid if the City believes that it would not be in the best interest of the public to make an award to that Bidder, whether because the Bid is not responsive or the Bidder is unqualified or of doubtful financial ability or fails to meet any other pertinent standard or criteria established by the City. The City reserves the right to decide which bid is deemed to be the lowest and best in the interest of the public. 14. DISQUALIFICATION OF BIDDER 14.1. Any or all bids will be rejected if there is any reason for believing that collusion exists among the bidders, the participants in such collusion will not be considered in future proposals for the same work. Each bidder shall execute the Non -Collusion Affidavit contained in the Contract Documents. 15. OPENING OF BIDS 15.1. Bids will be opened and read publicly at the location and time stated in the Advertisement for Bids. Bidders are invited to be present at the opening of bids. 16. LICENSES, PERMITS, ROYALTY FEES AND TAXES 16.1. The Contractor shall secure all licenses and permits (and shall pay all permit fees) except as specifically stated otherwise in the Technical Specifications. The Contractor shall comply with all Federal and State Laws, County and Municipal Ordinances and regulations, which in any manner effect the prosecution of the work. City of Clearwater building permit fees and impact fees will be waived except as specifically stated otherwise in the Technical Specifications. SECTION II Page 5 of 8 12222021 SECTION II — Instructions to Bidders 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 BIDS/VENDOR 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. (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. SECTION II Page 6 of 8 12222021 SECTION II — Instructions to Bidders 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 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 SECTION II Page 7 of 8 12222021 SECTION II — Instructions to Bidders $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. SECTION II Page 8 of 8 12222021 BRIGHT AND BEAUTIFUL • BAY TO BEACH SECTION III GENERAL CONDITIONS SECTION III GENERAL CONDITIONS Table of Contents: 1. DEFINITIONS 1 2. PRELIMINARY MATTERS 5 2.1. DELIVERY OF BONDS AND CERTIFICATES OF INSURANCE 5 2.2. COPIES OF DOCUMENTS 5 2.3. COMMENCEMENT OF CONTRACT TIME/NOTICE TO PROCEED, STARTING THE PROJECT 5 2.4. BEFORE STARTING CONSTRUCTION 5 2.5. PRECONSTRUCTION CONFERENCE 6 2.6. PROGRESS MEETINGS 6 3. CONTRACT DOCUMENTS, INTENT 6 3.1. INTENT 6 3.2. REPORTING AND RESOLVING DISCREPANCIES 7 4. AVAILABILITY OF LANDS, SUBSURFACE AND PHYSICAL CONDITIONS, REFERENCE POINTS 7 4.1. AVAILABILITY OF LANDS 7 4.2. INVESTIGATIONS AND REPORTS 7 4.3. PHYSICAL CONDITIONS, UNDERGROUND FACILITIES 8 4.4. REFERENCE POINTS 8 5. BONDS AND INSURANCE 9 5.1. PERFORMANCE AND PAYMENT BOND/CONTRACT BOND 9 5.2. INSURANCE REQUIREMENTS 9 5.2.1. COMMERCIAL GENERAL LIABILITY INSURANCE 9 5.2.2. COMMERCIAL AUTOMOBILE LIABILITY INSURANCE 10 5.2.3. WORKERS' COMPENSATION AND EMPLOYER'S LIABILITY INSURANCE10 5.2.4. PROFESSIONAL LIABILITY/MALPRACTICE/ERRORS OR OMISSIONS INSURANCE 10 5.2.5. CONTRACTOR'S EQUIPMENT/INLAND MARINE/PROPERTY INSURANCE10 5.2.6. BUILDER'S RISK INSURANCE 10 5.3. OTHER INSURANCE PROVISIONS 10 5.4. WAIVER OF RIGHTS 11 6. CONTRACTOR'S RESPONSIBILITIES 12 6.1. SUPERVISION AND SUPERINTENDENCE 12 6.2. LABOR, MATERIALS AND EQUIPMENT 12 6.3. SUBSTITUTES AND "OR EQUAL" ITEMS 13 6.4. SUBCONTRACTORS, SUPPLIERS AND OTHERS 13 6.5. USE OF PREMISES 14 6.5.1. STAGING AREAS 15 6.5.2. RESTORATION TIME LIMITS 15 6.6. LICENSE AND PATENT FEES, ROYALTIES AND TAXES 15 6.7. LAWS AND REGULATIONS 16 6.7.1. E -VERIFY 16 6.8. PERMITS 16 SECTION III i Updated 6/1/2021 SECTION III—General Conditions 6.9. SAFETY AND PROTECTION 17 6.10. EMERGENCIES 18 6.11. DRAWINGS 18 6.11.1. SHOP DRAWINGS, SAMPLES, RFIs, AND SUBMITTAL REVIEW 18 6.11.2. AS -BUILT DRAWINGS 19 6.11.3. CAD STANDARDS 21 6.11.4. DELIVERABLES 23 6.12. CONTRACTOR'S GENERAL WARRANTY AND GUARANTEE 23 6.13. CONTINUING THE WORK 23 6.14. INDEMNIFICATION 24 6.15. CHANGES IN COMPANY CONTACT INFORMATION 24 6.16. PUBLIC RECORDS 24 7. OTHER WORK 25 7.1. RELATED WORK AT SITE 25 7.2. COORDINATION 26 8. OWNER'S RESPONSIBILITY 26 9. OWNER REPRESENTATIVE'S STATUS DURING CONSTRUCTION 26 9.1. OWNER'S REPRESENTATIVE 26 9.2. CLARIFICATIONS AND INTERPRETATIONS 27 9.3. REJECTING OF DEFECTIVE WORK 27 9.4. SHOP DRAWINGS, CHANGE ORDERS, AND PAYMENTS 27 9.5. DECISIONS ON DISPUTES 27 9.6. LIMITATIONS ON OWNER REPRESENTATIVE'S RESPONSIBILITIES 28 10. CHANGES IN THE WORK 29 11. CHANGES IN THE CONTRACT PRICE 29 11.1. CHANGES IN THE CONTRACT PRICE 29 11.2. ALLOWANCES AND FINAL CONTRACT PRICE ADJUSTMENT 31 11.3. UNIT PRICE WORK 31 12. CHANGES IN THE CONTRACT TIME 31 13. TESTS AND INSPECTIONS, CORRECTION, REMOVAL OR ACCEPTANCE OF DEFECTIVE WORK 32 13.1. TESTS AND INSPECTION 32 13.2. UNCOVERING THE WORK 33 13.3. OWNER'S REPRESENTATIVE MAY STOP THE WORK 33 13.4. CORRECTION OR REMOVAL OF DEFECTIVE WORK 33 13.5. WARRANTY/CORRECTION PERIOD 34 13.6. ACCEPTANCE OF DEFECTIVE WORK 34 13.7. OWNER MAY CORRECT DEFECTIVE WORK 34 14. PAYMENTS TO CONTRACTOR AND COMPLETION 35 14.1. APPLICATION FOR PROGRESS PAYMENT 35 14.2. CONTRACTOR'S WARRANTY OF TITLE 36 14.3. REVIEW OF APPLICATIONS FOR PROGRESS PAYMENTS 36 14.4. PARTIAL UTILIZATION 37 14.5. FINAL INSPECTION 37 14.6. FINAL APPLICATION FOR PAYMENT 37 14.7. FINAL PAYMENT AND ACCEPTANCE 38 14.8. WAIVER OF CLAIMS 38 SECTION III ii Updated 6/1/2021 SECTION III — General Conditions 15. SUSPENSION OF WORK AND TERMINATION 39 15.1. OWNER MAY SUSPEND THE WORK 39 15.2. OWNER MAY TERMINATE 39 15.3. CONTRACTOR MAY STOP WORK OR TERMINATE 40 16. DISPUTE RESOLUTION 40 17. MISCELLANEOUS 41 17.1. SUBMITTAL AND DOCUMENT FORMS 41 17.2. GIVING NOTICE 41 17.3. NOTICE OF CLAIM 41 17.4. PROFESSIONAL FEES AND COURT COSTS INCLUDED 41 17.5. ASSIGNMENT OF CONTRACT 41 17.6. RENEWAL OPTION 41 17.7. ROLL -OFF CONTAINERS AND/OR DUMPSTERS 42 18. ORDER AND LOCATION OF THE WORK 42 19. MATERIAL USED 42 20. CONFLICT BETWEEN PLANS AND SPECIFICATIONS 42 21. OWNER DIRECT PURCHASE (ODP) 42 21.1. SALES TAX SAVINGS 42 21.2. TITLE AND OWNER RISK 43 21.3. CONTRACTOR'S RECEIPT OF MATERIALS 43 21.4. ODP RECORDS, WARRANTIES, AND INDEMNIFICATION 44 22. RESIDENT NOTIFICATION OF START OF CONSTRUCTION 44 22.1. GENERAL 44 22.2. EXAMPLE 45 23. PROJECT INFORMATION SIGNS 45 23.1. SCOPE AND PURPOSE 45 23.2. PROJECT SIGN, FIXED OR PORTABLE 46 23.3. FIXED SIGN 46 23.4. PORTABLE SIGNS 46 23.5. SIGN COLORING 46 23.6. SIGN PLACEMENT 46 23.7. SIGN MAINTENANCE 46 23.8. TYPICAL PROJECT SIGN 47 24. AWARD OF CONTRACT, WORK SCHEDULE AND GUARANTEE47 25. SCRUTINIZED COMPANIES AND BUSINESS OPERATIONS WITH CUBA AND SYRIA CERTIFICATION FORM AND ISRAEL CERTIFICATION FORM 48 SECTION III iii Updated 6/1/2021 SECTION III —General Conditions 1. DEFINITIONS Addenda Written or graphic instruments issued prior to the opening of Bids which clarify, correct, or change the Bidding Requirements or the contract documents. Agent Architect, engineer or other outside agency, consultant or person acting on behalf of the City. Agreement The written contract between Owner and Contractor covering the Work to be performed; other Contract Documents are attached to the Agreement and made a part thereof as provided therein. Application for Payment The form accepted by Engineer which is to be used by Contractor in requesting progress or final payments and which is to be accompanied by such supporting documentation as is required by the Contract Documents. Approve The word approve is defined to mean satisfactory review of the material, equipment, or methods for general compliance with the design concepts and with the information given in the Contract Documents. It does not imply a responsibility on the part of the Engineer to verify in every detail conformance with the Drawings and Specifications. Bid The offer or proposal of the bidder submitted on the prescribed form setting forth the prices for the work to be performed. Bidding Documents The advertisement or invitation to Bid, instructions to bidders, the Bid form, and the proposed Contact Documents (including all Addenda issued prior to receipt of Bids). Bonds Performance and payment bonds and other instruments of security. Change Order A written order to Contractor signed by Owner and Contractor authorizing an addition, deletion or revision in the Work, or an adjustment in the Contract Price or the Contract Time issued on or after the effective date of the Agreement. City The City of Clearwater, Pinellas County, Florida. Construction Inspector A person who is the authorized representative of the Construction Manager and inspects City construction projects in order to 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 SECTION III Page 1 of 49 Updated 6/1/2021 SECTION III — General Conditions contract administration and performance. The Construction Manager typically acts as the Owner's Representative during construction. Contract Documents The Agreement, Addenda (which pertain to the Contract Documents), Contractor's Bid (including documentation accompanying the bid and any post -Bid documentation submitted prior to the execution of the Agreement) when attached as an exhibit to the Agreement, the Bonds, Instructions to Bidders, these General Conditions, any Supplementary Conditions, the Specifications and the Drawings, any other exhibits identified in the Agreement, together with all Modifications issued after the execution of the Agreement. Contract Price The Contract price constitutes the total compensation (subject to authorized adjustments) payable by Owner to Contractor for performing the Work. Contract Time The number of days or the date stated in the Agreement for the completion of the Work. Contractor The Person with whom the Owner has entered into the Agreement. For the purposes of this contract, the person, firm, or corporation with whom this contract or agreement has been made by the City of Clearwater or its duly authorized representative. Critical Path Method Construction Schedule (CPM) A graphic format construction schedule that displays construction activities as they relate to one another for the purpose of identifying the most efficient way to perform the work in a timely manner. The critical path identifies which activity is critical to the execution of the schedule. Day A calendar day of twenty-four (24) hours measured from midnight to the next midnight. Defective An adjective which when modifying the word Work refers to Work that is unsatisfactory, faulty or deficient, or does not conform to the Contract Documents or does not meet the requirements of any inspection, reference standard, test or approval referred to in the Contract Documents, or has been damaged prior to Engineers recommendation of final payment. Drawings The drawings, which will be identified in Technical Specifications or the Agreement, which show the character and scope of the Work to be performed and which have been prepared or approved by Engineer and are referred to in the contract documents. Shop drawings are not Drawings as so defined. Engineer The duly appointed representative of the City Manager of the City of Clearwater. For the purposes of this contract, the City Engineer of the City of Clearwater, Pinellas County, Florida, or his authorized representative. For certain projects, the Engineer may serve as the Owner's Representative during construction. Engineer's Consultant A Person having a contract with Engineer to furnish services as Engineer's independent SECTION III Page 2 of 49 Updated 6/1/2021 SECTION III — General Conditions professional associate or consultant with respect to the Project and who is identified as such in the Supplementary Conditions. F. D. O. T. Specifications The Standard Specifications for Road and Bridge Construction as issued by the Florida Department of Transportation (latest English edition). Furnish The words "furnish", "furnish and install", "install", and "provide" or words of similar meaning shall be interpreted, unless otherwise specifically stated, to mean "furnish and install complete in place and ready for service". Inspection The term "inspection" and the act of inspecting means examination of construction to ensure that it conforms to the design concept expressed in the Drawings and Specifications. These terms shall not be construed to mean supervision, superintending, or overseeing. Laws and Regulations Any and all applicable laws, rules, regulations, ordinances, codes, and orders of any kind of governmental bodies, agencies, authorities, and courts having jurisdiction. Liens Liens, charges, security interests or encumbrances upon real property or personal property. Milestone A principal event specified in the contract Documents relating to an intermediate completion date or time prior to the final completion date. Notice to Proceed (NTP) A written notice given by the Owner to the Contractor fixing the date on which the Contract Time will commence to run and on which Contractor shall start to perform his obligations under the Contract Documents. Owner The City of Clearwater, Florida. For the purposes of this contract, the person who is the City's authorized representative from the City's Department with whom will be responsible for the maintenance and operation of the Work once the Work is completed. For certain projects, a designee of the Owner may serve as the Owner's Representative during construction. Owner's Representative Designee of the Owner with authority to act on behalf of the Owner during construction. Person A natural person, or a corporation, partnership, firm, organization, or other artificial entity. Project The total construction of which the Work to be provided under the Contract Documents may be the whole or a part as indicated elsewhere in the Contract Documents. 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. SECTION III Page 3 of 49 Updated 6/1/2021 SECTION IH — General Conditions Representative of Contractor The Contractor shall assign a responsible person or persons, one of whom shall be at the construction site at all times, that work is progressing. The names and positions of these persons shall be submitted to the City Engineer at the time of the pre -construction conference. This person or persons shall not be changed without written approval of City Engineer. Request for Information (RFI) An official written request for clarification of the intent of the contract documents from the Contractor to the Engineer. Shop Drawing All drawings, diagrams, illustrations, schedules and other data which are specifically prepared by or for Contractor to illustrate some portion of the Work and all illustrations, brochures, standard schedules, performance charts, instructions, diagrams and other information prepared by a supplier and submitted by Contractor to illustrate material or equipment for some portion of the Work. Specifications Those portions of the Contract Documents consisting of written technical descriptions of materials, equipment, construction systems, standards and workmanship as applied to the Work and certain administrative details applicable thereto. Subcontractor A person having a direct contract with Contractor or with any other Subcontractor for the performance of a part of the Work at the site. Substantial Completion The Work (or a specified part thereof) which has progressed to the point where, in the opinion of Engineer, as evidenced by Engineer's definitive certificate of Substantial Completion, it is sufficiently complete, in accordance with the Contract documents, so that the Work (or specified part) can be utilized for the purposes for which it is intended; or if no such certificate is issued, when the Work is complete and ready for final payment as evidenced by the Engineer's recommendation of final payment. The terms "substantially complete" and "substantially completed" as applied to all or part of the Work refer to Substantial Completion thereof. Supplementary Conditions The part of the Contract which amends or supplements these General Conditions. Supplier A manufacturer, fabricator, supplier, distributor, material man or vendor having a direct contract with Contractor or with any Subcontractor to furnish materials or equipment to be incorporated in the Work by the Contractor. Surety Any person, firm or corporation which is bound with Contractor and which engages to be responsible for Contractor and his acceptable performance of the Work by a Bid, Performance or Payment Bond. 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, SECTION III Page 4 of 49 Updated 6/1/2021 SECTION III — General Conditions gases, steam, liquid petroleum products, telephone or other communications, cable television, sewage and drainage removal or treatment, traffic or other control systems or water. Unit Price Work Work to be paid for on the basis of unit prices. Work The entire completed construction or the various separately identifiable parts thereof required to be furnished under the Contract Documents. Work includes and is the result of performing or furnishing labor and incorporating materials and equipment into the construction, and performing or furnishing services and furnishing documents, all as required by the Contract Documents. Work Change Directive A written directive to Contractor, issued on or after the Effective Date of the Agreement and signed by the Engineer, ordering an addition, deletion, or revision in the Work, or responding to differing or unforeseen physical conditions under which the Work is to be performed or emergencies. Work Change Directive will not change the Contract Price or Contract Time but is evidence that the parties expect that the change directed or documented by a Work Change Directive will be incorporated in a subsequently issued Change Order following negotiations by the parties as to its effect, if any, on the Contract Price or Contract Times. 2. PRELIMINARY MATTERS 2.1. DELIVERY OF BONDS AND CERTIFICATES OF INSURANCE When Contractor delivers the executed Agreements to the Owner, Contractor shall also deliver to the Owner such Bonds and Certificates of Insurance as Contractor may be required to furnish by this contract. 2.2. COPIES OF DOCUMENTS Engineer shall furnish to Contractor one (1) copy of Contract Documents for execution. Additional copies will be furnished, upon request, at the cost of reproduction. 2.3. COMMENCEMENT OF CONTRACT TIME/NOTICE TO PROCEED, STARTING THE PROJECT The Contract Time will commence on the day indicated in the Notice to Proceed. Contractor shall start to perform the work on the date the Contract Time commences to run. No work shall be done at the site prior to the date that the Contract Time commences to run. Pursuant to Section 255.05(1)(b), Florida Statutes, the Notice to Proceed cannot be issued until Contractor provides City with a certified copy of the recorded bond issued by the Pinellas County Clerk of Court. 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 SECTION III Page 5 of 49 Updated 6/1/2021 SECTION III — General Conditions discrepancy which Contractor may discover; and shall obtain a written interpretation or clarification from Engineer before proceeding with any work effected thereby; however, Contractor shall not be liable to the Owner for failure to report any conflict, error or discrepancy in the Drawings or Specifications, unless Contractor had actual knowledge thereof or should reasonably have known thereof. No verbal agreement or conversation with any officer, Agent or employee of the Owner or Engineer's Consultant, either before or after the execution of this Contract, shall affect or modify any of the terms or obligations herein contained. Contractor shall not commence any work at any time without approved insurance required by these General Conditions. Failure to obtain this insurance will be the sole responsibility of the Contractor. 2.5. PRECONSTRUCTION CONFERENCE After Contract has been fully executed and before the start of the Work, the Owner's Representative shall schedule a preconstruction conference to be attended by Contractor, Engineer, Owner and others as appropriate to establish a working understanding among the parties as to the Work and to discuss the schedule of the Work and general Contract procedures. The Contractor shall submit to the Owner's Representative prior to the Notice to Proceed, a color Critical Path Method (CPM) Construction Schedule. This is to be a sequence of events including submittal review and procurement. Notice to Proceed is usually established at the preconstruction conference and such date can be inserted into the schedule at that time. The Contractor shall also submit a Submittal Schedule for review by the Engineer. This is to make sure that the list is complete, and this schedule shall be the basis of a Submittal Log. The Contractor shall submit to the Owner's Representative prior to the Notice to Proceed, a completed Emergency Call List, a completed Authorized Signature List, and Verification of Illegal Discharge Construction Site Training. 2.6. PROGRESS MEETINGS The Contractor is required to attend Progress Meetings. These meetings will be scheduled on a weekly, bi-weekly, or monthly basis depending on the needs of the project. The Contractor shall bring to each meeting an updated submittal log, an updated request for information (RFI) log, a look -ahead schedule to cover the project activity from the current meeting to the next meeting, and all material test reports generated in the same time period. 3. CONTRACT DOCUMENTS, INTENT 3.1. INTENT The Contract Documents comprise the entire Agreement between Owner and the Contractor concerning the Work. They may be altered only by written agreement. The Contract Documents are complementary; what is called for by one is as binding as if called for by all. It is the intent of the Contract Documents to describe a functionally complete project (or part thereof) to be constructed in accordance with the Contract Documents. Any Work, materials or equipment which may reasonably be inferred from the Contract Documents or from prevailing custom or from trade usage as being required to produce the intended result will be furnished and performed whether or not specifically called for. When words or phrases, which have a well-known technical or construction industry or trade meaning, are used to describe Work, materials or equipment, such words or phrases shall be interpreted in accordance with that meaning. Clarifications and SECTION III Page 6 of 49 Updated 6/1/2021 SECTION 111— General Conditions 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 SECTION III Page 7 of 49 Updated 6/1/2021 SECTION III — General Conditions notify the Owner's Representative in writing of any subsurface or latent physical conditions at the site, or in an existing structure, differing materially from those indicated or referred to in the Contract Documents. Engineer will promptly review those conditions and advise if further investigation or tests are necessary. Owner or Engineer shall obtain the necessary additional investigations and tests and furnish copies to the Engineer and Contractor. If Engineer finds that the results of such investigations or tests indicate that there are subsurface or latent physical conditions, which differ materially from those, indicated in the contract Documents, and which could not reasonably have been anticipated by Contractor, a work change, or Change Order will be issued incorporating the necessary revisions. 4.3. PHYSICAL CONDITIONS, UNDERGROUND FACILITIES The information and data shown or indicated in the Contract Documents with respect to existing Underground Facilities at or contiguous to the site is based on information and data furnished to Owner or Engineer by the owners of such Underground Facilities or by others. Unless otherwise expressly provided in the Contract Documents, Owner and Engineer shall not be responsible for the accuracy or completeness of any such information or data; and the cost of all the following will be included in the Contract Price and Contractor shall have full responsibility for: (i) reviewing and checking all such information and data, (ii) locating all Underground Facilities shown or indicated in the Contract Documents, (iii) coordination of the Work with the owners of such Underground Facilities during construction, and (iv) the safety and protection of all such Underground Facilities and repairing any damage thereto resulting from the Work. The Contractor is required to call the Sunshine State One Call of Florida prior to any excavation per State regulations and to notify any utility owners who are not a member of the Sunshine State One Call of Florida prior to any excavation. The Sunshine State One Call of Florida is an agency for the protection and location of utilities prior to any excavation and contact number is available in local telephone directory. 4.4. REFERENCE POINTS Engineer shall provide engineering surveys to establish reference points for construction, which in Engineer's judgment are necessary to enable Contractor to proceed with the Work. Contractor shall be responsible for laying out the Work, unless otherwise noted in the Contract, shall protect and preserve the established reference points and shall make no changes or relocations without the prior written approval of the Owner and Engineer. Contractor shall report to Engineer whenever any reference point is lost or destroyed or requires relocation because of necessary changes in grades or locations and shall be responsible for the accurate replacement or relocation of such reference points by a surveyor licensed in the State of Florida. The Contractor is referred to the Technical Specifications for more specific information regarding the provision of construction surveys. If a City survey crew is assigned to the project and there is excessive stake replacement caused by negligence of Contractor's forces after initial line and grade have been set, as determined by the Engineer, the Contractor will be charged at the rate of $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. SECTION III Page 8 of 49 Updated 6/1/2021 SECTION III—General Conditions 5. BONDS AND INSURANCE 5.1. PERFORMANCE AND PAYMENT BOND/CONTRACT BOND Contractor shall furnish a Performance and Payment Bond pursuant to Section 255.05, Florida Statutes in an amount equal to the Contract Price as security for the faithful performance and payment of all Contractor's obligations under the Contract Documents. This bond shall remain in effect at least one year after the date when final payment becomes due unless a longer period of time is prescribed by laws and regulations or by the Contract Documents. Contractor shall also furnish such other Bonds as are required by the Supplementary Conditions. All Bonds shall be in the form prescribed by the Contract Documents in Section V and shall be executed by such sureties as are named in the current list of "Companies Holding Certificates of Authority as Acceptable Sureties on Federal Bonds and as Acceptable Reinsuring Companies" as published in Circular 570 (amended) by the Audit Staff, Bureau of Government Financial Operations, U.S. Treasury Department. All bonds signed by an agent must be accompanied by a certified copy of such agents' authority to act. All bonds shall be deemed to contain all of the Conditions of Section 255.05, Florida Statutes, even if such language is not directly contained within the bond and the Surety shall be licensed and qualified to do business in the State of Florida. Owner reserves the right to reject any surety. If the Surety on any Bond furnished by the Contractor is declared bankrupt or becomes insolvent or its right to do business is terminated in any state where any part of the Project is located or it ceases to meet the requirements of these Contract Documents, the Contractor shall within five days after notice thereof substitute another Bond and surety, both of which must be acceptable to Owner. 5.2. INSURANCE REQUIREMENTS The Contractor shall, at its own cost and expense, acquire and maintain (and cause any 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. SECTION III Page 9 of 49 Updated 6/1/2021 SECTION III—General Conditions 5.2.2. COMMERCIAL AUTOMOBILE LIABILITY INSURANCE Commercial Automobile Liability Insurance coverage for any owned, non -owned, hired or borrowed automobile is required in the minimum amount of $1,000,000 (one million dollars) combined single limit. 5.2.3. WORKERS' COMPENSATION AND EMPLOYER'S LIABILITY INSURANCE Statutory Workers' Compensation Insurance coverage in accordance with the laws of the State of Florida, and Employer's Liability Insurance in the minimum amount of $100,000 (one hundred thousand dollars) each employee each accident, $100,000 (one hundred thousand dollars) each employee by disease and $500,000 (five hundred thousand dollars) aggregate by disease with benefits afforded under the laws of the State of Florida. Coverage should include Voluntary Compensation, Jones Act, and U.S. Longshoremen's and Harbor Worker's Act coverage where applicable. Coverage must be applicable to Employees, Contractors, Subcontractors, and Volunteers, if any. 5.2.4. PROFESSIONAL LIABILITY/MALPRACTICE/ERRORS OR OMISSIONS INSURANCE Professional Liability/Malpractice/Errors or Omissions Insurance coverage appropriate for the type of business engaged in by the Contractor with minimum limits of $1,000,000 (one million dollars) per occurrence. If a claims -made form of coverage is provided, the retroactive date of coverage shall be no later than the inception date of claims -made coverage, unless prior policy was extended indefinitely to cover prior acts. Coverage shall be extended beyond the policy year either by a supplemental extended reporting period (ERP) of as great a duration as available, and with no less coverage and with reinstated aggregate limits, or by requiring that any new policy provide a retroactive date no later than the inception date of claims -made coverage. 5.2.5. CONTRACTOR'S EQUIPMENT/INLAND MARINE/PROPERTY INSURANCE If Contractor is using its own property in connection with the performance of its obligations under this Agreement, then Contractor's Equipment—Inland Marine Insurance and/or Property Insurance on an "All Risks" basis with replacement cost coverage for property and equipment in the care, custody and control of others is recommended. City is not responsible for Contractor's (or any 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 SECTION III Page 10 of 49 Updated 6/1/2021 SECTION III —General Conditions 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 Procurement Specialist City of Clearwater Engineering Department P.O. Box 4748 Clearwater, FL 33758-4748 1. The Description (of Operations/Locations/Vehicles) should specify Project Name and Project Number. 2. Contractor shall provide thirty (30) days written notice of any cancellation, non -renewal, termination, material change or reduction in coverage. 3. Contractor's insurance as outlined above shall be primary and non-contributory coverage for Contractor' s negligence. 4. Contractor reserves the right to appoint legal counsel to provide for the Contractor's defense, for any and all claims that may arise related to Agreement, work performed under this Agreement, or to Contractor's design, equipment, or service. Contractor agrees that the City shall not be liable to reimburse Contractor for any legal fees or costs as a result of Contractor providing its defense as contemplated herein. The stipulated limits of coverage above shall not be construed as a limitation of any potential liability to the City, and the City's failure to request evidence of this insurance shall not be construed as a waiver of Contractor's (or 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 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) loss due to business interruption, loss of use or other consequential loss extending beyond direct physical loss or damage to the Owner property or the Work caused by, arising out of or resulting from fire or other peril, whether or not insured by the Owner and; (ii) loss or damage to the completed Project or part thereof caused by, arising out of or resulting 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. SECTION III Page 11 of 49 Updated 6/1/2021 SECTION III — General Conditions 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 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. SECTION III Page 12 of 49 Updated 6/1/2021 SECTION III — General Conditions 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 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 SECTION III Page 13 of 49 Updated 6/1/2021 SECTION III—General Conditions 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, SECTION 111 Page 14 of 49 Updated 6/1/2021 SECTION III — General Conditions Engineer or any other party indemnified hereunder to the extent caused by or based upon Contractor's performance of the Work. During the progress of the Work, Contractor shall keep the premises free from accumulations of waste materials, rubbish and other debris resulting from the Work. At the completion of the Work or at intervals established by the Engineer, Contractor shall remove all waste materials, rubbish and debris from and about the premises as well as all tools, appliances, construction equipment and machinery and surplus materials. Contractor shall restore to original condition all property not designated for alteration by the Contract Documents. 6.5.1. STAGING AREAS The Contactor shall obtain and deliver to the City written permission for the use of all staging and storage areas outside of the Limits of Construction. Use of right of way within the limits of construction must be approved by the City. All applicable erosion control, tree barricade and restoration, including time limits, specifications, etc., must be followed. 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. SECTION III Page 15 of 49 Updated 6/1/2021 SECTION III — General Conditions To the fullest extent permitted by Laws and Regulations, Contractor shall indemnify and hold harmless Owner, Engineer, Engineer's Consultants and the officers, directors, employees, agents and other consultants of each and any of them from and against all claims, costs, losses and damages arising out of or resulting from any infringement of patent rights or copyrights incident to the use in the performance of the Work or resulting from the incorporation in the Work of any invention, design, process, product or device not specified in the Contract Documents, and shall defend all such claims in connection with any alleged infringement of such rights. Contractor shall pay all sales, consumer, use, and other taxes required to be paid by Contractor in accordance with the Laws and Regulations of the State of Florida and other governmental agencies, which are applicable during the performance of the work. 6.7. LAWS AND REGULATIONS Contractor shall give all notices and comply with all Laws and Regulations applicable to furnishing and performance of the Work. Except where otherwise expressly required by applicable Laws and Regulations, neither Owner nor Owner's Representative shall be responsible for monitoring Contractor's compliance with any Laws or Regulations. If Contractor performs any work knowing or having reason to know that it is contrary to Laws or Regulations, Contractor shall bear all claims, costs, losses and damages caused by or arising out of such work: however, it shall not be Contractor's primary responsibility to make certain that the Specifications and Drawings are in accordance with Laws and Regulations, but this shall not relieve Contractor of Contractor's obligations to the Owner to report and resolve discrepancies as described above. 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. SECTION III Page 16 of 49 Updated 6/1/2021 SECTION III — General Conditions 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 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 loss for injuries of damage sustained from the Contractor to Owner, and the Contractor shall remain solely responsible for compliance with all safety requirements and for the safety of all persons and property at the site of Contract performance. The Contractor shall instruct his employees required to handle or use toxic materials or other harmful substances regarding their safe handling and use. The Contractor shall take the necessary precautions to protect pedestrians and motorists from harm, and to prevent disruptions of such traffic due to construction activity. Contractor shall comply with all applicable Laws and Regulations of any public body having jurisdiction for safety of persons or property and to protect them from damage, injury, or loss; and shall erect and maintain all necessary safeguards for such safety and protection. Contractor shall notify owners of adjacent property and of Underground Facilities and utility owners when execution of the work may affect them, and shall cooperate with them in the protection, removal, relocation, and replacement of their property. All damage, injury or loss to any property caused, directly or indirectly, in whole or part, by Contractor, any Subcontractor, Supplier or any other person or organization directly or indirectly employed by any of them to perform or furnish any of the work or anyone for whose acts any of them may be liable, shall be remedied by Contractor. Contractor's duties and responsibilities for safety and for protection of the Work shall continue until such time as all the Work is completed and Engineer has issued a notice to Owner and Contractor that the Work is acceptable. SECTION III Page 17 of 49 Updated 6/1/2021 SECTION III —General Conditions 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 loss. Contractor shall give Engineer prompt written notice if Contractor believes that any significant changes in the Work or variations from the Contract Documents have been caused thereby. If the Owner's Representative determines that a change in the Contract Documents is required because of the action taken by Contractor in response to such an emergency, a Work Change Directive or Change Order will be issued to document the consequences of such action. 6.11. DRAWINGS 6.11.1. SHOP DRAWINGS, SAMPLES, RFIs, AND SUBMITTAL REVIEW Contractor shall submit Shop Drawings to Engineer for review and approval as called for in the Technical Specifications or required by the Engineer. The data shown on the Shop Drawings will be complete with respect to quantities, dimensions, specified performance and design criteria, materials and similar data to show Engineer the materials and equipment Contractor proposes to provide and to enable Engineer to review the information. Contractor shall also submit Samples to Engineer for review and approval. Before submitting each Shop Drawing or Sample, Contractor shall have determined and verified: (i) all field measurements, quantities, dimensions, specified performance criteria, installation requirements, materials, catalog numbers and similar information with respect thereto, (ii) all materials with respect to intended use, fabrication, shipping, handling, storage, assembly and installation pertaining to the performance of the Work, and (iii) all information relative to Contractor's sole responsibilities in respect to means, methods, techniques, sequences and procedures of construction and safety precautions and programs incident thereto. Contractor shall also have reviewed and coordinated each Shop Drawing or Sample with other Shop Drawings and Samples with the requirements of the Work and the Contract Documents. Each submittal will have a transmittal cover sheet identifying the shop drawing name, number, and technical specification reference; will bear a stamp or specific written indication that Contractor has satisfied Contractor's obligations under the Contract Documents with respect to Contractor's review and approval of that submittal. At the time of submission, Contractor shall give Engineer specific written notice of such variations, if any, that the Shop Drawing or Sample submitted may have from the requirements of the Contract Documents, such notice to be in a written communication separate from the submittal; and, in addition, shall cause a specific notation to be made on each Shop Drawing and Sample submitted to Engineer for review and approval of each such variation. The Contractor shall maintain a submittal log as mentioned in Article 2.5. The Engineer shall receive updated copies at each progress meeting, and the Engineer shall respond to each submittal within fourteen (14) consecutive calendar days. The Contractor shall maintain a request for information (RFI) log as mentioned in Article 2.5. The Engineer shall receive updated copies at each progress meeting, and the Engineer shall respond to each RFI within fourteen (14) consecutive calendar days. The untimely submission of Submittal or RFIs shall not be grounds for a delay claim from the Contractor. Engineer's review and approval of Shop Drawings and Samples will be only to determine if the items covered by the submittals will, after installation or incorporation in the Work, conform to the information given in the Contract Documents and be compatible with the design concept of SECTION III Page 18 of 49 Updated 6/1/2021 SECTION III — General Conditions 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 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 SECTION III Page 19 of 49 Updated 6/1/2021 SECTION III — General Conditions 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 1. Manholes and inlets shall be located by survey coordinates (northing, easting, and elevation) based on the approved horizontal and vertical datum or utilize the stationing supplied on the construction plans. New and replaced service connections shall be dimensioned to the nearest downstream manhole. All manholes, cleanouts and catch basin invert and rim elevations, manhole and catch basin dimensions, pipe sizes, and pipe material shall also be noted on the plan view and also on the profile if one exists. The terminal ends of all subdrains, inverts of all pipe in structures, and the flow line of inlets shall also be noted on the plan view and also on the profile if one exists. 2. Pipe materials and areas of special construction shall be noted. 6.11.2.3. Pressure Pipe construction (Water, Reclaimed Water, 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. SECTION III Page 20 of 49 Updated 6/1/2021 SECTION III — General Conditions 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 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 SECTION III Page 21 of 49 Updated 6/1/2021 SECTION III — General Conditions 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 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. SECTION III Page 22 of 49 Updated 6/1/2021 SECTION III — General Conditions 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.MahonyAmyClearwater.com. 6.12. CONTRACTOR'S GENERAL WARRANTY AND GUARANTEE Contractor warrants and guarantees to Owner, Engineer and Engineer's Consultants that all Work will be in accordance with the Contract Documents and will not be defective. Contractor's warranty and guarantee hereunder includes defects or damage caused by abuse, vandalism, modification, or operation by persons other than Contractor, Subcontractors or Suppliers. Until the acceptance of the Work by the Owner, the Work shall be under the charge and care of the Contractor, and he shall take every necessary precaution against injury or damage to any part thereof by action of the elements, or from any other cause whatsoever, arising from the execution or non -execution of the Work. The Contractor shall rebuild, repair, and make good, at his own expense, all injuries or damages to any portion of the Work occasioned by any cause before its completion and final acceptance by the Owner. In addition, "the Contractor shall remedy any defects in the work at his own expense and pay for any damage to other work resulting therefrom which appear within a period of one year from the date of final acceptance". Contractor's warranty and guarantee hereunder excludes improper maintenance and operation by Owner's employees and normal wear and tear under normal usage for any portion of the Work, which has been partially accepted by the Owner for operation prior to final acceptance by the Owner. Contractor's obligation to perform and complete the Work in accordance with the Contract Documents shall be absolute. None of the following will constitute an acceptance of Work that is not in accordance with the Contract Documents or a release of Contractor's obligation to perform the Work in accordance with the Contract Documents: (i) observations by Owner's Representative, (ii) recommendation of any progress or final payment by Owner's Representative, (iii) the issuance of a certificate of Substantial Completion or any payment by the Owner to contractor under the Contract Documents, (iv) use or occupancy of the Work or any part thereof by Owner, (v) any acceptance by Owner or any failure to do so, (vi) any review and approval of a Shop Drawing or Sample submittal or the issuance of a notice of Acceptance by the Engineer. 6.13. CONTINUING THE WORK Contractor shall carry on the work and adhere to the progress schedule during all disputes or disagreements with the Owner. No work shall be delayed or postponed pending resolution of any disputes or disagreements, except as the Owner or Contractor may otherwise agree in writing. SECTION III Page 23 of 49 Updated 6/1/2021 SECTION III — General Conditions 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 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@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 SECTION III Page 24 of 49 Updated 6/1/2021 SECTION III — General Conditions 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. h) If a civil action is filed against a Contractor to compel production of public records relating to a public agency's contract for services, the court shall assess and award against the Contractor the reasonable costs of enforcement, including reasonable attorney fees, if: 1. The court determines that the Contractor unlawfully refused to comply with the public records request within a reasonable time; and 2. At least 8 business days before filing the action, the plaintiff provided written notice of the public request, including a statement that the Contractor has not complied with the request, to the public agency and to the Contractor. i) A notice complies with subparagraph (h)2. if it is sent to the public agency's custodian of public records and to the Contractor at the Contractor's address listed on its contract with the public agency or to the Contractor's registered agent. Global Express Guaranteed, or certified mail, with postage or shipping paid by the sender and with evidence of delivery, which may be in an electronic format. j) A Contractor who complies with a public records request within 8 business days after the notice is sent is not liable for the reasonable costs of enforcement. 7. OTHER WORK 7.1. RELATED WORK AT SITE The City reserves the right to have its own forces enter the construction site at any time and perform work as necessary in order to perform infrastructure repair or maintenance, whether related to the project or not. The Contractor will allow complete access to all utility owners for these purposes. The City may have its own forces perform new work related to the project, however, this work will be identified in the Contract Scope of Work and coordination will be such that this activity is SECTION III Page 25 of 49 Updated 6/1/2021 SECTION III — General Conditions 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. 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. SECTION III Page 26 of 49 Updated 6/1/2021 SECTION III — General Conditions 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 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 SECTION III Page 27 of 49 Updated 6/1/2021 SECTION III — General Conditions 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. 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. SECTION III Page 28 of 49 Updated 6/1/2021 SECTION III — General Conditions 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 SECTION III Page 29 of 49 Updated 6/1/2021 SECTION 11I —General Conditions data shall be delivered within sixty (60) days after the start of such occurrence or event, unless Owner's Representative allows additional time for claimant to submit additional or more accurate data in support of the claim, and shall be accompanied by claimant's written statement that the claimed adjustment covers all known amounts to which the claimant is entitled as a result of said occurrence or event. No claim for an adjustment in the Contract Price will be valid if not submitted in accordance with this paragraph. The value of any Work covered by a Change Order or of any claim for an adjustment in the Contract Price will be determined as follows: (i) where the Work involved is covered by unit prices contained in the Contract Documents, by application of such unit prices to the quantities of the items involved (ii) where the Work involved is not covered by unit prices contained in the Contract Documents, by a mutually agreed lump sum (which may include an allowance for overhead and profit), (iii) where the Work is not covered by unit prices contained in the Contract Documents and agreement is reached to establish unit prices for the Work. Where the work involved is not covered by unit prices contained in the Contract Documents and where the Owner's Representative, the Owner, the Engineer, the Engineer's Consultant, and Contractor cannot mutually agree on a lump sum price, the City of Clearwater shall pay for directed changes in the Work, on "COST REIMBURSEMENT" basis. The Contractor shall apply for compensation, detailing Contractors forces, materials, equipment, Subcontractors, and other items of direct costs required for the directed work. The application for Cost Reimbursement shall be limited to the following items: 1. Labor, including foremen, for those hours associated with the direct work (actual payroll cost, including wages, fringe benefits, labor insurance and labor taxes established by law). Expressly excluded from this item are all costs associated with negotiating the subject change. 2. Materials associated with the change, including sales tax. The costs of materials shall be substantiated through vendors' invoices. 3. Rental or equivalent rental costs of equipment, including necessary transportation costs if specifically used for the Work. The rental rates shall not exceed the current rental rates prevailing in the locality or as defined in the rental Rate Blue Book for Construction Equipment (a.k.a. DataQuest Blue Book). The rental rate is defined as the full -unadjusted base rental rate for the appropriate item of construction equipment and shall cover the costs of all fuel, supplies, repairs, insurance, and other costs associated with supplying the equipment for work ordered. Contractor -owned equipment will be paid for the duration of time required to complete the work. Utilize lowest cost combination of hourly, daily, weekly, or monthly rates. Do not exceed estimated operating costs given in Blue Book. Operating costs will not be allowed for equipment on stand-by. 4. Additional costs for Bonds, Insurance if required by the City of Clearwater. The following fixed fees shall be added to the costs of the directed work performed by the Contractor or Subcontractor. A. A fixed fee of fifteen percent (15%) shall be added to the costs of Item 1 above. If work is performed by a Subcontractor, the Contractor's fee shall not exceed five percent (5%), and the Subcontractor's fee shall not exceed ten percent (10%). B. A fixed fee of ten percent (10%) shall be added to the costs of Item 2 above. C. No markup shall be added to the costs of Items 3 and 4. SECTION III Page 30 of 49 Updated 6/1/2021 SECTION III — General Conditions The fixed fees shall be considered the full compensation for all cost of general supervision, overhead, profit, and other general expense. 11.2. ALLOWANCES AND FINAL CONTRACT PRICE ADJUSTMENT It is understood that Contractor has included in the Contract Price all allowances so named in the Contract Documents and shall cause the Work so covered to be furnished and performed for such sums as may be acceptable to Owner and Engineer. Contractor agrees that: (i) the allowances 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 SECTION III Page 31 of 49 Updated 6/1/2021 SECTION III — General Conditions 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 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 SECTION III Page 32 of 49 Updated 6/1/2021 SECTION III —General Conditions 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. 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 SECTION III Page 33 of 49 Updated 6/1/2021 SECTION III — General Conditions 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 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 SECTION III Page 34 of 49 Updated 6/1/2021 SECTION III — General Conditions days' written notice to Contractor, correct and remedy any such deficiency. In exercising the rights and remedies under this paragraph the Owner shall proceed expeditiously. In connection with such corrective and remedial action, the Owner may exclude Contractor from all or part of the site, take possession of all or part of the Work, and suspend Contractor's services related thereto, and incorporate in the Work all materials and equipment stored at the site or for which the Owner has paid Contractor but which are stored elsewhere. Contractor shall allow Owner, Owner's Representatives, Agents and Employees, the Owner's other contractors, and Owner's Representative, Engineer, and Engineer's Consultants access to the site to enable the Owner to exercise the rights and remedies under this paragraph. All claims, costs, losses and damages incurred or sustained by the Owner in exercising such rights and remedies will be charged against Contractor and a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work; and the Owner shall be entitled to an appropriate decrease in the Contract Price, and, if the parties are unable to agree as to the amount thereof, the Owner may make a claim therefore as provided in the article for Change of Contract Price. Such claims, costs, losses and damages will include but not be limited to all costs of repair or replacement of work of others destroyed or damaged by correction, removal or replacement of Contractor's defective Work. Contractor shall not be allowed an extension of the Contract Time (or Milestones) because of any delay in the performance of the Work attributable to the exercise by the Owner of the Owner's rights and remedies hereunder. 14. PAYMENTS TO CONTRACTOR AND COMPLETION Requests for payment shall be processed in accordance with F.S. 218.735 and as described herein. Progress payments on account of Unit Price Work will be based on the number of units completed. 14.1. APPLICATION FOR PROGRESS PAYMENT Contractor shall submit (not more often than once a month) to Owner's Representative for review an Application for Payment filled out and signed by Contractor covering the Work completed once each month and accompanied by such supporting documentation as is required by the Owner's Representative and the Contract Documents. Unless otherwise stated in the Contract Documents, payment will not be made for materials and equipment not incorporated in the Work. Payment will only be made for that portion of the Work, which is fully installed including all materials, labor, and equipment. A retainage of not less than five (5%) of the amount of each Application for Payment for the total of all Work, including As -Built Survey and Inspector overtime reimbursement, completed to date will be held until final completion and acceptance of the Work covered in the Contract Documents. No progress payment shall be construed to be acceptance of any portion of the Work under contract. The Contractor shall review with the Engineer or the Construction Inspector all quantities and work for which payment is being applied for and reach agreement prior to submittal of an Official Pay Request. The Engineer or the Construction Inspector will verify that the on-site marked up As -Built Drawings are up to date with the work and are in compliance with the Contract Documents. In addition to all other payment provisions set out in this contract, the Owner's Representative may require the Contractor to produce for Owner, within fifteen (15) days of the approval of any progress payment, evidence and/or payment affidavit that all Subcontractors and Suppliers have 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. SECTION III Page 35 of 49 Updated 6/1/2021 SECTION III — General Conditions 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 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 SECTION III Page 36 of 49 Updated 6/1/2021 SECTION III — General Conditions secure the satisfaction and discharge of such Liens, (iii) there are other items entitling the Owner to a set-off against the amount recommended, or (iv) the Owner has actual knowledge of any of the events described in this paragraph. The Owner shall give Contractor notice of refusal to pay in accordance with the time constraints of this section with a copy to the Owner's Representative or Agent, stating the reasons for such actions, and Owner shall promptly pay Contractor the amount so withheld, or any adjustment thereto agreed to by the Owner and Contractor, when Contractor corrects to the Owner's satisfaction the reasons for such action. 14.4. PARTIAL UTILIZATION Use by the Owner at the Owner's option of any substantially completed part of the Work which (i) has specifically been identified in the Contract Documents, or (ii) Owner, Engineer, Owner's Representative, and Contractor agree constitutes a separately functioning and usable part of the Work that can be used by. the Owner for its intended purpose without significant interference with Contractor's performance of the remainder of the Work, may be accomplished prior to Final Completion of all the Work subject to the following: The Owner at any time may request Contractor in writing to permit the Owner to use any such part of the Work which the Owner believes to be ready for its intended use and substantially complete. If Contractor agrees that such part of the Work is substantially complete, Contractor will certify to Owner, Owner's Representative, and Engineer that such part of the Work is substantially complete and request Owner's Representative to issue a certificate of Substantial Completion for that part of the Work. Contractor at any time may notify Owner, Owner's Representative, and Engineer in writing that Contractor considers any such part of the Work ready for its intended use and substantially complete and request Owner's Representative to issue a certificate of Substantial Completion for that part of the Work. Within a reasonable time after either such request, Owner, Contractor, Owner's Representative, and Engineer shall make an inspection of that part of the Work to determine its status of completion. If Engineer does not consider that part of the Work to be substantially complete, Engineer will notify Owner, Owner's Representative, and Contractor in writing giving the reasons, therefore. If Engineer considers that part of the Work to be substantially complete, the provisions of the articles for Substantial Completion and Partial Utilization will apply with respect to certification of Substantial Completion of that part of the Work and the division of responsibility in respect thereof and access thereto. 14.5. FINAL INSPECTION Upon written notice from Contractor that the entire Work or an agreed portion thereof is complete, Owner's Representative will make a final inspection with Engineer, Owner and Contractor and will within thirty (30) days notify Contractor in writing of particulars in which this inspection reveals that the Work is incomplete or defective. The Owner's Representative will produce a final punch list, deliver it to the Contractor within five (5) days of completion and assign a date for this work to be completed not less than thirty (30) days from delivery of the list. Failure to include any corrective work or pending items does not alter the responsibility of the Contractor to complete all the construction services purchased pursuant to the contract. Contractor shall immediately take such measures as are necessary to complete such Work or remedy such deficiencies. 14.6. FINAL APPLICATION FOR PAYMENT After Contractor has completed all such corrections to the satisfaction of Owner's Representative and has delivered in accordance with the Contract Documents all maintenance and operating instructions, As -Built, schedules, guarantees, Bonds, certificates or other evidence of insurance SECTION III Page 37 of 49 Updated 6/1/2021 SECTION III — General Conditions 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. SECTION III Page 38 of 49 Updated 6/1/2021 SECTION III — General Conditions 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 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 and take possession of the Work and of all Contractor's tools, appliances, construction equipment and machinery at the site and use the same to the full extent they could be used by Contractor (without liability to Contractor for trespass or conversion), incorporate in the Work all materials and equipment stored at the site or for which the Owner has 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. SECTION III Page 39 of 49 Updated 6/1/2021 SECTION 111— General Conditions Where Contractor's services have been so terminated by the Owner, the termination will not affect any rights or remedies of the Owner against Contractor then existing or which may thereafter accrue. Any retention or payment of moneys due Contractor by the Owner will not release Contractor from liability. Upon seven (7) days' written notice to Contractor and Owner's Representative, the Owner may, without cause and without prejudice to any other right or remedy of the Owner, elect to terminate the Agreement. In such case, Contractor shall be paid (without duplication of any items): • for completed and acceptable Work executed in accordance with the Contract Documents prior to the effective date of termination, including fair and reasonable sums for overhead and profit on such Work; • for expenses sustained prior to the effective date of termination in performing services and furnishing labor, materials or equipment as required by the Contract Documents in connection with uncompleted Work, plus fair and reasonable sums for overhead and profit on such expenses; • for all claims, costs, losses and damages incurred in settlement of terminated contracts with Subcontractors, Suppliers and others; • and for reasonable expenses directly attributable to termination. Contractor shall not be paid on account of loss of anticipated profits or revenue or other economic loss arising out of or resulting from such termination. 15.3. CONTRACTOR MAY STOP WORK OR TERMINATE If, through no act or fault of Contractor, the Work is suspended for a period of more than ninety (90) days by the Owner or under an order of court or other public authority, or the Owner's Representative fails to act on any Application for Payment within thirty (30) days after it is submitted or the Owner fails for thirty (30) days to pay Contractor any sum finally determined to be due, then Contractor may, upon seven (7) days' written notice to the Owner and Owner's Representative, and provided the Owner or Owner's Representative does not remedy such suspension or failure within that time, terminate the Agreement and recover from the Owner payment on the same terms as provided in the article for the Owner May Terminate. However, if the Work is suspended under an order of court through no fault of Owner, the Contractor shall not be entitled to payment except as the Court may direct. In lieu of terminating the Agreement and without prejudice to any other right or remedy, if Owner's Representative has failed to act on an Application for Payment within thirty (30) days after it is submitted, or the Owner has failed for thirty (30) days to pay Contractor any sum finally determined to be due, Contractor may upon seven (7) days' written notice to the Owner and Owner's Representative stop the Work until payment of all such amounts due Contractor. The provisions of this article are not intended to preclude Contractor from making claim under paragraphs for Change of Contract 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 SECTION III Page 40 of 49 Updated 6/1/2021 SECTION III — General Conditions have under the Contract Documents or by Laws or Regulations in respect of any dispute provided, however, that nothing herein shall require a dispute to be submitted to binding arbitration. 17. MISCELLANEOUS 17.1. SUBMITTAL AND DOCUMENT FORMS The form of all submittals, notices, change orders, pay applications, logs, schedules and other documents permitted or required to be used or transmitted under the Contract Documents shall be determined by the Owner's Representative subject to the approval of Owner. 17.2. GIVING NOTICE Whenever any provision of the Contract Documents requires the giving of written notice, notice will be deemed to have been validly given if delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended, or if delivered or sent by registered or certified mail, postage prepaid, to the last business address known to the giver of the notice. 17.3. NOTICE OF CLAIM Should the Owner or Contractor suffer injury or damage to person or property because of any error, omission or any act of the other party or of any of the other party's officers, employees or agents or others for whose acts the other party is legally liable, claim will be made in writing to the other party within a reasonable time of the first observance of such injury or damage. The provisions of this paragraph shall not be construed as a substitute for or a waiver of the provisions of any applicable statute of limitations or repose. 17.4. PROFESSIONAL FEES AND COURT COSTS INCLUDED Whenever reference is made to "claims, costs, losses and damages," the phrase shall include in each case, but not be limited to, all fees and charges of engineers, architects, attorneys and other professionals and all court or other dispute resolution costs. 17.5. ASSIGNMENT OF CONTRACT The Contractor shall not assign this contract or any part thereof or any rights thereunder without the approval of Owner, nor without the consent of surety unless the surety has waived its rights to notice of assignment. 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 Contractor/Vendor. All terms, conditions and unit prices shall remain constant unless otherwise specified in the contract specifications or in the Invitation to bid. Renewals shall be made at the sole discretion of the Owner and must be agreed to in writing by both parties. All renewals are contingent upon the availability of funds, and the satisfactory performance of the Contractor as determined by the Construction Department. SECTION III Page 41 of 49 Updated 6/1/2021 SECTION III — General Conditions 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 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). SECTION III Page 42 of 49 Updated 6/1/2021 SECTION III — General Conditions 21.2. TITLE AND OWNER RISK Owner will issue Purchase Orders and provide a copy of Owner's Florida Consumer Certification of Tax Exemption and Certificate of Entitlement directly to the Vendor for ODP materials or equipment. Invoices for ODP materials or equipment shall be issued to the Owner, and a copy sent to the Contractor. Notwithstanding the transfer of ODP materials or equipment by the Owner to the Contractor's possession, the Owner shall retain legal and equitable title to any and all ODP materials or equipment; therefore, the owner assumes the risk of damage or loss at the time of purchase or delivery of items, unless material is damaged as the result of negligence by the Contractor. 21.3. CONTRACTOR'S RECEIPT OF MATERIALS The Contractor shall be fully responsible for all matters relating to the receipt of materials or equipment furnished to the Owner including, but not limited to, verifying correct quantities, verifying documents of orders in a timely manner, coordinating purchases, providing and obtaining all warranties and guarantees required by the Contract Documents, and inspection and acceptance of the goods at the time of delivery. The Owner shall coordinate with Contractor and Vendor delivery schedules, sequence of delivery, loading orientation, and other arrangements normally required by the Contractor for the particular materials or equipment furnished. The Contractor shall provide all services required for the unloading and handling of materials or equipment. The Contractor agrees to indemnify and hold harmless the Owner from any and all claims of whatever nature resulting from non-payment of goods to suppliers arising from the action of the Contractor. As ODP materials or equipment are delivered to the job site, the Contractor shall visually inspect all shipments from the suppliers and approve the vendor's invoice for items delivered. The Contractor shall assure that each delivery of ODP materials or equipment is accompanied by documentation adequate to identify the Purchase Order against which the purchase is made. This documentation may consist of a delivery ticket and/or an invoice from the supplier conforming to the Purchase Order together with such additional information as the Owner may require. The Contractor will then forward an electronic copy of the invoice and supporting documentation to the Owner for payment within fourteen (14) calendar days of receipt of said goods or materials. Such payment shall be directly from public funds, from Owner to Vendor. The Contractor shall insure that ODP materials or equipment conform to the Specifications and determine prior to acceptance of goods at time of delivery if such materials or equipment are patently defective, and whether such materials or equipment are identical to the materials or equipment ordered and match the description on the bill of lading. If the Contractor discovers defective or non -conformities in ODP materials or equipment upon such visual inspection, the 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. SECTION III Page 43 of 49 Updated 6/1/2021 SECTION III — General Conditions 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-%4 by 11 inches in size. Notification (door hanger) shall be posted to residences and businesses directly affected by the Contractor's activities no later than seven (7) days prior to the start of construction activity. Directly affected by the Contractor's activities shall mean all Contractor operations including staging areas, equipment and material storage, principal access routes across private property, etc. Contractor cannot start without proper seven (7) day notice period to residents. Contractor is required to maintain sufficient staff to answer citizen inquiries during normal business hours and to maintain appropriate message recording equipment to receive citizen inquires after business hours. SECTION III Page 44 of 49 Updated 6/1/2021 SECTION III — General Conditions 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 AND BEAUTIFUL • 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. 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 SECTION III Page 45 of 49 Updated 6/1/2021 SECTION III — General Conditions 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 (3%z"x3'/2") 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 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. SECTION III Page 46 of 49 Updated 6/1/2021 SECTION III —General Conditions 23.8. TYPICAL PROJECT SIGN PROJECT NAME PROJECT NUMBER DEPARTMENT NAME CONTRACTOR: COMPLETION DATE: FUNDING: OWNER'S REPRESENTATIVE: Pk I_. }f p @ f _.... A RV BRIGHT AND BEAUTIFUL. BAY TD BEACH 1 y E 3'_61. 4 4 x4' P.I Poet (Tpp.) Project Sign Details: Font Type: Franklin Gothic Medium, (ALL CAPS) Font Colors: Blue - Pantone 3015 and Black. 24. AWARD OF CONTRACT, WORK SCHEDULE AND GUARANTEE It will be required that the work will commence not later than five (5) calendar days after the Engineer gives written Notice to Proceed (NTP), which notice shall be given as outlined in Article 2 of these General Conditions. It is further required that all work within this contract be completed within the indicated number of consecutive calendar days as determined in Section IV, Scope of Work. Contract Time to commence at start date noted on the Notice to Proceed. If the Contractor fails to complete the work within the stipulated time, the City will retain the amount stated in the Contract, per calendar day, for each day that the contract remains incomplete. The work shall be discontinued on Saturdays, Sundays, and approved Holidays. If it becomes necessary for the Contractor to perform work on Saturdays, Sundays, and approved City of Clearwater Employee Holidays, that in the opinion of the Engineer, will require the presence of Inspectors, the Contractor shall pay the City of SECTION III Page 47 of 49 Updated 6/1/2021 SECTION III — General Conditions 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 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. SECTION III Page 48 of 49 Updated 6/1/2021 SECTION III —General Conditions See Section V of the Contract for Certification Forms to be executed and submitted with the Bid/Proposal Form. SECTION III Page 49 of 49 Updated 6/1/2021 BRIGHT AND BEAUTIFUL • BAY TO BEACH SECTION IV TECHNICAL SPECIFICATIONS SECTION IV TECHNICAL SPECIFICATIONS Table of Content: 100 SERIES: GENERAL 1 101. SCOPE OF WORK 1 102. FIELD ENGINEERING 4 102-1. LINE AND GRADE PERFORMED BY THE CONTRACTOR 4 102-2. LINE AND GRADE PERFORMED BY THE CITY 5 103. DEFINITION OF TERMS 5 103-1. REFERENCE STANDARDS 6 104. STREET CROSSINGS, ETC. 6 105. AUDIO/VIDEO RECORDING OF WORK AREAS 6 105-1. CONTRACTOR TO PREPARE AUDIONIDEO RECORDING 6 105-2. SCHEDULING OF AUDIO/VIDEO RECORDING 6 105-3. PROFESSIONAL VIDEOGRAPHERS 6 105-4. EQUIPMENT 6 105-5. RECORDED AUDIO INFORMATION 7 105-6. RECORDED VIDEO INFORMATION 7 105-7. VIEWER ORIENTATION 7 105-8. LIGHTING 7 105-9. SPEED OF TRAVEL 7 105-10. VIDEO LOG/INDEX 7 105-11. AREA OF COVERAGE 8 105-12. COSTS OF VIDEO SERVICES 8 106. STREET SIGNS 8 107. WORK ZONE TRAFFIC CONTROL 8 107-1. CONTRACTOR RESPONSIBLE FOR WORK ZONE TRAFFIC CONTROL 8 107-2. WORK ZONE TRAFFIC CONTROL PLAN 8 107-3. ROADWAY CLOSURE GUIDELINES 9 107-4. APPROVAL OF WORK ZONE TRAFFIC CONTROL PLAN 10 107-5. INSPECTION OF WORK ZONE TRAFFIC CONTROL OPERATION 10 107-6. PAYMENT FOR WORK ZONE TRAFFIC CONTROL 10 107-7. CERTIFICATION OF WORK ZONE TRAFFIC CONTROL SUPERVISOR 10 108. OVERHEAD ELECTRIC LINE CLEARANCE 11 108-1. CLEARANCE OPTIONS 11 108-2. REQUIRED MINIMUM CLEARANCE DISTANCES 11 200 SERIES: SITEWORK 12 201. EXCAVATION FOR UNDERGROUND INFRASTRUCTURE WORK 12 201-1. EXCAVATION, BACKFILLING, AND COMPACTION FOR UNDERGROUND INFRASTRUCTURE 13 202. OBSTRUCTIONS 24 SECTION IV i 10/28/2024 SECTION IV - Technical Specifications 203. DEWATERING 25 203-1. GENERAL 25 203-2. OBSERVATION WELLS 26 203-3. PUMPING AND DRAINAGE - GENERAL 26 203-4. PERMIT REQUIREMENTS 30 204. UNSUITABLE MATERIAL REMOVAL 31 204-1. BASIS OF MEASUREMENT 31 204-2. BASIS OF PAYMENT 31 205. UTILITY TIE IN LOCATION MARKING 31 206. CLEARING AND GRUBBING 31 206-1. BASIS OF MEASUREMENT 32 206-2. BASIS OF PAYMENT 32 207. EROSION AND SEDIMENT CONTROL 32 207-1. GENERAL 32 207-2. TRAINING OF PERSONNEL 32 207-3. STABILIZATION OF DENUDED AREAS 32 207-4. PROTECTION AND STABILIZATION OF SOIL STOCKPILES 33 207-5. PROTECTION OF EXISTING STORM SEWER SYSTEMS 33 207-6. SWALES, DITCHES AND CHANNELS 33 207-7. UNDERGROUND UTILITY CONSTRUCTION 33 207-8. MAINTENANCE 33 207-9. COMPLIANCE 33 208. CONSTRUCTION AND REPAIR OF SEAWALLS AND OTHER BEACH EROSION CONTROL STRUCTURES 34 208-1. EXISTING SEAWALLS AND REVETMENTS 34 208-2. TOP OF CAP ELEVATION 34 208-3. SEAWALLS AND REVETMENTS LOCATED SEAWARD OF THE CCL 34 208-4. PLACEMENT OF NEW SEAWALL 34 208-5. POST CONSTRUCTION SURVEY 35 208-6. RIP -RAP 35 208-7. RETAINING WALL IN LIEU OF VERTICAL SEAWALL 35 209. MAINTENANCE OF OPERATIONS 35 209-1. GENERAL 35 209-2. EXECUTION 35 209-3. BASIS OF MEASUREMENT 37 210. DETECTION OF FACILITIES 37 211. RELOCATIONS 38 211-1. RELOCATION SHOWN ON DRAWINGS 38 211-2. RELOCATIONS NOT SHOWN ON DRAWINGS 38 212. RESTORATION PROCEDURES 38 212-1. INTERIM RESTORATION 38 212-2. FINAL RESTORATION 38 300 SERIES: MATERIALS 40 301. CONCRETE 40 302. EXCAVATION AND FORMS FOR CONCRETE WORK 40 SECTION IV ii 10/28/2024 SECTION IV - Technical Specifications 302-1. EXCAVATION 40 302-2. FORMS 40 303. REINFORCEMENT 40 303-1. BASIS OF PAYMENT 41 304. BACKFILL 41 304-1. MATERIALS AND GENERAL 41 304-2. TESTING AND INSPECTION 41 305. RIPRAP 42 305-1. BASIS OF MEASUREMENT 42 305-2. BASIS OF PAYMENT 42 306. FLOWABLE FILL 43 307. MATERIAL INDEPENDENT TESTING 44 400 SERIES: SANITARY SEWER 45 401. SANITARY MANHOLES 45 401-1. BUILT UP TYPE 45 401-2. PRECAST TYPE 46 401-3. DROP MANHOLES 48 401-4. FRAMES AND COVERS 48 401-5. MANHOLE COATINGS 48 401-6. CONNECTIONS TO MANHOLES 48 401-7. MEASUREMENT AND PAYMENT 48 402. RAISING OR LOWERING OF SANITARY SEWER STRUCTURES 48 402-1. BASIS OF PAYMENT 48 403. SANITARY SEWERS AND FORCE MAINS 48 403-1. MATERIALS 48 403-2. INSTALLATION 49 403-3. INSPECTIONS OF LINES AND MANHOLES 49 403-4. TESTING 51 403-5. BASIS OF PAYMENT 51 404. CURED -IN-PLACE PIPE SANITARY SEWER REHABILITATION 52 404-1. GENERAL 52 404-2. MEASUREMENT & PAYMENT 53 404-3. SUBMITTALS 53 404-4. CURED -IN-PLACE PIPE (CIPP) FOR GRAVITY SEWER MAINS 54 404-5. CURED -IN-PLACE PIPE (CIPP) FOR SERVICE LATERALS 57 405. SANITARY MANHOLE LINER RESTORATION 61 405-1. SCOPE AND INTENT 61 405-2. MEASUREMENT & PAYMENT 62 405-3. CEMENTITIOUS COATING SYSTEM 63 405-4. RAVEN 405 EPDXY COATING SYSTEM 67 405-5. SPRAYWALL POLYURETHANE COATING SYSTEM 71 405-6. INTERNAL MANHOLE CORBEL SEALING SYSTEM 75 406. SMOKE AND DYE TESTING 78 406-1. GENERAL PROTOCOL 78 406-2. REPORTING 78 SECTION IV iii 10/28/2024 SECTION IV - Technical Specifications 406-3. DYE INVESTIGATION 80 406-4. MEASUREMENT AND PAYMENT 82 406-5. BASIS OF PAYMENT 82 500 SERIES: POTABLE AND RECLAIMED WATER MAINS, FIRE LINES AND APPURTENANCES 83 501. SCOPE 83 502. MATERIALS 83 502-1. GENERAL 83 502-2. PIPE MATERIALS AND FITTINGS 83 502-3. GATE VALVES 95 502-4. VALVE BOXES 96 502-5. HYDRANTS 97 502-6. SERVICE SADDLES/ POLYETHYLENE SERVICE LINES 98 502-7. BACKFLOW PREVENTERS 99 502-8. TAPPING SLEEVES AND LINESTOPS 99 502-9. LINE STOPPING ASSEMBLIES 101 502-10. BLOW OFF HYDRANTS 102 503. CONSTRUCTION 102 503-1. MATERIAL HANDLING 102 503-2. PIPE LAYING 103 503-3. SETTING OF VALVES, HYDRANTS AND FITTINGS 121 503-4. CONNECTIONS TO EXISTING POTABLE WATER OR RECLAIMED WATER LINES 124 504. PIPELINE CLEANING 125 504-1. PIPELINE PIGGING 125 504-2. FINAL PIPELINE FLUSHING 126 505. TESTS 126 505-1. HYDROSTATIC PIPELINE TESTING 126 505-2. NOTICE OF TEST 127 506. DISINFECTION AND TESTING 127 506-1. DISINFECTION MATERIALS 127 506-2. FLUSHING SYSTEM 128 506-3. FINAL DISINFECTION PROCEDURE FOR POTABLE WATER MAINS 128 506-4. FLUSHING AND RESIDUAL CHLORINE TESTS 130 506-5. BACTERIALOGICAL TESTS 130 507. CORRECTION OF NON -CONFORMING WORK 131 508. OBTAINING WATER FOR FLUSHING AND TESTING 131 509. MEASUREMENT AND PAYMENT 131 509-1. GENERAL 131 509-2. FURNISH AND INSTALL WATER MAINS 132 509-3. FURNISH AND INSTALL FITTINGS 132 509-4. FURNISH AND INSTALL GATE VALVES COMPLETE WITH BOXES AND COVERS 132 509-5. FURNISH AND INSTALL FIRE HYDRANTS 132 600 SERIES: STORMWATER 134 SECTION IV iv 10/28/2024 SECTION IV - Technical Specifications 601. RAISING OR LOWERING OF STORM DRAINAGE STRUCTURES 134 601-1. BASIS OF PAYMENT 134 602. UNDERDRAINS 134 602-1. BASIS OF MEASUREMENT 134 602-2. BASIS OF PAYMENT 134 603. STORM SEWERS 135 603-1. TESTING AND INSPECTION 135 603-2. BASIS OF PAYMENT 135 604. STORM MANHOLES, INLETS, CATCH BASINS OR OTHER STORM STRUCTURES 136 604-1. BUILT UP TYPE STRUCTURES 136 604-2. PRECAST TYPE 136 604-3. BASIS OF PAYMENT 137 605. GABIONS AND MATTRESSES 137 605-1. MATERIAL 137 605-2. PERFORMANCE 138 700 SERIES: STREETS AND SIDEWALKS 139 701. RESTORATION OR REPLACEMENT OF DRIVEWAYS, CURBS, SIDEWALKS AND STREET PAVEMENT 139 702. ROADWAY BASE AND SUBGRADE 139 702-1. BASE 139 702-2. SUBGRADE 141 703. ASPHALTIC CONCRETE MATERIALS 141 703-1. ASPHALTIC CONCRETE 141 703-2. HOT BITUMINOUS MIXTURES - PLANT, METHODS, EQUIPMENT & QUALITY ASSURANCE 142 703-3. ASPHALT MIX DESIGNS AND TYPES 142 703-4. ASPHALT PAVEMENT DESIGNS AND LAYER THICKNESS 142 703-5. GENERAL CONSTRUCTION REQUIREMENTS 142 703-6. CRACKS AND POTHOLE PREPARATION 143 703-7. ADJUSTMENT OF MANHOLES AND APPURTANENCES 143 703-8. ADDITIONAL ASPHALT REQUIREMENTS 144 703-9. BASIS OF MEASUREMENT 144 703-10. BASIS OF PAYMENT 144 704. ADJUSTMENT TO THE UNIT BID PRICE FOR ASPHALT 145 705. ASPHALT DRIVEWAYS 145 705-1. BASIS OF MEASUREMENT 145 705-2. BASIS OF PAYMENT 145 706. CONCRETE CURBS 145 706-1. BASIS OF MEASUREMENT 146 706-2. BASIS OF PAYMENT 146 707. CONCRETE SIDEWALKS AND DRIVEWAYS 146 707-1. CONCRETE SIDEWALKS 146 707-2. CONCRETE DRIVEWAYS 146 707-3. CONCRETE CURB RAMPS 147 SECTION IV v 10/28/2024 SECTION IV -Technical Specifications 707-4. BASIS OF MEASUREMENT 147 707-5. BASIS OF PAYMENT 147 708. MILLING OPERATIONS 147 708-1. EQUIPMENT, CONSTRUCTION & MILLED SURFACE 147 708-2. ADDITIONAL MILLING REQUIREMENTS 147 708-3. SALVAGEABLE MATERIALS 148 708-4. DISPOSABLE MATERIALS 148 708-5. ADJUSTMENT AND LOCATION OF UNDERGROUND UTILITIES 148 708-6. ADJUSTMENT OF UTILITY MANHOLES 148 708-7. TYPES OF MILLING 148 708-8. MILLING OF INTERSECTIONS 149 708-9. BASIS OF MEASUREMENT 149 708-10. BASIS OF PAYMENT 149 800 SERIES: TRAFFIC SIGNALS, SIGNS AND MARKINGS 150 801. TRAFFIC SIGNAL EQUIPMENT AND MATERIALS 150 801-1. BASIS OF MEASUREMENT AND PAYMENT 150 802. SIGNING AND MARKING 150 802-1. BASIS OF MEASUREMENT AND PAYMENT 151 803. ROADWAY LIGHTING 151 803-1. BASIS OF MEASUREMENT AND PAYMENT 151 900 SERIES: LANDSCAPING/RESTORATION 152 901. WORK IN EASEMENTS OR PARKWAYS 152 902. GENERAL PLANTING SPECIFICATIONS 152 902-1. IRRIGATION 152 902-2. LANDSCAPE 158 903. SODDING 168 904. SEEDING 169 905. LAWN MAINTENANCE SPECIFICATIONS 169 905-1. SCOPE 169 905-2. SCHEDULING OF WORK 169 905-3. WORK METHODS 170 906. LEVEL OF SERVICE 171 907. COMPLETION OF WORK 172 908. INSPECTION AND APPROVAL 172 909. SPECIAL CONDITIONS 172 910. TREE PROTECTION 172 910-1. TREE BARRICADES 172 910-2. ROOT PRUNING 173 910-3. PROPER TREE PRUNING 174 911. IRRIGATION SYSTEM DESIGN 174 912. IRRIGATION SYSTEM INSTALLATION 175 SECTION IV vi 10/28/2024 SECTION IV —Technical Specifications 100 SERIES: GENERAL 101. SCOPE OF WORK Project Name: Northeast WRF - Sand Filter Rehabilitation Project Number: 23 -0045 -UT Scope of Work: Rehabilitate twelve (12) existing sand filters, associated equipment, and replace hydraulic gate and actuator at the Northeast WRF. Sequence Constraints A. The facility is an active wastewater treatment plant and the work must be performed in such a manner and phased to minimize the operational impact on the plant and the plant staff. The work shall be scheduled and performed such that a minimum of ten (10) filters cells (existing and rehabilitated) remain in service, including the ability to backwash the operational cells, throughout the duration of construction and the Contract Period listed at the end of this section. B. For a short period of time, as approved by and coordinated with the Owner, the Contractor will be permitted to take the existing filter influent channel out of service in order to facilitate repair or replacement existing filter influent valves or replacement of pneumatic actuators as required. A temporary coffer dam may be provided on the backside of the inlet pipe for isolation or alternative means of isolation may be provided as approved by the engineer. C. Contractor shall submit a sequencing plan for review and approval prior to commencement of construction. Contractor shall coordinate any changes to the treatment process such as shutdowns with the Owner at least forty-eight (48) hours in advance. The plant Lead Operator or a representative of the Lead Operator shall be present for operation of all process valves. The Contractor shall not operate any process valves or equipment. D. Contractor shall schedule Initial Filter Inspections with the Owner and Engineer at least forty-eight (48) hours in advance. E. Contractor shall schedule Concrete Repair Inspections with the Owner and Engineer at least forty- eight (48) hours in advance. F. Final inspections shall be scheduled at least five (5) days in advance with the Owner and shall take place prior to filter start-up and acceptance by the Owner. G. Separate projects may be under construction at the Northeast WRF concurrent to the Filter Rehabilitation project. Contractor to coordinate equipment and material staging, changes to plant operation, and shutdowns with the Owner. Filter Cleaning and Initial Filter Inspections A. Contractor shall completely remove all filter media and debris from the interior of the filter cells and expose all six (6) underdrain assemblies in each filter. Contractor shall be responsible for hauling and disposal of filter media and debris removed from each filter cell. Replace with approved media following repair of underdrain systems. B. Filter walls and equipment shall be completely cleaned in accordance with the Contract Documents and made suitable for a visual evaluation but left in place for evaluation by the filter equipment manufacturer (Evoqua) on a per cell basis. SECTION IV Page 1 of 175 05/12/2025 SECTION IV — Technical Specifications C. Contractor shall furnish the services of Evoqua's field service technician, who has complete knowledge of proper operation and maintenance of the equipment to inspect the existing equipment and provide recommendations for repair and/or replacement of equipment as required for satisfactory operation. D. Prior to initial inspections, Evoqua and the Engineer must provide approval in writing that the filter cells have been cleaned in accordance with the Contract Documents. Contractor shall take all necessary actions, as recommended by Evoqua and the Engineer, to clean the filter cells in accordance with the Contract Documents until approval is provided. E. Contractor shall assume six (6) separate site visits will be required for Initial Filter Inspections of all twelve (12) filter cells. Additional site visits required due to incomplete work shall be the responsibility of the Contractor at no additional cost to the Owner. Concrete Repairs A. During the Initial Filter Inspections, the Engineer will recommend the concrete repairs to be made by the Contractor. The Contractor shall repair all concrete defects identified by the Engineer. B. Following repair of concrete in the filter cells, the Contractor shall schedule a Concrete Repair Inspection with the Engineer to confirm the repairs have been made in accordance with the Contract Documents. C. Approval shall be provided by the engineer prior to proceeding with repair, replacement, or reinstallation of any filter components. The Contractor shall take all necessary actions, as recommended by the Engineer, to repair the concrete in accordance with the Contract Specifications until approval is provided. Filter Rehabilitation A. Contractor shall repair or replace the following existing equipment and components for each filter cell as recommended by the filter equipment manufacturer (Evoqua) during the Initial Filter Inspections. • Hold down Beams, hold down angles, and hold down assemblies • Clip angles • Stainless steel wire mesh, closed cell neoprene gaskets, core sealing strips, and hold down fasteners • Low pressure galvanized steel pipe manifolds and related supports and appurtenances • Diffusers • Backwash trough support system including support stands, support angles, flanges, and fasteners • Bolts, nuts, washers, gaskets and other consumables • Level sensors and switches B. The following equipment and components are not expected to be repaired or replaced and shall remain in place. • Gullet covers, underdrain frames, and underdrain cores • Underdrain vent piping • Fiberglass grating SECTION IV Page 2 of 175 05/12/2025 SECTION IV — Technical Specifications • Backwash trough assembly including trough, weirs, and splash plates C. If a new stainless-steel wire mesh screen is recommended, the existing 3/16"x3" medium compression closed cell neoprene gasket and existing 1/8"xl" core sealing strip (gasket) shall be replaced. D. Existing diffusers in each cell are to be removed and replaced with new PVC diffusers as recommended by the filter equipment manufacturer (Evoqua). E. For all connections to concrete, including but not limited to support stands, support angles, end flanges, and diffuser brackets, concrete shall be repaired prior to installation of new brackets, bolts, and associated appurtenances. F. New media shall match existing media and shall be installed in all filter cells in accordance with the Contract Documents. Filter Media shall be quartz sand with an effective size of 0.45 mm and a uniformity coefficient 1.70, 180 Tons shipped in 3,000# supersacks per filter inspection report provided by Evoqua. Provide shop drawing submittal of proposed media for review and approval by Owner and Engineer prior to installation. G. All filter backwash trough assemblies including troughs, weirs, support stands, support angles, and end flanges shall be level, plum and set at the elevation shown in the Contract Drawings such that flow over the weirs is uniform along the entire tough assemblies. All bolts, nuts, washers and gaskets disturbed during construction shall be replaced. All new bolts, nuts, and washers shall be Type 316 stainless steel. New gasket material shall be replaced as recommended by Evoqua. Weir levelness, plumbness, and elevation shall be inspected and approved by Evoqua during the Final Filter Inspection. H. All existing level sensors shall be replaced with float type level sensors. Sensors shall be installed as shown and described in the Contract Drawings. Length of float switch cable shall be sufficient to extend from the existing junction box to the setpoint elevation with at least an additional 5 -feet of spare cable. I. Contractor shall be responsible for the cost of replacing any equipment and components damaged as a result of the Contractor's negligence while working in the filter cells. Final Filter Inspections A. The Contractor shall furnish the services of Evoqua's field service technician, who has complete knowledge of proper operation and maintenance of the equipment, as required to inspect the installed equipment. B. Following filter rehabilitation prior to placing filters into service, Evoqua shall provide visual inspections of the filter cells and determine if the cells have been rehabilitated in accordance with the Contract Documents. Contractor shall take all necessary actions, as recommended by Evoqua, to completely rehabilitate the filter cells in accordance with the Contract Documents until approval is provided by Evoqua. C. Contractor shall assume up to six (6) separate site visits will be required for Final Filter Inspections of all twelve (12) filter cells. Additional site visits required due to incomplete work shall be the responsibility of the Contractor at no additional cost to the Owner. Valves A. Contractor shall be responsible for retaining a representative of the valve and actuator manufacturers for inspections of all new valves, actuator, and appurtenances. The manufacturers shall inspect the installed equipment and certify that the components are properly installed and ready to be placed into service. SECTION IV Page 3 of 175 05/12/2025 SECTION IV — Technical Specifications B. A valve schedule is provided in the drawings which identifies valves and actuators that require replacement or enhancement. C. Where valve pneumatic actuators are replaced, Contractor shall also replace stem risers and actuator pedestals. Replaced stem risers and actuator pedestals shall be of like kind as the existing stem risers and pedestals and sized appropriately for the valve service. D. Contractor shall submit a written plan describing their proposed procedures for repairing or replacing the valves while maintaining the required number of filters in service. High Pressure Air System (Actuator Tubing) A. Contractor shall replace all high-pressure air system actuator tubing associated with pneumatically actuated valves. All high-pressure air tubing shall be rated for 150 psi and 150°F. Startup and Testing A. Prior to placing any filter back in service, the Contractor shall test the newly installed level switches in accordance with the Contract Documents. B. Prior to placing any filter back in service, the Contractor shall test any valves which have been repaired or replaced, including valves where high pressure airlines were replaced. Gate Replacement A. Contractor shall remove and replace the 30" x 42" Sluice Gate located at the opening of the Equalization Pump Station Wetwell. B. Contractor shall submit a sequencing plan for review and approval prior to commencement of construction for the removal and replacement of the sluice gate. Contractor shall coordinate any changes to the treatment process such as shutdowns with the Owner at least forty-eight (48) hours in advance. Supporting Documents Record drawings and portions of the O&M Manual from the original filter construction project are available from the Owner upon request. The Contractor shall not rely on the accuracy of this information and shall verify existing conditions. Contractor Licensure The Contractor shall provide copies of a current Contractor License/Registration with the state of Florida and Pinellas County in the bid response. Project Sign The Contractor shall provide one (1) fixed project sign as described in Section III, Section 23 of the General Conditions. 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 city due to the Contractor's schedule of work. Contract Period: Four Hundred Twenty (420) Consecutive Calendar Days 102. ENGINEERING 102-1. LINE AND GRADE PERFORMED BY THE CONTRACTOR Unless otherwise specified, the Contractor shall provide and pay for field engineering service required for the project. Such work shall include survey work to establish lines and levels and to locate and lay out site SECTION IV Page 4 of 175 05/12/2025 SECTION IV — Technical Specifications 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. 102-1.1. GRADES, LINES AND LEVELS Existing basic horizontal and vertical control points for the project are those designated on the Drawings or provided by the city. Control points (for alignment only) shall be established by the Engineer. The Contractor shall locate and protect control points prior to starting site work and shall preserve all permanent reference points during construction. In working near any permanent property corners or reference markers, the Contractor shall use care not to remove or disturb any such markers. In the event that markers must be removed or are disturbed due to the proximity of construction work, the Contractor shall have them referenced and reset by a Professional Land Surveyor licensed in the State of Florida. 102-1.2. LAYOUT DATA The Contractor shall layout the work at the location and to the lines and grades shown on the Drawings. Survey notes indicating the information and measurements used in establishing locations and grades shall be kept in notebooks and furnished to the Engineer with the record drawings for the project. 102-2. LINE AND GRADE PERFORMED BY THE CITY If line and grade is supplied by the city, at the completion of all work the Contractor shall be responsible to have furnished to the project inspector a replacement of the wooden lath and stakes used in the construction of this project. Excessive stake replacement caused by negligence of Contractor's forces, after initial line and grade have been set, as determined by the City Engineer, will be charged to the Contractor at the rate of $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. 103. DEFINITION OF TERMS For the Purpose of these Technical Specifications, the Definition of Terms from Section III, Article 1 — Definitions of these Contract Documents shall apply. For the purpose of the Estimated Quantities, the Contractor's attention is called to the fact that the estimate of quantities as shown on the Proposal is approximate and is given only as a basis of calculation upon which the award of the contract is to be made. The city does not assume any responsibility that the final quantities will remain in strict accordance with estimated quantities nor shall the Contractor plead misunderstandings or deception because of such estimate of quantities or of the character or location of the work or of other conditions or situations pertaining thereto. 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. SECTION IV Page 5 of 175 05/12/2025 SECTION IV — Technical Specifications 103-1. REFERENCE STANDARDS Reference to the standards of any technical society, organization, or associate, or to codes of local or state authorities, shall mean the latest standard, code, specification, or tentative standard adopted and published at the date of receipt of bids, unless specifically stated otherwise. The most stringent specification prevails in the case where more than one specification is referenced for the same task. Contractor shall utilize applicable Florida Department of Transportation (FDOT) Standards and Specifications for tasks that are not covered by city's Standards and Specifications. 104. STREET CROSSINGS, ETC. At such crossings, and other points as may be directed by the Engineer, trenches shall be bridged in an open and secure manner, so as to prevent any serious interruption of travel upon the roadway or sidewalk, and also to afford necessary access to public or private premises. The material used, and the mode of constructing said bridges, and the approaches, thereto, must be satisfactory to the Engineer. The cost of all such work must be included in the cost of the trench excavation. 105. AUDIO/VIDEO RECORDING OF WORK AREAS 105-1. 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. 105-2. SCHEDULING OF AUDIO/VIDEO RECORDING The video recordings shall not be made more than twenty-one (21) days prior to construction in any area. 105-3. PROFESSIONAL VIDEOGRAPHERS The Contractor shall engage the services of a professional videographer. The color audio/video recording shall be prepared by a responsible commercial firm known to be skilled and regularly engaged in the business of pre -construction color audio/video recording documentation. Use of drones must be in accordance with Federal Aviation Administration (FAA) regulations. 105-4. EQUIPMENT All equipment, accessories, materials, and labor to perform this service shall be furnished by the Contractor. The total audio/video system shall reproduce bright, sharp, clear pictures with accurate colors and shall be free from distortion, tearing, rolls or any other form of imperfection. The audio portion of the recording shall reproduce the commentary of the camera operator with proper volume, clarity and be free from distortion and interruptions. In some instances, audio/video coverage may be required in areas not accessible by conventional wheeled vehicles. Such coverage shall be obtained by walking. SECTION IV Page 6 of 175 05/12/2025 SECTION IV — Technical Specifications 105-5. RECORDED AUDIO INFORMATION Each recording shall begin with the current date, project name and be followed by the general location, i.e., viewing side and direction of progress. Accompanying the video recording of each video shall be a corresponding and simultaneously recorded audio recording. This audio recording, exclusively containing the commentary of the camera operator or aide, shall assist in viewer orientation and in any needed identification, differentiation, clarification, or objective description of the features being shown in the video portion of the recording. The audio recording shall also be free from any conversations. 105-6. RECORDED VIDEO INFORMATION All video recordings must continuously display transparent digital information to include the date and time of recording. The date information shall contain the month, day, and year. The time information shall contain the hour, minutes, and seconds. Additional information shall be displayed periodically. Such information shall include, but not be limited to, project name, contract number, direction of travel and the viewing side. This transparent information shall appear on the extreme upper left hand third of the screen. Camera pan, tilt, zoom -in and zoom out rates shall be sufficiently controlled such that recorded objects will be clearly viewed during video playback. In addition, all other camera and recording system controls, such as lens focus and aperture, video level, pedestal, chrome, white balance, and electrical focus shall be properly controlled or adjusted to maximize picture quality. 105-7. VIEWER ORIENTATION The audio and video portions of the recording shall maintain viewer orientation. To this end, overall establishing views of all visible house and business addresses shall be utilized. In areas where the proposed construction location will not be readily apparent to the video viewer, highly visible yellow flags shall be placed by the Contractor in such a fashion as to clearly indicate the proposed centerline of construction. When conventional wheeled vehicles are used as conveyances for the recording system, the vertical distance between the camera lens and the ground shall not exceed ten feet (10'). The camera shall be firmly mounted such that transport of the camera during the recording process will not cause an unsteady picture. 105-8. LIGHTING All recording shall be done during time of good visibility. No videoing shall be done during precipitation, mist, or fog. The recording shall only be done when sufficient light is present to properly illuminate the subjects of recording and to produce bright, sharp video recordings of those subjects. 105-9. SPEED OF TRAVEL The average rate of travel during a particular segment of coverage shall be directly proportional to the number, size, and value of the surface features within the construction area's zone of influence. The rate of speed in the general direction of travel used during videoing shall not exceed forty-four (44) feet per minute. 105-10. VIDEO LOG/INDEX All videos shall be permanently labeled and shall be properly identified by video number and project title. Each video shall have a log of that video's contents. The log shall describe the various segments of coverage contained on the video in terms of the names of the streets or location of easements, coverage beginning and end, directions of coverage, video unit counter numbers, engineering survey or coordinate values (if reasonably available) and the date. SECTION IV Page 7 of 175 05/12/2025 SECTION IV —Technical Specifications 105-11. AREA OF COVERAGE Video coverage shall include all surface features located within the zone of influence of construction supported by appropriate audio coverage. Such coverage shall include, but not be limited to, existing driveways, sidewalks, curbs, pavements, drainage system features, mailboxes, landscaping, culverts, fences, signs, Contractor staging areas, adjacent structures, etc., within the area covered by the project. Of particular concern shall be the existence of any faults, fractures, or defects. Taped coverage shall be limited to one side of the Site, street, easement or right of way at any one time. 105-12. COSTS OF VIDEO SERVICES The cost to complete the requirements under this section shall be included in the contract items provided in the proposal sheet. There is no separate pay item for this work. 106. STREET SIGNS The removal, covering or relocation of street signs by the Contractor is prohibited. All street signs shall be removed, covered, or relocated by the city's Traffic Engineering Division in accordance with Sections 700, 994, 995, and 996 of FDOT's Standard Specifications. The Contractor shall notify the city's Traffic Engineering Division a minimum of twenty-four (24) hours in advance of the proposed sign relocation, covering or removal. 107. WORK ZONE TRAFFIC CONTROL 107-1. CONTRACTOR RESPONSIBLE FOR WORK ZONE TRAFFIC CONTROL The Contractor shall be responsible to furnish, operate, maintain and remove all work zone traffic control associated with the Project, including detours, advance warnings, channelization, hazard warnings and any other necessary features, both at the immediate work site and as may be necessary at outlying points. 107-2. WORK ZONE TRAFFIC CONTROL PLAN The Contractor shall prepare a detailed traffic control plan designed to accomplish the level of performance outlined in the Scope of the Work and/or as may be required by construction permits issued by Pinellas County and/or the 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. 107-2.1. WORK ZONE SAFETY The general objectives of a program of work zone safety are to protect workers, pedestrians, bicyclists and motorists during construction and maintenance operations. This general objective may be achieved by meeting the following specific objectives: SECTION IV Page 8 of 175 05/12/2025 SECTION IV —Technical Specifications • 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 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. 107-3. ROADWAY CLOSURE GUIDELINES Roadway types: Major Arterials, Minor Arterials, Local Collectors, and Local Following are typical requirements to be accomplished prior to closure. The number of requirements increases with traffic volume and the importance of access. Road closures affecting business or sole access routes will increase in process requirements as appropriate. For all but local streets, no road or lane closures are allowed without prior approval by the City Engineer or designated Representative (Engineering Traffic Operations Manager). 107-3.1. ALL ROADWAYS Obtain permits for Pinellas County or Florida Department of Transportation roadways. Traffic control devises conform to national and state standards. 107-3.1.1. PUBLIC NOTIFICATION Standard property owner notification prior to start of construction for properties directly affected by the construction process. 107-3.2. 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. SECTION IV Page 9 of 175 05/12/2025 SECTION IV — Technical Specifications 107-3.2.1. PUBLIC NOTIFICATION Message Board Display, Minimum of seven (7) day notice period prior to road closure and potentially longer for larger highway. The message board is to be provided by the Contractor. 107-3.3. MAJOR ARTERIALS, MINOR ARTERIALS 107-3.3.1. PUBLIC NOTIFICATION Releases can be issued as PowerPoint Presentation for C -View System utilizing television monitors. 107-3.4. MAJOR ARTERIALS 107-3.4.1. 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. 107-4. APPROVAL OF WORK ZONE TRAFFIC CONTROL PLAN The Contractor is invited and encouraged to confer in advance of bidding, and is required, as a specification of the work, to confer in advance of beginning any work on the Project, with the Traffic Operations Division, Municipal Services Building, 100 South Myrtle Avenue, telephone (727) 562-4747, for the purpose of approval of the Contractor's proposed detailed traffic control plan. All maintenance of traffic (MOT) plans shall be signed and sealed by a Professional Engineer or an individual who is certified in the preparation of MOT plans in the State of Florida. Contractor is required to submit the MOT preparer's accreditation along with the plan submittal. 107-5. 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. 107-6. PAYMENT FOR WORK ZONE TRAFFIC CONTROL Payment for work zone traffic control is a non-specific pay item to be included in the construction costs associated with other specific pay items unless specifically stated otherwise. 107-7. CERTIFICATION OF WORK ZONE TRAFFIC CONTROL SUPERVISOR The city may require that the Supervisor or Foreman controlling the work for the Contractor on the Project have a current International Municipal Signal Association, Work Zone Traffic Control Safety Certification or Worksite Traffic Supervisor Certification from the American Traffic Safety Association with additional current Certification from the Florida Department of Transportation. This requirement for Certification will be noted in the Scope of Work and/or sections of these Technical Specifications. When the certified supervisor is required for the Project, the supervisor will be on the Project site at all times while work is being conducted. SECTION IV Page 10 of 175 05/12/2025 SECTION IV — Technical Specifications 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. 108. OVERHEAD ELECTRIC LINE CLEARANCE 108-1. CLEARANCE OPTIONS When working in the vicinity of overhead power lines, the Contractor shall utilize one of the following options: Option 1: Having the power lines de -energized and visibly grounded. Option 2: Maintaining a minimum distance of twenty feet (20') of clearance for voltages up to 350 kV and fifty feet (50') of clearance for voltages more than 350 kV. Option 3: Determine the line voltage and provide clearance in accordance with the following table. 108-2. REQUIRED MINIMUM CLEARANCE DISTANCES 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 SECTION IV Page 11 of 175 05/12/2025 SECTION IV — Technical Specifications 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 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. SECTION IV Page 12 of 175 05/12/2025 SECTION IV — Technical Specifications 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, 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 SECTION IV Page 13 of 175 05/12/2025 SECTION IV — Technical Specifications 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 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. SECTION IV Page 14 of 175 05/12/2025 SECTION IV —Technical Specifications Structural Fill: Structural fill shall be well graded sand to ,;ravel -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 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 SECTION IV Page 15 of 175 05/12/2025 SECTION IV —Technical Specifications 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 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. 1. 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 Grubbin¢ 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. SECTION IV Page 16 of 175 05/12/2025 SECTION IV —Technical Specifications 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: 1. 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. 2. 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. 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 SECTION IV Page 17 of 175 05/12/2025 SECTION IV — Technical Specifications 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- 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. SECTION IV Page 18 of 175 05/12/2025 SECTION IV — Technical Specifications 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. 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 SECTION IV Page 19 of 175 05/12/2025 SECTION IV — Technical Specifications 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 B. Stipulated 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. 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 SECTION IV Page 20 of 175 05/12/2025 SECTION IV — Technical Specifications 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. All stabilization work shall be performed by and at the expense of the Contractor. 201-1.9. 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. SECTION IV Page 21 of 175 05/12/2025 SECTION IV — Technical Specifications 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. 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. SECTION IV Page 22 of 175 05/12/2025 SECTION IV —Technical Specifications 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 oft 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 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. SECTION IV Page 23 of 175 05/12/2025 SECTION IV — Technical Specifications TABLE 201-A STANDARD SIZES OF COARSE AGGREGATE AMOUNTS FINER THEN EACH LABORATORY SIEVE (QUARE OPENINGS), MASS PERCENT TABLE 201-B COMPACTION AND BACKFILL SCHEDULE FOR STRUCTURES Area U. S. Sieve Size, Percent Passing By Weight Aggregate Size No. Nominal Size Square Openings 1 -1/2 -in 1 -in. 3/4 -in. 1/2 -in. 3/8 -in. No. 4 No. 8 No. 16 No. 50 57 1 -in. to No. 4 100% 95%- 100% -- 25%- 60% __ 0-10% 0-5% -- -- 68 3/4 -in. to No. 8 -- 100% 90%- 100% -- 30%- 65% 5%- 25% 0- 10% 0-5% -- 78 1/2 -in. to No. 8 -- -- 100% 90%- 100% 40%- 75% 5%- 25% 0- 10% 0-5% -- 89 3/8 -in. to No. 16 -- -- -- 100% 90%- 100% 20%- 55% 5%- 30% 0-10% 0-5% TABLE 201-B COMPACTION AND BACKFILL SCHEDULE FOR STRUCTURES Area Material Compaction 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 light 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. SECTION IV Page 24 of 175 05/12/2025 SECTION IV — Technical Specifications 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. 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 Dewatering 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. SECTION IV Page 25 of 175 05/12/2025 SECTION IV — Technical Specifications 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 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. SECTION IV Page 26 of 175 05/12/2025 SECTION IV — Technical Specifications 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 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. SECTION IV Page 27 of 175 05/12/2025 SECTION IV — Technical Specifications 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. 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. SECTION IV Page 28 of 175 05/12/2025 SECTION IV —Technical Specifications 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. 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: 1. 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, 2. 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, 3. Generic Permit for the Discharge of Produced Ground Water from Any Non -Contaminated Site Activity (62-621.300(2), F.A.C.); or, 4. Generic Permit for Stormwater Discharge from Large or Small Construction Activities (62- 621.300(4)(a), F.A.C.); or, 5. 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 SECTION IV Page 29 of 175 05/12/2025 SECTION IV — Technical Specifications 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. 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. SECTION IV Page 30 of 175 05/12/2025 SECTION IV — Technical Specifications 204. UNSUITABLE MATERIAL REMOVAL All unsuitable material, such as muck, clay, rock, etc., shall be excavated from under pipes, structures and roadways and removed from the site. All material removed is property of the Contractor, who shall dispose of said material off-site at their expense. The limits and depths of the excavation shall be determined in the field by the Engineer. 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. 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. SECTION IV Page 31 of 175 05/12/2025 SECTION IV — Technical Specifications Clearing and grubbing shall be performed in accordance with Section 110 of FDOT's Standard Specifications. Unless otherwise specified in the contract documents, the Contractor shall take ownership of all removed material and dispose of them off-site in accordance with all Local, State and Federal Requirements. 206-1. BASIS OF MEASUREMENT The basis of measurement shall be either a lump sum quantity or the number of acres cleared and grubbed as specified on the plans or directed by the Engineer. 206-2. BASIS OF PAYMENT The pay item for clearing and grubbing shall include: all removal and disposal of materials and structures as well as all materials, hauling, equipment, tools, labor, leveling of terrain, landscape trimming and all incidentals necessary to complete the work. 207. EROSION AND SEDIMENT CONTROL 207-1. GENERAL Erosion and sediment control shall conform to the requirements of the FDOT Standard Specifications for Prevention, Control, and Abatement of Erosion and Water Pollution. Contractor shall use temporary erosion and sediment control features found in the State of Florida Erosion and Sediment Control Designer and Reviewer Manual (E&SC Manual) or the city of Clearwater Standard Indices. 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. SECTION IV Page 32 of 175 05/12/2025 SECTION IV — Technical Specifications 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 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". SECTION IV Page 33 of 175 05/12/2025 SECTION IV — Technical Specifications 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. 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. SECTION IV Page 34 of 175 05/12/2025 SECTION IV — Technical Specifications 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: 1. 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. 2. 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 SECTION IV Page 35 of 175 05/12/2025 SECTION IV — Technical Specifications 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. 3. The Maintenance of Flow Plan shall include a sequence of construction with projected time, in days, for each step in the sequence. 4. 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. 5. 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. 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 SECTION IV Page 36 of 175 05/12/2025 SECTION IV — Technical Specifications 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 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 Call"/ "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 SECTION IV Page 37 of 175 05/12/2025 SECTION IV — Technical Specifications 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 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 SECTION IV Page 38 of 175 05/12/2025 SECTION IV — Technical Specifications 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. SECTION IV Page 39 of 175 05/12/2025 SECTION IV — Technical Specifications 300 SERIES: MATERIALS 301. 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. 302. EXCAVATION AND FORMS FOR CONCRETE WORK 302-1. EXCAVATION Excavating for concrete work shall be made to the required depth of the subgrade or base upon which the concrete is to be placed. The base or subgrade shall be thoroughly compacted to a point six inches (6") outside said concrete work before the forms are placed. 302-2. FORMS Forms for concrete work shall be either wood or metal, except curbs. Curb forms shall be metal only, unless at radius, intermittent sections less than ten (10) linear feet or with written permission from the Engineer. 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. 303. 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 SECTION IV Page 40 of 175 05/12/2025 SECTION IV — Technical Specifications 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. 303-1. BASIS OF PAYMENT Reinforcement shall not be paid for separately. The cost of such work shall be included in the contract unit price for the item of work specified. 304. BACKFILL 304-1. MATERIALS AND GENERAL Material for backfill other than under Gabion 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. 304-2. 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. SECTION IV Page 41 of 175 05/12/2025 SECTION IV — Technical Specifications 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. 305. RIPRAP The work included in this specification includes the construction of riprap as shown on the plans. The riprap shall be constructed per Section 530 of FDOT's Standard Specifications (latest edition). 305-1. 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. 305-2. BASIS OF PAYMENT The pay item for sand -cement riprap shall include: all materials, testing, labor, grout, hauling, equipment, excavation, backfill, dressing and shaping for placement of sand -cement and all incidentals necessary to complete the work. SECTION IV Page 42 of 175 05/12/2025 SECTION IV — Technical Specifications 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. 306. 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 (1b/yd3) 75-100 75-150 Min 150 Supplementary Cementitious Materials (lb/yd3) None 150-600 Fine Aggregate * * * Water ** ** ** Air 5-35% 5-15% *** Unit Weight (lb/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. 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. SECTION IV Page 43 of 175 05/12/2025 SECTION IV — Technical Specifications 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. 307. 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 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. SECTION IV Page 44 of 175 05/12/2025 SECTION IV — Technical Specifications 400 SERIES: SANITARY SEWER 401. SANITARY MANHOLES 401-1. BUILT UP TYPE Manholes shall be constructed of brick with cast iron frames and covers as shown on the drawings. Invert channels shall be constructed smooth and semicircular in shape conforming to 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: 1. 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. 2. 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 shall provide a means to seal odors within the bypass manholes to minimize odors during the temporary diversion. 3. The Maintenance of Flow Plan shall include a sequence of construction with projected time, in days, for each step in the sequence. SECTION IV Page 45 of 175 05/12/2025 SECTION IV — Technical Specifications 4. 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. 5. 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. 401-2. PRECAST TYPE Precast Sanitary Manholes shall conform to this specification unless otherwise approved by the City Engineer. AASHTO M 85 Type II cement, 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: 1. 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. 401-2.1. MANHOLE ADJUSTMENT RINGS (GRADE RINGS) 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 SECTION IV Page 46 of 175 05/12/2025 SECTION IV — Technical Specifications 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). 401-2.2. STAINLESS STEEL MANHOLE STORM WATER INFLOW ABATEMENT INSERTS (DISH/PAN) 401-2.2.1. 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 1/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. 401-2.2.2. 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' pans/dishes. SECTION IV Page 47 of 175 05/12/2025 SECTION IV — Technical Specifications 401-3. 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. 401-4. FRAMES AND COVERS Manhole frames and covers shall be set in a full bed of mortar with the top of the cover flush with or higher than finished grade as directed. Refer to Clearwater Standard Detail Index 301. 401-5. 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. 401-6. CONNECTIONS TO MANHOLES Connections to existing sanitary manholes using approved PVC sewer main shall be made with a manhole adapter coupling by NPC Kor-N-Seal® with stainless steel bands or approved equal water stop coupling. 401-7. 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. 402. RAISING OR LOWERING OF SANITARY SEWER STRUCTURES Sanitary Sewer Structures shall be raised or lowered as indicated on the plans or as indicated by the Engineer. 402-1. BASIS OF PAYMENT Payment, unless covered by a bid item, shall be included in the cost of the work. 403. SANITARY SEWERS AND FORCE MAINS 403-1. MATERIALS 403-1.1. GRAVITY SEWER PIPE GRAVITY SEWER PIPE SHALL BE POLYVINYL CHLORIDE OR DUCTILE IRON. 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'). SECTION IV Page 48 of 175 05/12/2025 SECTION IV — Technical Specifications 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. 403-1.2. 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. 403-2. INSTALLATION 403-2.1. GRAVITY SEWER PIPE Installation of Thermoplastic gravity sewer pipe shall be in conformance with recommended practices contained in ASTM 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. 403-2.2. FORCE MAIN PIPE Installation of force main pipe shall be in conformance with Section 503 of these Technical Specifications for water main pipe. 403-3. 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 SECTION IV Page 49 of 175 05/12/2025 SECTION IV — Technical Specifications 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. 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.) 5. 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. 6. 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. 7. 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. 8. Television Inspection Media must clearly show details of structural defects, misalignments and infiltration. SECTION IV Page 50 of 175 05/12/2025 SECTION IV — Technical Specifications 403-4. TESTING 403-4.1. 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. 403-4.2. 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. 403-5. BASIS OF PAYMENT 403-5.1. 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. 403-5.2. 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. SECTION IV Page 51 of 175 05/12/2025 SECTION IV — Technical Specifications 404. CURED -IN-PLACE PIPE SANITARY SEWER REHABILITATION 404-1. 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 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. SECTION IV Page 52 of 175 05/12/2025 SECTION IV — Technical Specifications 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. 404-2. 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 (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. 404-3. SUBMITTALS The Contractor shall submit the following information: 1. Manufacturer's certification that the materials to be used meet the referenced standards and these specifications. 2. License or certificate verifying Manufacture's/Licensor's approval of the installer. 3. Proposed equipment and procedures for accomplishing the work. 4. Lining Manufacturer's product data and instructions for resin and catalyst system. 5. 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. 6. 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. 7. 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. 8. A detailed installation schedules. 9. All SDS sheets for all materials to be furnished for the project. 10. 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. SECTION IV Page 53 of 175 05/12/2025 SECTION IV — Technical Specifications 404-4. CURED -IN-PLACE PIPE (CIPP) FOR GRAVITY SEWER MAINS 404-4.1. 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 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. 404-4.2. 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: 1. React quickly to form a permanent watertight seal 2. Resultant seal shall be flexible and immune to the effects of wet/dry cycles 3. Non -biodegradable and immune to the effects of acids, alkalis, and organics in sewage 4. Component packaging and mixing compatible with field conditions and worker safety SECTION IV Page 54 of 175 05/12/2025 SECTION IV — Technical Specifications 5. 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. 404-4.3. MANHOLE CONNECTIONS 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. 404-4.4. INSTALLATION AND EXECUTION 404-4.4.1. 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 light 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. 404-4.4.2. 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. 404-4.4.2.1. 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. SECTION IV Page 55 of 175 05/12/2025 SECTION IV — Technical Specifications 404-4.4.2.2. 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. 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. 404-4.4.2.3. 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. 404-4.4.3. 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. 404-4.4.4. 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 SECTION IV Page 56 of 175 05/12/2025 SECTION IV — Technical Specifications appropriate information regarding the construction project. Contractor shall notify the Senior Public Information Coordinator from the city Public Communications Department prior to distribution. 404-4.4.5. 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. 404-4.4.6. TESTING AND ACCEPTANCE 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. 404-4.4.7. 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. 404-5. CURED -IN-PLACE PIPE (CIPP) FOR SERVICE LATERALS 404-5.1. 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. SECTION IV Page 57 of 175 05/12/2025 SECTION IV — Technical Specifications The epoxy shall be suitable for the design conditions as well as the curing process. The cured liner shall rovide a service life of 50 years and shall have the minimum structural nronerties 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 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(latest 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. 404-5.2. 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. SECTION IV Page 58 of 175 05/12/2025 SECTION IV — Technical Specifications 404-5.3. 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). 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. 404-5.3.1. 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 lined, 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. 404-5.3.2. 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 lined 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. SECTION IV Page 59 of 175 05/12/2025 SECTION IV — Technical Specifications 404-5.3.3. 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. 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 SECTION IV Page 60 of 175 05/12/2025 SECTION IV — Technical Specifications 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. 404-5.3.4. TESTING AND ACCEPTANCE 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. 405. SANITARY MANHOLE LINER RESTORATION 405-1. 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: 1. REMOVE STEPS 2. STOP ACTIVE INFILTRATION. 3. PATCH VOIDS AND ALL FRAME CONNECTIONS WITH NON -SHRINK GROUT. 4. REMOVE LOOSE COATING MATERIALS. 5. RESURFACE CORBEL/WALLS WITH CEMENTITIOUS MORTAR. 6. REBUILD/REPAIR BENCH & CHANNEL/TROUGH/SEAL PIPE CONNECTIONS. 7. COAT CORBEL/CONE, WALLS, BENCH AND TROUGH WITH AN APPROVED CEMENTITIOUS, EPDXY, OR POLYURATHANE, COATING/LINING SYSTEM. 8. ADJUST FRAME AND COVER HEIGHT. 9. RESET FRAME AND COVER. SECTION IV Page 61 of 175 05/12/2025 SECTION IV — Technical Specifications 10. REMOVE ROOTS. 11. PROVIDE INFLOW INSERT/DISH/PAN. 12. REMOVE DEBRIS. 13. PERFORM STRUCTURAL REPAIR. 14. REPLACE FRAME AND COVER. 15. 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. 405-2. MEASUREMENT & PAYMENT 405-2.1. 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. 405-2.2. 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. 405-2.3. 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. SECTION IV Page 62 of 175 05/12/2025 SECTION IV —Technical Specifications 405-2.4. 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 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. 405-2.5. 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. 405-3. 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: 1. The elimination of active infiltration prior to making the application. 2. The removal of any loose and unsound material. 3. The spray application of a pre -blended cementitious mix to form a monolithic liner in a two (2) coat application. 405-3.1. SUBMITTALS Submittals shall be made in accordance with the following: 1. 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. 2. Safety Data Sheets (SDS) for each product used. 3. Project specific guidelines and recommendations. 4. Applicator Qualifications: a. Manufacturer certification that the Applicator has been trained in the handling, mixing and application of the products to be used. SECTION IV Page 63 of 175 05/12/2025 SECTION IV —Technical Specifications 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 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. 405-3.2. MATERIALS 405-3.2.1. 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 +/- 5 pcf 405-3.2.2. 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 (ASTM C109) 600 psi, 1 hr.; 1000 psi 24 hrs. 2. Bond (ASTM C1072) 30 psi, 1 hr.; 80 psi, 24 hrs. 405-3.2.3. 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. 405-3.2.4. 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 refected. 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. 5. Bond (ASTM C1072) 130 psi 6. Density, when applied 105 + pcf 7. Chemical Resistance (ASTM D543/G20) immersion service for: a. Municipal sanitary sewer environment b. Sulfuric Acid, 30% c. Sodium Hydroxide, 10% d. Sodium Hypochlorite, 3% SECTION IV Page 64 of 175 05/12/2025 SECTION IV — Technical Specifications Fiberglass rods which are contained in the product shall be alkaline resistant and shall be one-half inch (1/2") to five-eighths inch (5/8") long with a diameter of 635 to 640 microns. Products shall, in the unmixed state, have a lead content not greater than two percent (2%) by weight. Strong Seal MS 2C shall be made with Calcium Aluminate Cement and shall be used according to the manufacturer's recommendations in applications where there is evidence of severe sulfide conditions. Product must be factory blended requiring only the addition of water at job site. Bag weight shall be 50 to 51 pounds and contents must have a dry bulk density of 50 to 56 pounds per cubic foot. Cement content must be 65% to 75% of total weight of bag. One bag of product when mixed with correct amount of water must have a wet density of 95 to 108 pounds per cubic foot and must yield a minimum of 0.67 cubic foot of volume. 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. 405-3.2.5. WATER Water shall be clean and potable not to exceed 80°F (Fahrenheit). 405-3.2.6. OTHER MATERIALS No other material shall be used with the mixes previously described without prior approval or recommendation from the manufacturer. 405-3.3. 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 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. 405-3.4. INSTALLATION AND EXECUTION 405-3.4.1. PREPARATION 1. 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. 2. 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. 3. 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. 4. 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. SECTION IV Page 65 of 175 05/12/2025 SECTION IV — Technical Specifications 5. 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. 405-3.4.2. 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. 405-3.4.3. 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) hours cure time before being subjected to active flow. The corbel/cone to manhole frame joint shall be sealed according to Section 405-7. 405-3.4.4. 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. 405-3.4.5. 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. 405-3.5. 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. SECTION IV Page 66 of 175 05/12/2025 SECTION IV — Technical Specifications 405-4. 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: 1. The elimination of active infiltration prior to making the application. 2. The removal of any loose and unsound material. 3. Preparing the manhole to provide a clean, dry, sound and monolithically smooth surface 4. The spray application of a Solvent -free epoxy coating to be applied to specified thickness 405-4.1. SUBMITTALS Submittals shall be made in accordance with the following: 1. 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. 2. Safety Data Sheets (SDS) for each product used. 3. Project specific guidelines and recommendations. 4. 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. 405-4.2. MATERIALS 405-4.2.1. 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 SECTION IV Page 67 of 175 05/12/2025 SECTION IV — Technical Specifications 5. Density, when applied 105 +/- 5 pcf 405-4.2.2. 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 (ASTM C109) 600 psi, 1 hr.; 1000 psi 24 hrs. 2. Bond (ASTM C1072) 30 psi, 1 hr.; 80 psi, 24 hrs. 405-4.2.3. 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. 405-4.2.4. 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: 1. Manufacturer: Raven Lining Systems, Broken Arrow, Oklahoma 800-324-2810 or 918-615-0140 fax. 2. Product: Raven 405, or approved equal — 100% solids, solvent -free ultra -high -build epoxy system exhibiting the following characteristics: a. Product Type: amine cured epoxy b. VOC Content (ASTM D2584): 0% c. Compressive Strength, (ASTM D695): 18,000 psi d. Tensile Strength, (ASTM D638): 7,600 psi e. Flexural Modulus, (ASTM D790): 700,000 psi f. Adhesion to Concrete, (ASTM D4541/7234): >200 psi with substrate (concrete) failure g. Chemical Resistance (ASTM D543/G20) immersion service for: • Municipal sanitary sewer environment • Sulfuric Acid, 30% • Sodium Hydroxide, 10% • Sodium Hypochlorite, 3% h. 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. 405-4.2.5. OTHER MATERIALS No other material shall be used with the mixes previously described without prior city approval. SECTION IV Page 68 of 175 05/12/2025 SECTION IV —Technical Specifications 405-4.3. INSTALLATION AND EXECUTION 405-4.3.1. PREPARATION 1. 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. 2. 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. 3. 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. 4. 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. 5. 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). 6. 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. 405-4.3.2. 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. 405-4.4. TESTING & ACCEPTANCE Coating system thickness shall be inspected to ensure compliance with the specifications herein. 1. During application a wet film thickness gauge, meeting ASTM D4414 (latest edition) - Standard Practice for Measurement of Wet Film Thickness of Organic Coatings by Notched Gages, shall be SECTION IV Page 69 of 175 05/12/2025 SECTION IV — Technical Specifications used. Measurements shall be taken, documented, and attested to by Contractor for submission to the city. 2. 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 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. 1. Test voltage shall be a minimum of 100 volts per mil of coating system thickness. 2. Detection of a known or induced holiday in the coating product shall be confirmed to ensure proper operation of the test unit. 3. All areas repaired shall be retested following cure of the repair material(s). 4. 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. 5. 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. 1. 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. 2. 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. 3. 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. 4. 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. 5. 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. 6. 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. 7. All adhesion testing shall be performed by qualified personnel using calibrated equipment as specified by the applicable ASTM standard(s). SECTION IV Page 70 of 175 05/12/2025 SECTION IV — Technical Specifications 8. 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. 9. All adhesion test locations shall be repaired by the Contractor at no cost to the city. 10. 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. 405-5. 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: 1. The elimination of active infiltration prior to making the application. 2. The removal of any loose and unsound material. 3. Preparing the manhole to provide a clean, dry, sound and monolithically smooth surface 4. The spray application of a Solvent -free polyurethane coating to be applied to specified thickness. 405-5.1. SUBMITTALS The following items shall be submitted: 1. 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. 2. Safety Data Sheets (SDS) for each product used. 3. Project specific guidelines and recommendations. 4. 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. SECTION IV Page 71 of 175 05/12/2025 SECTION IV —Technical Specifications 405-5.2. MATERIALS 405-5.2.1. 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 735,000 psi 5. Density, when applied 105 +/- 5 pcf 405-5.2.2. 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 (ASTM C109) 600 psi, 1 hr.; 1000 psi 24 hrs. 2. Bond (ASTM C952) 30 psi, 1 hr.; 80 psi, 24 hrs. 405-5.2.3. 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. 405-5.2.4. 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 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 Study and SSPWC 210.2.3.3 (Greenbook "Pickle Jar" Chemical Resistance test) The initial flexural modulus of elasticity (short term) of the submitted resin material will be utilized with the long-term deformation percentage as determined by ASTM D2990 (see below) in the design equation outlined in ASTM 1216-09, Appendix X 1. 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 SECTION IV Page 72 of 175 05/12/2025 SECTION IV — Technical Specifications 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. 405-5.2.5. OTHER MATERIALS No other material shall be used with the mixes previously described without prior approval or recommendation from the manufacturer. 405-5.3. INSTALLATION AND EXECUTION 405-5.3.1. PREPARATION 1. 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. 2. 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. 3. 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. 4. 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. 5. 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 1/4" w x'/4" d, cut at a minimum 45° angle (60° maximum). 6. 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. 405-5.3.2. 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. SECTION IV Page 73 of 175 05/12/2025 SECTION IV — Technical Specifications 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. 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. 405-5.4. TESTING & ACCEPTANCE Coating system thickness shall be inspected to ensure compliance with the specifications herein. 1. 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. 2. 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. 1. Test voltage shall be a minimum of 100 volts per mil of coating system thickness. 2. Detection of a known or induced holiday in the coating product shall be confirmed to ensure proper operation of the test unit. 3. All areas repaired shall be retested following cure of the repair material(s). 4. 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. 5. 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 SECTION IV Page 74 of 175 05/12/2025 SECTION IV — Technical Specifications 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. 1. 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. 2. 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. 3. 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. 4. 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. 5. 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. 6. 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. 7. All adhesion testing shall be performed by qualified personnel using calibrated equipment as specified by the applicable ASTM standard(s). 8. 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. 9. All adhesion test locations shall be repaired by the Contractor at no cost to the city. 10. 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. 405-6. 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: 1. The removal of any rust or loose and unsound material. SECTION IV Page 75 of 175 05/12/2025 SECTION IV — Technical Specifications 2. Preparing the manhole corbel/cone and frame to provide a clean, dry, sound and monolithically smooth surface 3. The spray application of a Solvent -free polyurea coating to be applied to specified thickness. 405-6.1. SUBMITTALS The following items shall be submitted: 1. Technical data sheet, including ASTM test results indicating the product conforms to and is suitable for its intended use per these specifications. 2. Safety Data Sheet for the product (SDS). 3. Project specific guidelines and recommendations. 4. 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. 405-6.2. MATERIALS 405-6.2.1. PATCHING MIX Strong Seal, or approved equal, shall be used as a patching mix according to the manufacturer's recommendations and shall have the followin>; 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 405-6.2.2. 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 (ASTM C109) 600 psi, 1 hr.; 1000 psi 24 hrs. 2. Bond (ASTM C952) 30 psi, 1 hr.; 80 psi, 24 hrs. 405-6.2.3. 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 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. SECTION IV Page 76 of 175 05/12/2025 SECTION IV — Technical Specifications 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. 405-6.3. INSTALLATION AND EXECUTION 405-6.3.1. PREPARATION 1. 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. 2. 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. 3. If coating is to be on top of SprayWall, or Raven 405, then termination points need to be cut which are ''A" x'/<" 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. 4. 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. 405-6.3.2. 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. 405-6.3.3. TESTING & ACCEPTANCE Coating system thickness shall be inspected to ensure compliance with the specifications herein. 1. 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. 2. 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. 3. 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. SECTION IV Page 77 of 175 05/12/2025 SECTION IV —Technical Specifications 406. SMOKE AND DYE TESTING 406-1. 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. 406-2. REPORTING 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) SECTION IV Page 78 of 175 05/12/2025 SECTION IV —Technical Specifications 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. 1. Field review the area selected area and note on the map all "hundred block" addresses. 2. 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. 3. 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. 4. 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. 5. 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. SECTION IV Page 79 of 175 05/12/2025 SECTION IV — Technical Specifications The fire department/emergency personnel will be provided the exact locations and specific time frames of where and when the tests will be performed. 6. Multi -day scheduling with one-time reporting to the police and fire department/emergency personnel will not be permitted. 7. The city's Project Manager will be notified on a daily basis with the same information. 8. 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. 9. 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. 10. 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. 11. 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 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 staff members 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. 406-3. 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/I sources or defects under the following conditions: 1. 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. 2. 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. SECTION IV Page 80 of 175 05/12/2025 SECTION IV — Technical Specifications 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 lamping (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. 406-3.1. 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 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. 406-3.2. 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: 1. 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). 2. 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. SECTION IV Page 81 of 175 05/12/2025 SECTION IV —Technical Specifications 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. 406-4. MEASUREMENT AND PAYMENT Measurement shall be the number of linear feet smoke tested and each occurrence of dye water tracing and dye water flooding. 406-5. 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. SECTION IV Page 82 of 175 05/12/2025 SECTION IV — Technical Specifications 500 SERIES: POTABLE AND RECLAIMED WATER MAINS, FIRE LINES AND APPURTENANCES 501. SCOPE The Contractor shall furnish all plant, labor, materials, and equipment to perform all operations in connection with the construction of potable water mains, fire lines, reclaimed water mains and appurtenances including clearing, excavation, trenching, backfilling and clean up. All materials identified and specified in this section shall be NSF 61 and ISO 9001 compliant. 502. MATERIALS 502-1. GENERAL Materials, equipment, and supplies furnished and permanently incorporated into the project shall be of the best quality in every respect and shall be constructed and finished to high standards of workmanship. Materials shall be suitable for service intended, shall reflect modern design and engineering, and shall be fabricated in a first-class workmanlike manner. All materials, equipment and supplies shall be new and shall have not been in service at any time previous to installation, except as required in tests or incident to installation. Machined metal surfaces, exposed bearings and glands shall be protected against grit, dirt, chemical corrosion and other damaging effects during shipment and construction. All materials shall be tested in accordance with the applicable Federal, ASTM or AWWA Specification and basis of rejection shall be as specified therein. Certified copies of the tests shall be submitted to the Engineer of Record with each shipment of materials. Engineer of Record shall certify and submit all material test results to the city Project Manager within 10 calendar days of performing test(s). 502-2. PIPE MATERIALS AND FITTINGS 502-2.1. DUCTILE IRON PIPE Ductile iron pipe shall conform to the requirements of ANSI/AWWA C151/ A21.51, latest revision. The minimum thickness class for underground pipe shall be Thickness Class 51 for 4 -inch pipe or greater, 3" ductile iron water mains or service lines are not allowed, Thickness Class 50 for 6 -inch through 12 -inch pipe and Pressure Class 250 for 16 -inch pipe and larger. Flanged pipe shall have a minimum thickness class of Class 53. Pipe thickness class or pressure class, wall thickness and working pressure shall conform to the fol owing table: Size Thickness Class (TC) Pressure Class (PC) Thickness (In.) Rated Water Working Pressure (PSI) 4" TC51 0.26 350 6" TC50 0.25 350 8" TC50 0.27 350 12" TC50 0.31 350 16" PC250 0.31 250 20" PC250 0.33 250 SECTION IV Page 83 of 175 05/12/2025 SECTION IV — Technical Specifications 24" PC250 0.37 250 30" PC250 0.42 250 36" PC250 0.47 250 Pipe larger than 8 -inches in diameter or pipes which are deeper than 10 -feet shall be ductile iron only, for open cut installations. The City Engineer reserves the right to require the use of ductile iron in sizes 4 -inch through 12 -inch when needed due to laying conditions or usage. Pipe shall have a minimum rated water working pressure of 250 psi and shall be furnished in laying lengths of 20 feet or less, unless specifically shown otherwise on the Drawings. All piping and fittings shall be new and unused, no refurbished piping or fittings shall be accepted. Ductile iron pipe shall be used for all hydrant installations, large meter sets 3" or larger and for fire line installations from the main to the backflow preventer. Fittings: Fittings for bends, tees, crosses, etc. from 4 -inch through 36 -inch in size installed on ductile iron pipe shall be either mechanical joint, restrained joint or flanged joint as indicated on the Drawings and shall have a minimum working pressure of 250 psi. Fittings shall be cast ductile iron and shall conform to ANSI/AWWA C110, ANSI/AWWA C111 and ANSI/AWWA C153, latest revisions for flanged and mechanical joint pipe. Fittings for compact ductile iron cast fittings in accordance with ANSI/AWWA C153/A 21.53, latest revision with mechanical joint bells or ductile iron cast fittings in accordance with ANSI/AWWA C110/A 21.10, latest revision with mechanical joint bells. Fittings shall be coated and lined as indicated on the Drawings, in the manner specified below for ductile iron pipe. The rubber gaskets for flanged, mechanical, and push -on joints shall be as described below. The working pressure minimum rating shall be 350 psi for 4 -inch to 24 -inch fittings. Fittings larger than 24 -inch shall be pressure rated to 250 psi minimum. Fittings shall be designed to withstand without bursting a hydrostatic test of three times the rated water working pressure. All fittings shall have a date code cast into the fitting in addition to the pressure rating and material code. Ductile iron fittings shall be coated and lined in accordance with requirements of ANSI/AWWA C104/A21.4. Mechanical joint glands shall be ductile iron in accordance with ANSI/AWWA C111/A 21.11. When reference is made to ANSI/AWWA Standards, the latest revisions shall apply. Only those fittings and accessories that are of domestic (USA) manufacture shall be acceptable. Push -On Joints: Push -on -joints shall be used for straight pipe lengths only. No fittings with push -on -joints shall be allowed. Pipe using push -on joints shall be in strict accordance with AWWA C111 and ANSI A21.11, latest revision. Jointing materials shall be provided by the pipe manufacturer and installation shall be in strict accordance with the manufacturer's recommended practice. The gaskets for push -on pipe joints shall be made of EPDM rubber. Push -on joints shall be as listed in the City of Clearwater Approved Products List, or an equal approved by the city. Mechanical Joints: Jointing materials for mechanical joints shall be provided by the pipe and fitting manufacturer. Materials assembly, bolting and gaskets shall be in strict accordance with ANSI/AWWA C111 and ANSI/AWWA C110/ A 21.10 and ANSI/AWWA C153/ A 21.53, latest revisions. Tee head bolts and nuts for underground mechanical joint ductile iron fittings shall be manufactured of CORTEN, high strength, low alloy, corrosion resistant steel in accordance with ASTM A242, or an equal approved by the Engineer. The gaskets for mechanical joints shall be made of EPDM rubber. Flanged Joints: Bolt circle and bolt holes for flanges shall be drilled and faced to match ANSI B16.1, Class 125, with any special drilling and tapping as required to insure correct alignment and bolting. All accessory hex -head bolts and nuts and full faced gaskets for each joint size shall be furnished as a flange accessory package. SECTION IV Page 84 of 175 05/12/2025 SECTION IV — Technical Specifications 1. Gaskets: Full face, Toruseal gaskets, or approved equal shall be used for flanged pipe connections. Gaskets shall be suitable for a water pressure of 350 psi at a temperature of 180F. The gaskets for flanged joints shall be made of EPDM rubber. 2. Bolts and Nuts for Flanges: Bolts and nuts for flanges shall be Type 316 stainless steel conforming to ASTM A193, Grade B8M for bolts and ASTM A194, Grade 8M for nuts. The nuts shall have a hardness that is lower than that of the bolts and washers by a difference of 50 Brinnell hardness to prevent galling during installation. 3. Flanges shall be long -hub type screwed tightly on pipe by machine at the foundry prior to facing and drilling. Flange machine surfaces shall be coated with rust inhibitor immediately after facing and drilling. Field assembled screwed on flanges are prohibited. 502-2.1.1. MANUFACTURED RESTRAINED JOINTS FOR DUCTILE IRON PIPE Restrained Pipe Joints and Fittings: Thrust restraint for buried piping shall be provided by restrained joints. Concrete thrust blocks shall not be acceptable. Pipe joints and fittings shall be restrained in accordance with the Drawings and the requirements of this Specification. It is intended that, at a minimum, all fittings shall be restrained. In cases where the calculated required length of restrained pipe is not evenly divisible by nominal laying lengths of pipe, the total required length of restrained pipe shall be rounded up to the next closest nominal length that is evenly divisible by the standard laying length. A. Manufactured Restrained Joints: Manufactured restrained joints shall be manufacturer's standard specifically modified push -on type joints with joint restraint provided by ductile iron retainer rings joined together by corrosion -resistant, high strength steel tee head bolts and nuts or with joint restraint provided by a welded -on retainer ring and a split flexible ring assembled behind the retainer ring. Gaskets for manufactured restrained pipe joints shall be made of EPDM rubber. Manufactured restrained joints shall be as listed as an equal approved by the city. B. Gripping -Type Gasket Restraint: Gripping -type gaskets may be used for ductile iron pipe 12 -inches in size and smaller, when approved by the city. This type of restrained joint shall be the manufacturer's standard push -on type joint with joint restraint provided by a specially designed gasket with high strength stainless steel gripping elements which have sharp teeth on its inner surface for gripping the spigot end of the pipe joint. The gripping type gasket shall be made of EPDM rubber. The gripping type gasket manufacturer's joint restraint shall only be considered for use on pipe sizes from 4 -inch to 12 -inch. Gripping type gasket restraints shall be as listed in the City of Clearwater Approved Products List, or an equal approved by the city. C. Manufactured restrained joint pipe and fittings shall be ductile iron only and shall comply with applicable portions of this Specification. Manufactured restrained joints shall be capable of deflection during assembly. Deflection shall not exceed 50 percent of the manufacturer's recommendations. D. Tee head bolts and nuts for restrained joints shall be manufactured of CORTEN, high strength, low alloy, corrosion resistant steel in accordance with ASTM A242, or an equal approved by the Engineer. 502-2.1.2. ALTERNATE MECHANICALLY RESTRAINED JOINTS FOR DI PIPE Thrust restraint for buried piping shall be provided by restrained joints. Concrete thrust blocks shall not be acceptable. When prior approval is obtained from the Engineer, ductile iron pipe and fittings with mechanical joints or ductile iron pipe with push -on joints may be restrained using a follower gland or ring which includes a restraining mechanism. Joint restraints shall have a working pressure rating of 350 psi for 3 -inch to 16 -inch ductile iron pipe, 250 psi for 18 -inch to 36 -inch ductile iron pipe, with a minimum pressure SECTION IV Page 85 of 175 05/12/2025 SECTION IV —Technical Specifications rating safety factor of 2 to 1. The restraint shall be accomplished by multiple gripping wedges incorporated into a follower gland meeting the requirements of ANSI/AWWA C110/A21.10. 502-2.1.2.1. Restraints for Ductile Iron Pipe with Mechanical Joint Fittings Joint restraints for ductile iron pipe to mechanical joint fittings shall be MEGALUG° Series 1100 restraints by EBAA Iron, or an approved equal listed in the City of Clearwater Approved Products List. When actuated during installation, the restraining device shall impart a multiple wedging action against the pipe wall, which increases resistance as internal pressure in the pipeline increases. A. The restrained joint shall maintain flexibility after installation. Glands shall be manufactured of ductile iron conforming to ASTM A536 and restraining devices shall be of heat-treated ductile iron with a minimum hardness of 370 BHN. The gland shall have standard dimension and bolting patterns for mechanical joints conforming to ANSI/AWWA C111 and C153, latest revisions. The restraining wedges shall have twist -off nuts to insure proper torquing. B. Tee head bolts and nuts shall be manufactured of corrosion -resistant, high strength, low alloy CORTEN steel in accordance with ASTM A242. C. No other retainer gland type device will be acceptable. After installation prior to backfilling, all parts of the joint restraint system shall be coated with coal tar epoxy equal to Carboline Bitumastic No. 300-M. 502-2.1.2.2. Restraints for Ductile Iron Pipe with Push -on Joints Joint restraints for ductile iron push -on pipe joints 4 -inch to 36 -inch shall be constructed of ductile iron conforming to ASTM A536 and shall have a working pressure for 350 psi for 4 -inch to 16 -inch and 250 psi for 18 -inch and larger fittings. Restraint shall be accomplished by a wedge action restraint ring on the spigot joined to a split ductile iron ring behind the bell and the two rings connected by restraint rods and nuts. Torque limiting twist off nuts shall be used to ensure proper actuation of the restraining wedges. The restraints shall be MEGALUG® Series 1700 restraint harnesses as manufactured by EBAA Iron or an approved equal. A. The restrained joint shall maintain flexibility after installation. Restraint rings shall be manufactured of ductile iron conforming to ASTM A536 and the ring restraining wedge devices shall be of heat-treated ductile iron with a minimum hardness of 370 BHN. The restraining wedges shall have twist -off nuts to insure proper torquing. B. Restraint rods and nuts shall be manufactured of corrosion -resistant, high strength, low alloy CORTEN steel in accordance with ASTM A242. C. No other restraint harness type device will be acceptable. After installation prior to backfilling, all parts of the joint restraint system shall be coated with coal tar epoxy equal to Carboline Bitumastic No. 300-M. 502-2.1.3. Ductile Iron Pipe Installed with Steel Casings General: All pipe placed within steel casings shall be push -on joint ductile iron pipe restrained by the use of mechanical bell restraints as specified above in Section 502-2.1.2.2. The rods for the bell restraints shall be double nutted to prevent over -belling of the joint during push -in of the carrier pipe into the casing. The carrier pipe shall have properly sized casing spacers installed on the pipe so that the pipe will be centered within the casing. Each end of the casing shall be properly sealed to prevent the intrusion of soil, water, or debris within the casing itself. It shall be double sealed by brick and cement mortar and include a casing end seal with stainless steel bands as shown on in the engineering construction standards. Cement -Mortar Interior Lining (Potable or Reclaimed Water): Ductile iron pipe, fittings, and specials shall be cement lined in accordance with ANSI/AWWA C104, latest edition, "Cement -Mortar Lining for Ductile Iron and Gray Iron Pipe and Fittings for Water". The cement lining shall have standard thickness SECTION IV Page 86 of 175 05/12/2025 SECTION IV — Technical Specifications and, after curing, the lining shall have a seal coat of bituminous material in accordance with ANSI/AWWA C104/A21.4 80, latest revision and shall be listed by ANSI/NSF Standard 61 for potable water contact. Pipe Labeling: Pipe manufacturer shall label in large legible lettering on the exterior of the pipe the type of pipe interior lining. Exterior Coatings for Buried Pipe: Ductile iron pipe, fittings, and specials to be installed underground shall be coated on the exterior at the factory with one coat, 1 mil DFT, of asphaltic coating per AWWA C151, C110 and C153. All clamps, bolts, nuts, studs, and other uncoated parts of joints for underground installation shall be coated with coal tar epoxy prior to backfilling. Coal tar epoxy shall be equal to Carboline Bitumastic No. 300-M. Exterior Coating for Exposed Pipe: Ductile iron pipe, fittings, and specials to be installed aboveground shall be furnished with a shop applied primer on the exterior. All above ground ductile iron pipe and fitting installations shall be painted in the field with an epoxy -epoxy -urethane system coating from an approved coating manufacturer, color: Safety Blue for potable water, Pantone Purple for reclaimed water or Safety Green for wastewater. 502-2.1.4. POLYETHYLENE ENCASEMENT FOR BURIED DUCTILE IRON PIPE Polyethylene tube encasement shall be provided and installed for all buried ductile iron pipe segments and fittings for corrosion protection as specified herein. Both material and installation procedures shall be in accordance with ANSI/AWWA C105/ A21.5-10. Polyethylene encasement material shall be manufactured with UV inhibitors. The polyethylene encasement shall be color coded as follows: A. Potable Water Service — Blue Polyethylene Encasement. B. Reclaimed Water Service — Pantone Purple Polyethylene Encasement. C. Wastewater Service — Green Polyethylene Encasement. The polyethylene encasement shall be a minimum of 8 mils thick and shall be certified by the manufacturer to provide suitable protection of pipe installation in corrosive soil. All pipe joints shall consist of a minimum of one foot of polyethylene overlap onto the adjacent pipe at both ends. All overlap material shall be secured in place with at least two wraps of 1 -inch wide x 8 mils thick polyethylene adhesive tape. Any slack liner material along the pipe barrel shall be taken up by folds secured in-place with adhesive tape. Repair any rips, punctures, or other damage to polyethylene with tape or by patching. All valves, fittings and specialty items shall be jointed with proper overlaps and fastening as described above. Prepare openings for service taps, air -reliefs, etc., by making a cut in the polyethylene and temporarily folding back the edges. After installation is completed, replace the polyethylene and repair the cut with polyethylene adhesive tape. Care shall be taken during backfilling so that no damage will occur to the polyethylene encasement. In general, backfilling shall be done in accordance with AWWA Standard C 600. The Contractor shall install polyethylene encasement in accordance with all liner and pipe manufacturer recommendations. Polyethylene encasement shall be required for below ground installations of ductile iron pipe and fittings where the installed ductile iron utility pipe will be located less than 10 feet from a gas main. 502-2.2. POLYVINYL CHLORIDE (PVC) PIPE Each length of PVC pipe shall bear identification that will remain legible during normal handling, storage and installation such as the name or trademark of the manufacturer, the location of the manufacturing plant, SECTION IV Page 87 of 175 05/12/2025 SECTION IV — Technical Specifications and the class or strength classification of the pipe. All PVC pipe shall bear the NSF -DW seal. Each length of pipe shall also bear and so designate the testing agency that verified the suitability of the pipe material for potable water service. The markings shall be plainly visible on the pipe barrel. This required identification shall be factory applied by the manufacturer. Pipe which is not marked clearly with the required identification is subject to rejection. All rejected pipe shall be promptly removed from the project site by the Contractor. PVC pipe is approved for underground installations only. Polyvinyl Chloride (PVC) Pipe 4 -inch through 8 -inch shall be in accordance with ANSI/AWWA C900, DR18, latest revision and the American Society for Testing & Materials for the PVC Resin Compound conforming to ASTM Specification D1784. Pipe shall have gasketed integral bell ends and shall be homogeneous throughout and be free of visible cracks, holes, foreign material, blisters, or other visible deleterious faults. Pipe shall be designed for maximum working pressure of not less than 235 psi and with not less than a sustained hydrostatic pressure of 470 psi for a safety factor of 2 to 1 for AWWA C900 pipe. Polyvinyl Chloride Pipe shall be manufactured to the same outside diameter (O.D.) as Ductile Iron Pipe only. Pipe larger than 8 -inches in diameter or pipes which are deeper than 10 -feet shall be ductile iron only. The City Engineer reserves the right to require the use of ductile iron in sizes 4 -inch through 8 -inch when needed due to laying conditions or usage. Pine dimension ratio, working pressure and laving length shall conform to the following table: Size Dimension Ratio (OD/Thick.) Rated Water Working Pressure (PSI) Laying Length (Ft) 4 18 235 20 6 18 235 20 8 18 235 20 12 18 235 20 Bell and Spigot Pipe Joints: Pipe joints shall be gasketed, push -on type made with integral bell and spigot pipe ends in accordance with ASTM D3139, latest revision. The bell shall consist of an integral thickened wall section designed to be at least as strong as the pipe wall. The bell shall be supplied with factory glued rubber ring gasket which conforms to the manufacturer's standard dimensions and tolerances. The gasket shall meet the requirements of ASTM F477 "Elastomeric Seals (Gaskets) for Joining Plastic Pipe" and shall be manufactured of EPDM elastomeric material. PVC pipe shall be approved by the Engineer and the Owner or approved equal. Integral Pipe Color: All PVC pipe for potable water mains, reclaimed water mains and wastewater force mains shall be extruded or fabricated with an integral color in the PVC material. The integral color for the PVC pipe shall be as follows: A. Potable Water: PVC pipeline color - Blue. B. Reclaimed Water: PVC pipeline color — Panton Purple C. Wastewater: PVC pipeline color — Green The use of white or any other color pipe for potable water, reclaimed water or wastewater service shall be prohibited. Fittings: Fittings for PVC pressure pipe shall be ductile iron fittings with restrained mechanical joint ends, linings and coatings as specified in Section 502-2.1 for ductile iron fittings. Restrained Joints for PVC Pipe: Thrust restraint for buried piping shall be provided by restrained joints. Concrete thrust blocks shall not be acceptable. Thrust restraints shall be used at all valves, tees, bends, and other fittings for the Restrained Joint PVC pipe and Push -on Joint PVC pipe. Where indicated on the Drawings, to prevent pipe joints and fittings from separating under pressure, pipe joints and fittings for PVC pipe shall be restrained as follows: SECTION IV Page 88 of 175 05/12/2025 SECTION IV — Technical Specifications A. PVC pipe bell and spigot push -on joints, adjacent to restrained fittings, shall be restrained using a harness type restraint device. The harness restraint shall be split to enable installation of the restraint after the spigot has been installed into the bell. The restraint unit shall consist of a split ring that fits behind the bell, a split restraint ring that installs on the spigot and a number of clamping bolts to connect the other two parts. The restraining device shall consist of multiple individually activated gripping wedges or a series of serrations to grip the pipe and maximize restraint capability in conjunction with a sufficient number of clamping bolts connecting the retainer on the bell side of the joint pipe to the restraint ring on the other side to hold the spigot. The restraining device and components shall be manufactured of high strength ductile iron meeting ASTM A536, Grade 65- 42-10. Clamping bolts and nuts shall be manufactured of corrosion resistant high strength, low alloy CORTEN steel meeting the requirements of ASTM A242. The restraint device shall be the EBBA Iron MEGALUG° Series 1500 TD Restrainer or an equal. B. Mechanical joint fittings used with PVC pipe shall be restrained with the EBBA Iron MEGALUG° Series 2000 PV Restrainer or an equal approved. The restraining device shall consist of a retainer gland such that it can replace the standard mechanical joint gland and can be used with the standard mechanical joint bell conforming to ANSI/AWWA C111/A21.11 and ANSI/AWWA C153/A21- 53. The restraining device shall have a pressure rating equal to that of the PVC pipe on which it is used. Twist off nuts, sized same as the tee -head bolts shall be used to insure proper actuating of restraining devices. The restraining gland shall be manufactured of high strength ductile iron meeting ASTM A536, Grade 65-42-10. The tee head bolts and nuts, and the clamping bolts and nuts, shall be manufactured of corrosion resistant high strength, low alloy CORTEN steel meeting the requirements of ASTM A242. 502-2.2.1. RESTRAINED JOINT PVC PIPE (DIRECTIONAL BORE) Restrained Joint PVC pipe and couplings used for directional bores shall be made from un -plasticized PVC compounds having a minimum cell classification of 12454-B, as defined in ASTM D1784 (latest edition). All compounds shall qualify for a Hydrostatic Design Basis (HDB) rating of 4000 psi for water at 73.4°F, in accordance with the requirements of ASTM D2837 (latest edition latest edition). Blue pipe (safety blue paint color) shall be supplied for the potable water system and purple pipe (pantone 522C paint color) shall be supplied for the reclaimed water system as specified in Section 502-2.2. Nominal outside diameters and wall thickness of PVC pipe shall conform to the requirements of AWWA C900 for pipe sizes between 4 and 16 -inches. Nominal outside diameters and wall thickness of 4" PVC pipe shall conform to the requirements of ASTM D2241 (latest edition). PVC pipe shall be furnished in sizes 4" (Pressure Rating 250 psi, DR17), 4" (Class 305, DR -14) and 6" and 8" (Class 235, DR -18). Pipe shall be furnished in standard laying lengths of 20 ft. + 1 in. PVC pipe used for directional bores shall be joined using a restrained joint coupling system or ring restraint with Rieber Gasket meeting the requirements of ASTM F477, latest edition. Pipe and/or couplings shall be designed as an integral system and shall be provided by a single manufacturer for maximum reliability and interchangeability. Assembled joints shall meet the leakage test requirements of ASTM D3139 (latest edition). No external pipe -to -pipe restraining devices which clamp onto or otherwise damage the pipe surface as a result of point -loading shall be permitted. Maximum allowable axial jacking loads for the pipe shall be provided by the pipe manufacturer. The Contractor shall provide and utilize appropriate instrumentation that the Engineer shall monitor, to ensure that the jacking loads never exceed 80% of the maximum allowable axial jacking loads allowed by the pipe manufacturer. Only experienced personnel shall be used to install pipe. If used, coupling edges shall be beveled to reduce drag force when pipe is installed by directional bore or Micro tunneling. Assembly of joints shall be in strict accordance with the manufacturer's written instructions. Manufacturer/Product: Certain Teed Certa-Lok C-900, no approved equal. SECTION IV Page 89 of 175 05/12/2025 SECTION IV — Technical Specifications 502-2.3. HIGH DENSITY POLYETHYLENE (HDPE) PIPE This Section includes materials and methods of installation of high-density polyethylene pipe (HDPE) and fittings for water, reclaimed water, and wastewater utility use as required and as specified herein. For point repairs only if the flow cannot be stopped the use of stiffeners is allowed. The high density, very high molecular weight polyethylene pipe shall be made from a HDPE material having a minimum material designation code of PE4710 and shall conform to AW WA C906, latest revision. The material shall meet the requirements of ASTM D3350 and shall have a minimum cell classification of PE445574C/E. In addition, the pipe shall be listed as meeting NSF -61. HDPE pipe shall have outside diameter sizes matching ductile iron pipe (DIPS) and shall have the minimum wall thickness and dimension ratio (DR) as shown on the Drawings for a particular installation. Minimum pressure ratings for HDPE pipe shall be 250 psi DR 9 and 200 psi for DR -11. The DR rating or the minimum pipe wall thickness of the pipe for a particular HDD installation shall be as called out on the Drawings. The polyethylene compound shall be suitably protected against degradation by ultraviolet light by means of carbon black, well dispersed by pre -compounding in a concentration of not less than 2 percent. The pipe manufacturer shall be listed and in good standing with the Plastic Pipe Institute as meeting the recipe and mixing requirements of the resin manufacturer for the resin used to manufacture the pipe. Pipe shall be manufactured by Performance Pipe (Chevron), JM Eagle or an approved equal. HDPE pipe shall be manufactured and identified by color based on the type of utility service. HDPE pipe and tubing less than 6 -inch in size shall be manufactured entirely in the required color. For HDPE pipe 6 - inch and greater, color coding shall be accomplished either through an exterior surface entirely of the required color or through striping. The color coding shall be permanently co -extruded on the pipe exterior surface as part of the pipe's manufacturing process. The pipe shall be manufactured as one solid color per the applicable service color or shall be black in color with three (3) permanent solid color stripes, per the applicable service color, extruded into the piping material. The colored stripes shall appear on three (3) sides of the pipe, run the entire length of the pipe, and each stripe shall be no less than 1 -inch wide. Painting HDPE pipe to accomplish color coding shall not be permitted. The pipe identification color coding based on the intended Type of Utility Service shall be as follows: 1. Sewer — green (safety green paint color) 2. Water — blue (safety blue paint color) 3. Reclaimed water — purple (pantone 522C paint color) In addition to the identification color being co -extruded, HDPE Pipe shall have been continuously marked by the manufacturer with permanent printing with the following information at a minimum: A. Nominal Size (Inches). B. Dimension Ratio (DR). C. Pressure Rating (psi). D. Trade Name. E. Material Classification (PE4710). F. Plant, Extruder and Operator Codes. G. Resin Supplier Code. H. Date Produced; and I. HDPE pipe used for potable water mains shall bear the NSF Seal of Approval. 502-2.3.1. MECHANICAL JOINT ADAPTERS (MJ ADPATERS) Mechanical Joint Adapter Fittings shall have a material designation code of PE4710, and a minimum Cell Classification of PE445474C/E. Mechanical Joint Adapters can be made to ASTM D3261 or if machined, must meet the requirements of ASTM F2206. MJ Adapters shall have a pressure rating equal to the pipe SECTION IV Page 90 of 175 05/12/2025 SECTION IV — Technical Specifications unless otherwise specified on the plans. Markings for molded or machined MJ Adapters shall be per ASTM D3261. Where shown on the drawings, 4 -inch and larger transitions to mechanical joint fittings and valves shall be ductile iron mechanical joint. Connection to the mechanical joint fittings shall be accomplished using a mechanical joint adapter kit. The mechanical joint adapter fitting shall be fused onto the pipe and shall result in a restrained joint with a pressure rating no less than 150 psi. The D.I./HDPE mechanical joint adaptor shall consist of: 1. A molded or fabricated HDPE mechanical joint transition fitting. 2. A mechanical joint rubber gasket fabricated of EPDM. 3. A mechanical joint restraining gland. The restraining gland shall be manufactured of high strength, ductile iron meeting ASTM A536, Grade 65-42-10. 4. The tee head bolts and nuts shall be manufactured of corrosion resistant high strength, low alloy CORTEN steel, meeting the requirements of ASTM A242. 502-2.3.2. BUTT FUSION PROCESS AND INSTALLATION The pipe shall be joined by the butt fusion procedure outlined in ASTM F2620 or PPI TR -33. All fusion joints shall be made in compliance with the pipe or fitting manufacturer's recommendations and shall be butt -welded flush to the outside diameter of the pipe. Joints shall provide axial pullout resistance. Fusion joints shall be made by qualified fusion technicians per PPI TN -42. A record or certificate of training for the fusion operator must be provided to the Engineer that documents training to the fundamentals of ASTM F 2620. All HDPE fusion equipment operators shall be qualified to perform pipe joining. Fusion equipment operators shall have current, formal training on all fusion equipment employed on the project and shall be certified by the pipe supplier/manufacturer. Training records for qualified fusion technicians shall be submitted to the Engineer for review. Training received more than two years prior to operation with no evidence of activity within the past 6 months shall not be considered current. When the fusion machine operator is employed by the HDPE pipe and fusion machine supplier, the supplier shall maintain an ISO 9001 Certified Quality Management System. Sections of HDPE shall be joined into continuous lengths on the job site above ground and butt fused in strict accordance with pipe manufacturer's recommendations. The finished pipe assembly shall be pressure tested prior to insertion underground. All HDPE pipe shall be cut, fabricated, and installed in strict conformance with the pipe manufacturer's recommendations. Joining, laying, and pulling of polyethylene pipe shall be accomplished by personnel experienced in working with high density polyethylene pipe. The pipe supplier shall certify in writing to the Engineer that the Contractor is qualified to join, lay, and pull the pipe or representative of the pipe manufacturer shall be on site to oversee the pipe joining. Expenses for the representative shall be paid for by the Contractor. The butt fused joint shall have a zero -leak rate under the following conditions: A. External pressure up to 60 psi from bentonite injection, slurry system operation, or groundwater head. B. Internal hydrostatic pressure testing of 150 psi. The Contractor shall obtain from the pipe manufacturer a certificate of compliance to the effect that the pipe and fittings supplied for this Contract have been inspected at the plant and that they meet the requirements of these specifications. The Contractor shall submit these certificates to the Engineer prior to installation of the pipe materials. All pipe and fittings shall be subjected to visual inspection at time of delivery and before they are lowered into the trench to be laid. Joints or fittings that do not conform to these SECTION IV Page 91 of 175 05/12/2025 SECTION IV —Technical Specifications specifications will be rejected and must be removed immediately by the Contractor. The entire product of any plant may be rejected when, in the opinion of the city, the methods of manufacture fail to secure uniform results, or where the materials used are such as to produce inferior pipe or fittings. Each joint fusion shall be recorded and logged by an electronic monitoring device (data logger) affixed to the fusion machine. Joint data shall be submitted as part of the As -Built record information, in accordance with this Technical Specification. Butt Fusion Machines: Only appropriately sized, and outfitted fusion machines that have been approved by the pipe supplier shall be used for the fusion process. Fusion machines must incorporate the following properties, including the following elements: A. Heat Plate: Heat plates shall be in good condition with no deep gouges or scratches within the pipe circle being fused. Plates shall be clean and free of any contamination. Heater controls shall properly function, and cord and plug shall be in good condition. The appropriately sized heat plate shall be capable of maintaining a uniform and consistent heat profile and temperature for the size of pipe being fused, per the pipe supplier's recommendations. B. Carriage: Carriage shall travel smoothly with no binding at less than 50 psi. Jaws shall be in good condition with proper inserts for the pipe size being fused. Insert pins shall be installed with no interference to carriage travel. C. General Machine: Overview of machine body shall yield no obvious defects, missing parts, or potential safety issues during fusion. D. Data Logger: The current version of the pipe supplier's recommended and compatible software shall be used. Protective case shall be utilized for the hand-held wireless portion of the unit. Data Logger operations and maintenance manual shall always be with the unit. If fusing for extended periods of time, an independent 110V power source shall be available to extend battery life. E. Joint Recording: Each fusion joint shall be recorded and logged by an electronic monitoring device (data logger) connected to the fusion machine. The fusion data logging and joint report shall be generated by software developed specifically for the butt -fusion of thermoplastic pipe. The software shall register and/or record the parameters required by the manufacturer and these Specifications. Data not logged by the data logger shall be logged manually and be included in the Fusion Technician's joint report. Required Auxiliary Equipment: Other equipment specifically required for the butt fusion process shall include the following: A. Pipe rollers shall be used for support of pipe on either side of the fusion machine. B. A weather protection canopy that allows full machine motion of the heat plate, fusion assembly and carriage shall be provided for fusion in inclement and /or windy weather. C. Fusion machine operations and maintenance manual shall always be kept with the fusion machine. D. Facing blades specifically designed for cutting HDPE pipe. The pipe shall be installed in a manner that does not exceed 70 percent of the recommended maximum bending radius of the pipe. When the pipe is installed by pulling in tension, 75 percent of the recommended Safe Pulling Force, according to the pipe supplier, shall not be exceeded. Joint Fusion Bead Removal: Contractor shall trim and remove the butt fusion beads from the inside and the outside of the HDPE pipe at the butt fused joint following joint fusing. without disrupting pipe service. The restraints shall be manufactured by EBAA Iron Series 1500 or 1600 or approved equal. SECTION IV Page 92 of 175 05/12/2025 SECTION IV — Technical Specifications 502-2.4. PIPING IDENTIFICATION SYSTEM 502-2.4.1. EXTERIOR MARKINGS FOR BURIED PIPE All ductile iron and polyvinyl chloride pressure pipelines installed by open cut shall receive a color -coded continuous self-adhesive vinyl tape, installed by the contractor, with the width and located as indicated below. Pipe tape striping shall be in the color required for the service as specified below. A. Tane Striae Markin Locations: Up to 4 -inch diameter pipe (1 location) 3 -inch wide tape placed at center -top of pipe. 6 to 16 -inch diameter pipe (2 locations) 6 -inch wide tape placed on both sides, top half of pipe. 20 -inch and larger diameter pipe (3 locations) 6 -inch wide tape placed on both sides' top half of pipe with a third stripe centered along top of pipe. B. Color of Tane Striae Markin : Potable Water Marking Stripe Tape Blue with Black or White Lettering, "POTABLE WATER MAIN" or similar wording. Reclaimed Water Marking Stripe Tape Purple with White or Yellow Lettering, "RECLAIMED WATER MAIN" or similar wording Force Main Marking Stripe Tape Green with Black or White Lettering, "WASTEWATER FORCE MAIN" or similar wording 502-2.4.2. LOCATION DETECTION WIRE: A. Location Detection Wire for Open -Cut Pipeline Installations: All ductile iron and polyvinyl chloride pressure pipelines installed by open cut shall be laid with two (2) strands of Location Detection Wire applied to the pipe. The detection wire shall be continuous, high strength copper clad steel (HS -CCS) 10 gauge AWG wire insulated with 30 mil thick high molecular weight — high density polyethylene (HMW -HDPE) insulation with a minimum break load of 684 pounds and specifically designed for use in open cut installations, equal to "1030 -HS High Strength Tracer Wire" manufactured by Copperhead Industries, LLC, or an approved equal. Each wire shall be continuous with splices made only by spicing connectors manufactured by the wire manufacturer equal to "LSC1030C Snake BiteTM Locking Connectors" as manufactured by Copperhead Industries, LLC or an approved equal. The 2 wires shall be taped to the top of each joint of pipe with about 5 -feet between each piece of tape, with a minimum of 3 taping locations for each 20 - foot length of pipe. The tape used shall be 3M Scotch Rap All -Weather Corrosion Protection Tape, polyvinyl chloride backing with rubber adhesive, 4 -inches wide or Engineer Approved Equal. Following installation of the pipeline including backfill and compaction, the Contractor shall perform a second 12 -volt DC electrical continuity test on each of the two (2) tracer wires. B. Location Detection Wire for Horizontal Directional Drilling Pipeline Installations: All polyvinyl chloride or HDPE pressure pipe installed by directional drilling methods shall be installed with three (3) insulated tracer wires. The three (3) tracer wires shall be attached at 120 -degree locations around the pipe to help ensure continuity of at least one wire subsequent to the HDD installation. The tracer wire shall be continuous, extra high strength copper clad steel (EHS-CCS) 10 gauge AWG wire insulated with 45 mil thick high molecular weight — high density polyethylene (HMW -HDPE) insulation with a minimum break load of 2,032 pounds and specifically designed for use in directional drilling installations, equal to "1045-EHS Solo Shot EHS, Extra High Strength Tracer Wire" manufactured by Copperhead Industries, LLC, or an approved equal. SECTION IV Page 93 of 175 05/12/2025 SECTION IV — Technical Specifications Continuity shall be maintained in the wire along the entire length of the pipe installed by HDD. No splices shall be allowed for each wire attached to the HDD pipeline unless approved by the city or the Engineer. If approved, permanent splices shall be made using wire connectors approved for underground applications with splices made only by spicing connectors manufactured by the wire manufacturer equal to "LSC1030C Snake BiteTM Locking Connectors" as manufactured by Copperhead Industries, LLC or an approved equal. If splices are approved by the city or the Engineer, all miscellaneous splicing components shall be furnished, installed, and tested by the Contractor and witnessed by the city or the Engineer. At a minimum, the location detection wires shall be attached to the pipe with nylon wire ties, with ties located at 5 -foot intervals, as shown in the Standard Details. The Contractor may suggest other methods of attachment, with the approval of the city or the Engineer. Prior to installation of the pipeline into the bore hole, the Contractor shall perform a 12 -volt DC electrical continuity test on each of the three (3) wires during the aboveground pressure test. Following installation of the pipeline into the bore hole, the Contractor shall perform a second 12 -volt DC electrical continuity test on each of the three (3) tracer wires. Failure of continuous continuity for at least one of the three tracing wires attached to the HDD pipeline, at the discretion of the city or the Engineer, shall be cause for rejection of the HDD installation, resulting in the abandonment and reinstallation of the directionally drilled pipeline. The HDD tracer wires shall be spliced twelve (12) inches below grade to three (3) 10 -gauge tracer wires, as specified above for open cut installations, and brought up in the valve boxes at the ends of each HDD line segment. The splices shall be made only by methods per the tracer wire manufacturer's recommendations and by splicing connections manufactured by the tracer wire manufacturer. The splicing connectors shall be the "LSC1030C SnakeBiteTM Locking Connector" as manufactured by Copperhead Industries, LLC, the Direct Bury Lug as manufactured by DryConn®, or an approved equal. C. Color of Location Detection Wires: The insulation color for the wire shall match the color for the pipes intended service as follows: 1. Potable Water Mains — Blue Insulation. 2. Reclaimed Water Mains - Panton Purple Insulation. 3. Wastewater Force Mains — Green Insulation. D. Termination of the Location Detection Wires: The tracer wires shall be secured to all valves, tees and elbows. It is to be installed at every valve box through a 2 -inch PVC pipe to 18 -inches above the top of the concrete slab. The 2 -inch PVC pipe shall be the same length as the adjustable valve box, and the 2 -inch PVC pipe shall be plugged with a 2 -inch removable brass plug with recessed square nut 502-2.4.3. WARNING TAPE: In addition, all underground pipelines installed by open -cut methods shall be buried with identification tape installed over the centerline of the pipe at a depth of 1.0 foot below finished grade. The identification tape shall be as follows: A. Identification tape shall be manufactured of reinforced polyethylene film with a minimum overall thickness of 4 mils and shall have a 0.35 mil thick magnetic metallic foil core. The tape shall be highly resistant to alkalis, acids, and other destructive agents found in soil. Tape width shall be 3 - inches and shall have background color specified below, imprinted with black letters. Imprint shall be as specified below and shall repeat itself a minimum of once every 2 -feet for entire length of tape. Tape shall be Terra Tape Sentry Line, or an approved equal. B. Tape background colors and imprints shall be in accordance with the following table: Tape Imprint Background Color Imprint Color "Caution — Potable Water Main Buried Below" Blue Black SECTION IV Page 94 of 175 05/12/2025 SECTION IV — Technical Specifications "Caution — Reclaimed Water Main Buried Below" Purple White "Caution — Wastewater Force Main Buried Below" Green Black 502-2.5. RESTRAINED JOINT COUPLINGS Restrained Joint Pipe Couplings: Restrained joint pipe couplings used to join and restrain two pieces of plain end pipe shall be sized to suit the outside diameter of the pipe ends to be jointed with restrained ends. Transition couplings shall be used to join pipes of different outside diameters. Pipe couplings shall be bolted type with ASTM A536 ductile iron middle ring and end followers. Coatings: All ductile iron parts of the coupling shall be coated on the interior and exterior with a fusion bonded thermosetting epoxy coating, applied electrostatically prior to assembly, and complying with AWWA C550 with a 12 -mil nominal coating thickness. The coating shall be equal to Mega -Bond as manufactured by EBBA Iron, Inc., or an approved equal. Gaskets: Gaskets for the coupling shall be wedge type manufactured of EPDM resilient rubber. Bolts: Torque limiting nuts and gripping restraint wedges shall be manufactured of corrosion resistant, low alloy, high strength steel. Threaded restraint rods and hexagonal nuts shall be manufactured of high strength, Type 316 stainless steel. Bolts and nuts shall conform dimensionally to ANSI/AWWA C111, latest revision. Approved Manufacturer: Restrained joint couplings shall be Series 3800 as manufactured by EBBA Iron, Inc., or an approved equal. 502-3. GATE VALVES General: Gate valves shall open by turning to the left (counterclockwise), when viewed from the stem. When fully open, gate valves shall have a clear, unobstructed waterway equal to the nominal diameter of the pipe. All internal valve components shall be removable from the valve bonnet without removing the valve body from the pressure main. Operating nut or hand wheel shall have an arrow cast in the metal indicating the direction of opening. Each valve shall have the manufacturer's distinctive marking, pressure rating and year of manufacture cast on the body. Prior to shipment from the factory, each valve shall be tested by applying to it a hydrostatic pressure equal to twice the specified working pressure. Hydrostatic and leakage tests shall be conducted in strict accordance with ANSI/AWWA C500 or ANSI/AWWA C509, latest revisions, whichever is applicable. Only gate valve sizes 4 -inch and larger shall be acceptable. Large Gate Valves: Gate valves with nominal sizes from 4- to 12 -inches shall conform to ANSI/AWWA C509, latest revision, and shall be designed for a minimum working pressure of 250 psi differential pressure with zero leakage. Gate valves with nominal sizes from 16- to 36 -inches shall conform to AWWA C515, latest revision, and shall be designed for a working pressure of 250 psi differential pressure with zero leakage. Valves shall be ductile iron body resilient wedge type with Nitrile rubber 0 -ring stem seals. Stems shall be sealed with three (3) 0 -rings. The top two 0 -rings shall be replaceable with the valve fully open and subject to the full rated working pressure. 0 -rings in a cartridge shall not be allowed. All cast ferrous components of the gate valve including the valve body, wedge, bonnet and stuffing box shall be constructed of ductile iron in conformance with ASTM A536. The valve stem shall be manufactured of manganese bronze in accordance with ASTM B763 and the wedge nut shall be manufactured of bronze in accordance with ASTM B584. The valve stem shall have an integral thrust collar; two-piece stem collars shall not be acceptable. The valve shall have Delrin thrust washers above and below the thrust collar to assist in the operation of the valve. Valve wedge shall be symmetrical and constructed to assure uniform seating pressure between the wedge seat circumference and body seating surface, providing a complete seal at the rated pressure with flow from either direction. Resilient wedge of the valve shall be formed by a special corrosion and chloramine SECTION IV Page 95 of 175 05/12/2025 SECTION IV — Technical Specifications resistant, EPDM synthetic elastomer which is permanently bonded to and completely encapsulates the ductile iron valve disc. The wedge nut shall be independent of the wedge and held in place on three sides by the wedge to prevent possible misalignment. All bolting materials for buried gate valves shall be Type 304 stainless steel with hexagonal shaped heads with dimensions conforming to ANSI B18.2.1; metric bolting materials shall not be allowed. Gate valves shall be NSF 61 listed. Resilient wedge type gate valves shall be as listed in the City of Clearwater Approved Products List, or an equal approved by the city. Valve End Joints: All gate valves shall have either mechanical joints per ANSI/AWWA C111/A21.11 or restrained joints as specified above for ductile iron or PVC pipe for underground service, or flanged ends, Class 125 per ANSI B16.1, for above ground service or valves in vaults to fit the pipe run in which they are to be used. Gate valves installed on push -on joint pipe shall have mechanical joint ends unless otherwise specified. Gate Valve Operators: Unless otherwise shown on the Drawings or specified herein, gate valves shall have non -rising stems. Buried gate valves shall be furnished with a 2 -inch square AWWA standard nut operator with a valve box and cover. All buried gate valves shall be installed in the vertical position only. Buried gate valves 16 -inches and larger in nominal size installed vertically shall be provided with a spur gear box, valve operator. The spur gear shall be an EXEECO 1S-5 to IS -10 spur gear, depending on the valve size, with a gear ratio not more than 2:1. Gate valves located aboveground or inside structures shall be furnished with a rising stem and a handwheel operator which shall have an arrow cast in the metal indicating the direction of opening. Gate valves used as isolation valves for double check valve backflow preventers for fire lines or reduced pressure back flow preventers shall be of the open screw and yoke (OS&Y) design with rising stems and with a handwheel operator. Gate valves larger than 16 -inches in nominal size shall be provided with a smaller gate valve bypass sized by the gate valve manufacturer. Interior Valve Lining: Interior of the valve body shall be lined with a fusion bonded or thermo-setting epoxy coating in accordance with AWWA C550, latest revision. Lining shall be holiday -free, NSF 61 approved, with a minimum thickness of 16 mils. Surfaces shall be clean, dry, and free from rust and grease before lining. Exterior Valve Coatings: All exterior surfaces of iron body gate valves shall be clean, dry, and free from rust and grease before coating. For buried service, the exterior ferrous parts of all valves shall be coated at the factory with coal tar epoxy with a minimum total finish dry film thickness of 20 mils. Prior to back filling, all uncoated nuts, bolts, glands, rods, and other parts of joints shall be coated in the field with coal tar epoxy equal to Carboline Bitumastic No. 300-M. For valves installed above -ground, the exterior ferrous parts of all valves shall be shop primed at the factory with one coat, minimum dry film thickness of 4 mils, of a rust -inhibitive universal epoxy primer. Primer shall be suitable for finish paint specified. Following installation, above -ground valves shall be finish painted in accordance with city Construction Standards. Two Inch (2") diameter gate valves or smaller are not allowed. These should be approved ball valves. Three Inch (3") diameter valves are not allowed. 502-4. VALVE BOXES Furnish, assemble, and place a valve box over the operating nut for each buried valve. The valve box shall be designed to prevent the transmission of surface loads directly to the valve or piping. Valve boxes shall be of the adjustable screw-type of suitable length with an interior diameter of not less than 5-1/4 inches. The valve boxes shall be manufactured of cast iron and shall be of the three-piece design SECTION IV Page 96 of 175 05/12/2025 SECTION IV — Technical Specifications including a bottom section, middle section and top section with cover. The bottom section shall have a flange at the bottom having sufficient bearing area to prevent settling. The cast iron cover shall be cast with the applicable service; "WATER", markings for potable water mains, "RECLAIMED" marking for reclaimed water mains or "SEWER", markings for wastewater force mains. The top section shall be adjustable for elevation and shall be set to allow equal movement above and below finished grade. The castings shall be manufactured of clean, even grain, gray cast iron conforming to ASTM A48, Class 30B for Gray Iron Castings; and shall be smooth, true to pattern, free from blow holes, sand holes, projections, and other harmful defects. The seating surfaces of both the cover and the top section shall be machined so that the cover will not rock after it has been seated. The valve boxes shall be coated inside and outside with an asphaltic coating prior to machining, so that the machined seating surfaces will be free of any coating. Valve extension stems shall be provided for all buried valves when the valve operating nut is deeper than 3 feet below final grade. Valve boxes and their installation shall be included in the bid price for valves. Refer to City Standard Detail Index 402; Sheet 1 of 3 & Sheet 2 of 3 for potable water valve pad detail, and City Standard Detail Index 502; Sheet 1 of 3 & Sheet 2 of 3 for reclaimed water valve boxes and pad detail. 502-5. HYDRANTS Fire hydrants shall be dry barrel, break away type with 5 -1/4 -inch minimum main valve opening and shall comply with AWWA C502, latest revision, for a 150 -psi working pressure and shall also be UL/FM listed. All hydrants shall be hydrostatically tested at the factory in accordance with AWWA C502, latest revision. Hydrants shall be the compression type, closing with line pressure. The main valve shall be solid encapsulated EPDM rubber. The main valve stem shall be Type 304 or higher -grade stainless steel and manufactured in two sections with a breakable coupling. The main hydrant valve shall open left (counterclockwise). Hydrants shall be fully bronze mounted with all working parts of bronze. Valve seat ring shall be threaded bronze and shall screw into a bronze retainer insert in the hydrant shoe, with 0 -rings to seal the barrel from leakage of water in the shoe. All interior working parts of the hydrant, including the seat ring, shall be removable through the top of the hydrant to allow repairs without disturbing the barrel of the hydrant after it has been installed. A dirt shield shall be provided to protect the operating mechanism from grit buildup and corrosion due to moisture. A thrust washer shall be supplied between the operating nut and stem lock nut to facilitate operation. The hydrant operating nut shall be of one-piece bronze or ductile iron construction and open counterclockwise. Operating nut shall be a No. 7, 1 -1/2 -inch, pentagonal shaped nut. The operating threads shall be totally enclosed in an operating chamber, separated from the hydrant barrel by a rubber 0 -ring stem seal and lubricated by a grease or an oil reservoir. Fire hydrants shall be the traffic model breakaway type, with the barrel made in at least two sections bolted together, of ample length for 3-1/2 foot depth of bury with necessary extensions to place the safety break flange located approximately 2 -inches above finished grade. Breakaway bolts shall not be approved. The fire hydrant shall be provided with a 6 -inch mechanical joint epoxy lined elbow. The hydrant shall be provided with two, 2 -1/2 -inch hose nozzles and one, 4 -1/2 -inch pumper nozzle, all having National Standard hose threads. All nozzles shall have caps attached by stainless steel chains. Hose nozzle cap nuts shall be 1 -1/2 -inch AWWA standard pentagonal shape. Nozzles shall be of the tamper resistant, 1/4 -turn type with 0 -ring seals or threaded into upper barrel. Nozzles shall be retained with a stainless-steel locking device. The hydrant shall be cast with no drain or weep holes or the drain or weep holes shall be permanently plugged by the manufacturer. All bolts, nuts and studs for fire hydrants shall be Type 316 stainless steel. Fire hydrant base, lower barrel and 6 -inch elbow shall be epoxy coated inside and outside. Upper barrel shall have an interior epoxy coating with the exterior coated with an epoxy primer and a two-part SECTION IV Page 97 of 175 05/12/2025 SECTION IV — Technical Specifications polyurethane top coating. Fire hydrant upper barrel exterior colors shall have National Standard Yellow, UV resistant enamel, polyurethane, or fusion bonded epoxy. Approved Fire Hydrants: Only those fire hydrants listed in the City of Clearwater Approved Products List, shall be used in extension to or replacement of the city's potable water system: Absolutely no substitutions for fire hydrants shall be allowed without the approval of the city Engineering Department. All shipments of fire hydrants to the project site shall be palletized, securely anchored to the pallet(s) and delivered by delivery trucks with mechanical, motorized tailgates for receipt by the Contractor. All hydrant assemblies shall be provided with an auxiliary 6 -inch resilient seated gate valve for isolation so that the water to the hydrant may be shut off without the necessity of closing any other valve in the distribution system. Gate valves for fire hydrant installations shall be as specified above in Section 502-2.7. Piping used from the water main tee to the fire hydrant shall be 6 -inch ductile iron pipe only. Ductile iron pipe shall be in accordance with Section 502-2.1. The fire hydrant assembly shall be provided with anchoring hydrant fittings including a locked hydrant tee with split gland to provide the locking together of the entire assembly for joint restraint. Hydrants shall be restrained by using bolted mechanical swivel -type connecting joints from the hydrant tee through to the hydrant. Restraining mechanical joint glands on hydrants shall be used only where hydrant runout length precludes the use of swivel joint connectors. Restrained joints shall absorb all thrust and prevent movement of the hydrant. If used, mechanical restrained joints shall comply with Section 502-2.1.2 of these Technical Specifications. All fire hydrants shall be provided with a fiber mesh reinforced concrete shear pad with dimensions as shown in the Drawings. Fire hydrants shall be located in the general location as shown on the Drawings. Final field location of all hydrants shall be as required by the city. All hydrants shall be located no less than 6 -feet and no more than 10 -feet from the curb or edge of pavement of the adjacent roadway. Fire hydrants shall be located in a manner to provide complete accessibility and separated from any and all obstructions such as utility poles, posts, walls, etc., by a distance of at least five feet, measured from the centerline of the fire hydrant to the nearest physical feature, which may obstruct access or view of any fire hydrant, unless otherwise required by the Owner. All fire hydrants located within FDOT rights-of-way shall conform to FDOT clear zone requirements. In order to minimize any inconvenience to property owners, new fire hydrants shall be installed at or near side property lines. Fire hydrants shall be installed such that the 4 -1/2 -inch pumper nozzle faces the street or driveway, unless otherwise directed by the Fire Department or the Owner's representative. No hydrants shall be installed on the reclaimed water system unless approved by the city Engineering Department. 502-6. SERVICE SADDLES/ POLYETHYLENE SERVICE LINES Service Saddles: Service saddles shall have ductile iron bodies in accordance with ASTM A536, latest revision, with double stainless-steel straps. Ductile iron body shall have a fusion bonded nylon coating with a minimum thickness of 12 mils. Straps shall be Type 304 stainless steel with premium grade Type 304 L stainless steel bolts and Type 304 stainless steel washers and nuts. The nuts shall be Teflon coated. The gasket material shall be an EPDM elastomeric compound resistant to degradation by oil, natural gas, acids, alkalis, most aliphatic fluids, and chloramines. The outlet of the saddle shall have female NPT threads. Approved service saddles shall be as listed in the City of Clearwater Approved Products List, or an equal approved by the city. SECTION IV Page 98 of 175 05/12/2025 SECTION IV — Technical Specifications Service saddles shall be used on all service taps on water main pipelines 4 -inch in size and larger. The largest service connection allowable for a 4 -inch main shall be a 1 -1/2 -inch tapped connection. Service saddles shall be used on all 2 -inch service connections on water main pipelines 6 -inch and larger. Taps larger than 2 -inch in size shall require using a tapping sleeve as specified below in Section 502-12. Corporation Stops: Corporation stops shall be all bronze bodies with an all bronze ball and Teflon seats, in accordance with AWWA C800. Inlet and outlet threads shall have NPT threads. Corporation stops shall be as listed in the City of Clearwater Approved Products List, or an equal approved by the city. Polyethylene Service Lines: All polyethylene service lines require stiffeners must be approved by the city and manufactured by Mars Company, Ocala, FL 34483. 3" service lines are not allowed. Refer to reclaimed water Standard Detail Index 501 Sheet 2 of 2. 502-7. BACKFLOW PREVENTERS The city owns and maintains all backflow prevention devices that are installed within their system. Therefore, any and all devices must be purchased from the city and installed by city work forces. Backflow prevention devices that are installed on customer's service lines at the point of delivery (service connection) shall be of a type in accordance with AWWA C511, latest edition for Reduced Pressure Principle Backflow Prevention Devices or AWWA C506, latest edition for Double Check Valve Assembly Backflow Prevention Devices. Two (2) different types of backflow prevention devices are allowed. The type of device, and when required, shall be determined by the degree of hazard presented to the municipal water system from possible backflow of water within the customer's private system, as determined by the city Utility Engineering Department. The two types of backflow prevention devices allowed are: 1. Double Check Valve Assembly Backflow Prevention Device: a device composed of two (2) single, independently acting, approved check valves, including tightly closing shutoff valves located at each end of the assembly and suitable connections for testing the water tightness of each check valve. 2. Reduced pressure principle backflow prevention device: a device containing a minimum of two (2) independently acting, approved check valves, together with an automatically operated pressure differential relief valve located between the two check valves. The unit must include tightly closing shutoff valves located at each end of the device, and each device shall be fitted with properly located test cocks. a. Reduced -pressure principle back flow preventers shall include an integral sensing system that will automatically open a relief valve whenever the differential pressure between the inlet supply and the reduced pressure zone drops to 2 psi. The relief valve shall remain open until a positive pressure differential of 2 psi is re-established. If pressure upstream of the first check valve drops to atmospheric or below, the relief valve shall remain fully open providing an internal air gap between the first check valve and the water level in the reduced pressure zone. The unit shall also be constructed such that any minor leakage of the second check valve will result in visible flow from the relief valve, even if the first check valve is totally disabled. 502-8. TAPPING SLEEVES AND LINESTOPS Tapping valves and tapping sleeves shall be installed where shown on the drawings to make "wet" taps into existing potable water, reclaimed water mains or wastewater force mains. Tapping valves shall only be installed in the vertical position. SECTION IV Page 99 of 175 05/12/2025 SECTION IV —Technical Specifications Tappin2 Sleeves for Taps 4 -inch to 12 -inch in Size: Fabricated all stainless steel body tapping sleeves to tap pipelines 4 -inch through 30 -inch in size with outlet tap sizes ranging from 4 -inches through 12 -inches, shall have heavy welded ASTM A24O, Type 304 stainless steel body; Type 304 stainless steel bolts, Grade 8 per ASTM A194, epoxy coated; Type 304 stainless steel nuts, Grade 8 per ASTM A194, fluoropolymer coated; and a 3/4 -inch Type 304 stainless steel test plug. The tapping sleeve, unless otherwise specified shall have a 18-8 Type 304 stainless steel outlet flange which meets the requirements of ANSI/AWWA C228 Class SD, ANSI 150 LB drilling recessed for tapping valve per MSS-SP6O. The tapping sleeve gasket shall be EPDM rubber. Stainless steel body tapping sleeves shall be as listed in the City of Clearwater Approved Products List, or an equal approved by the city. Mechanical Tappin2 Sleeves for Taps Larger Than 12 -inch in Size: Mechanical joint split tapping sleeves shall be ductile iron capable of withstanding a 250 -psi working pressure or the pipe rated working pressure, whichever is greater. The tapping flange for the sleeve shall have a groove that shall mate to the raised lip on the tapping valve flange. Gaskets shall be vulcanized EPDM resilient rubber material. All tapping connections for "size on size" taps shall utilize mechanical joint tapping sleeves only. The tapping sleeve shall be provided by the same manufacturer as the tapping valve. Bolts and nuts for the tapping sleeve split flange connection shall be Type 316 stainless steel conforming to ASTM A193, Grade B8M for bolts and ASTM A 194, Grade 8M for nuts. The nuts shall be fluoropolymer coated and have a hardness that is lower than that of the bolts and washers by a difference of 50 Brinnell hardness to prevent galling during installation. All interior and exterior surfaces of the mechanical joint split tapping sleeves shall be clean, dry, and free from rust and grease before coating. The interior and exterior surfaces of all mechanical joint split tapping sleeves shall be coated at the factory with fusion bonded or thermo-setting epoxy coating with a minimum total finish dry film thickness of 16 mils. Tapping Valves: Tapping valves are special gate valves designed to mate to the flange of a mechanical tapping sleeve with a mechanical joint outlet connection. The tapping flange of the valve shall have a raised lip that will mate with the grooved flange of the tapping sleeve flange. The tapping valve shall have an oversized diameter waterway to allow passage of the tapping machine cutter assembly, without sustaining damage to the valve. Each tapping valve shall have the manufacturer's distinctive marking, pressure rating, the words" Ductile Iron" or "DI", and year of manufacture cast on the body. Prior to shipment from the factory, each valve shall be tested by applying to it a hydrostatic pressure equal to twice the specified working pressure. Hydrostatic and leakage tests shall be conducted in strict accordance with ANSI/AWWA C5O9, latest revision. Resilient -seated type tapping valves shall be as listed in the City of Clearwater Approved Products List, or an equal approved by the city. A. Tapping valves with nominal sizes from 4- to 12 -inches shall conform to ANSI/AWWA C5O9, latest revision, and shall be designed for a minimum working pressure of 250 psi. Tapping valves with nominal sizes from 16 inches and larger shall conform to AWWA C515, latest revision, and shall be designed for a working pressure of 250 psi. Valves shall be ductile iron body, resilient wedge type with Nitrile rubber 0 -ring stem seals. Stems shall be sealed with three (3) 0 -rings. The top two 0 -rings shall be replaceable with the valve fully open and subject to the full rated working pressure. 0 -rings in a cartridge shall not be allowed. All cast ferrous components of the tapping valve including the valve body, wedge, bonnet and stuffing box shall be constructed of ductile iron in conformance with ASTM A536. The valve stem shall be manufactured of manganese bronze in accordance with ASTM B763 and the wedge nut shall be manufactured of bronze in accordance with ASTM B584. The valve stem shall have an integral thrust collar; two-piece stem collars shall not be acceptable. The valve shall have Delrin thrust washers above and below the thrust collar to assist in the operation of the valve. Valve wedge shall be symmetrical and constructed to assure uniform seating pressure between the wedge seat circumference and body seating surface, providing a complete seal at the rated pressure with flow from either direction. Resilient wedge of the valve shall be formed by a special corrosion and chloramine resistant, EPDM synthetic elastomer which is permanently bonded to and completely encapsulates the ductile iron valve disc. SECTION IV Page 100 of 175 05/12/2025 SECTION IV —Technical Specifications The wedge nut shall be independent of the wedge and held in place on three sides by the wedge to prevent possible misalignment. All bolting materials for buried tapping valves shall be Type 316 stainless steel, as specified below, with hexagonal shaped heads with dimensions conforming to ANSI B18.2.1; metric bolting materials shall not be allowed. Tapping valves shall be NSF 61 listed. B. Tapping Valve Ends: All tapping valves shall have a special flange with a raised lip to mate with the groove in the tapping sleeve flange and a mechanical joint end on the discharge side of the valve. C. Tapping Valve Connection Bolting: Bolts and nuts for the tapping valve flange connection shall be Type 316 stainless steel conforming to ASTM A193, Grade B8M for bolts and ASTM A194, Grade 8M for nuts. The nuts shall be fluoropolymer coated and have a hardness that is lower than that of the bolts and washers by a difference of 50 Brinnell hardness to prevent galling during installation. Jointing materials for the mechanical joint valve end and the mechanical joint tapping sleeve ends shall be in strict accordance with ANSI/AWWA C111 and ANSI/AWWA C153, latest revisions. Tee head bolts and nuts for the mechanical joint ends shall be manufactured of CORTEN, high strength, low alloy, corrosion resistant steel in accordance with ASTM A242, or an equal approved by the Engineer and the Owner. D. Tapping Valve Operators: Tapping gate valves shall have non -rising stems and shall open by turning to the left (counterclockwise), when viewed from the stem. Tapping valves shall be furnished with a ductile iron 2 -inch square AWWA standard nut operator with an arrow cast into the metal indicating the direction of opening. Tapping valves 16 -inches and larger in nominal size shall be provided with a spur gear box, valve operator. The spur gear shall be an EXEECO IS -5 to IS -10 spur gear, depending on valve size, with a gear ratio not more than 2:1. E. Interior Tapping Valve Linings: The interior of the tapping valve body shall be lined with a fusion bonded or thermo-setting epoxy coating in accordance with AWWA C550, latest revision. Lining shall be holiday -free, NSF approved, with a minimum thickness of 16 mils. Surfaces shall be clean, dry, and free from rust and grease before lining. F. Exterior Tapping Valve Coatings: All exterior surfaces of tapping valves shall be clean, dry, and free from rust and grease before coating. The exterior ferrous parts of all tapping valves shall be coated at the factory with fusion bonded or thermo-setting epoxy coating with a minimum total finish dry film thickness of 16 mils. Prior to back filling, all uncoated nuts, bolts, glands, rods, and other parts of joints shall be coated in the field with two coats of coal tar epoxy equal to Carboline Bitumastic No. 300-M. 502-9. LINE STOPPING ASSEMBLIES Specialty line stop fittings shall be used for applications where it is necessary to isolate a section of pipe without interrupting service. The Contractor shall provide a submittal which clearly identifies the materials used for line stop applications. Sleeves used to line -stop existing mains shall be provided and installed at locations as shown on the Drawings or as required for construction of the new force main tie-in to an existing force main. Line - stopping sleeve shall be steel fusion epoxy coated body with stainless steel bolts, nuts, and washers. Contractor shall determine the outside diameter of the existing main prior to ordering sleeve. The back (bottom) section shall be solid and designed within an outside diameter range specific to the pipe it is being installed on. The front (top) section will also be full encirclement design with a welded installed nozzle and flange outlet. Line stop fitting sleeves shall be the high strength type having a wide body, made of a minimum material strength of A-283 grade steel, ASTM A-36 Steel or equal, which conforms to and reinforces the pipe. The sleeve shall have as a minimum 7/8 -inch wide gasket of Nitrile Butadiene Rubber (NBR, Buna-N) per ASTM D2000 with hydro activated lip, captured in a recessed groove around the outlet. Bolts, nuts and washers shall be 3/4 -inch stainless steel 18-8 type 304. A 3/4 -inch forged steel test outlet will be placed SECTION IV Page 101 of 175 05/12/2025 SECTION IV — Technical Specifications into the nozzle branch outlet, at the factory, for the purposes of site pressure testing after the fitting has been installed around the pipe. Tapping sleeves and line stops shall be installed in accordance with the manufacturer's recommendations for the specified model. The fitting may not be retrofitted in any way after being installed on the pipe. The Contractor shall be responsible for ensuring that the fitting is properly restrained. The line -stopping equipment shall consist of a resilient sealing element, which shall be attached to and transported by a plug inserted perpendicularly into the pipe. The linear actuator shall extend and retract the Line -Stopper into and out of the pipe. When retracted from the pipe, the element and inserter shall be contained within the stopper housing. The hollow cylindrical sealing element shall be molded of natural rubber. The lower interior chamber of the element shall be enlarged into a hemispherical cavity to allow symmetrical deformation into sealing conformity with the bore of the pipe. The linear actuator shall be hydraulic and shall have a self-contained hand operated pump. The actuator shall exert a force sufficient to perpendicularly deform the cylindrical element into axially symmetrical sealing contact with the bore of the pipe. Design of actuator shall provide adequate stroke and means to continually align the line -stop bullet stopping assemblies in sizes 4 -inch thru 20 -inch with pressure rating to 250 psig. Equalization of pressure across the sealed element shall not be required to retract the element from the pipe. No equalization fittings shall be required downstream of the line -stopper. Line -stopping equipment must be capable of function and acceptance of multiple stopper heads and shall be compatible with existing system fittings. 502-10. BLOW OFF HYDRANTS Hydrant Blow offs are not allowed. 503. CONSTRUCTION 503-1. MATERIAL HANDLING 1. Care shall be taken in loading, transporting, and unloading to prevent damage to the pipe or fittings and their respective coatings. Pipe, fittings, valves, hydrants, and accessories shall be loaded and unloaded by lifting with hoists or skidding so as to avoid shock or damage. Under no circumstances shall such materials be rolled off the carrier or dropped. Unloading shall be done by lifting with a forklift or crane using straps and a spreader bar. Pipe handled on skidways shall not be skidded or rolled against pipe already on the ground. 2. Pipe shall be stored on level ground, preferably turf or sand, free of sharp objects which could damage the pipe. Stacking of the pipe shall be limited to a height that will not cause excessive deformation of the bottom layers of pipes. Pipe shall be stacked no higher than 6 -feet high on the project site for safety reasons. Where necessary, due to ground conditions, the pipe shall be stored on wooden sleepers, suitably spaced and of such width as not to allow deformation of the pipe at the point of contact with the sleeper or between supports. 3. The interior surfaces of valves and piping shall be kept free of dirt and debris. 4. Pipe and fittings which require the protection from UV, such as PVC or HDPE pipe, shall be covered and protected in accordance with manufacturer instructions. 5. Pipe shall be so handled that the coating and lining will not be damaged. If, however, any part of the coating or lining is damaged, the repair shall be made by the Contractor at their expense in a manner satisfactory to the Engineer. SECTION IV Page 102 of 175 05/12/2025 SECTION IV — Technical Specifications 6. In distributing the material at the site of the work, each piece shall be unloaded opposite or near the place where it is to be laid in the trench. 7. All materials shall be subject to inspection and approved by the Engineer after delivery; and no broken, cracked, misshapen, imperfectly coated or otherwise damaged, unsatisfactory or defective material shall be used. 8. All material found during the progress of the work to have cracks, flaws, or other defects shall be rejected and promptly removed from the site. 9. If damage occurs to any pipe, fittings, valves, hydrants or water main accessories in handling, the damage shall be immediately brought to the Engineer's attention. The Engineer shall prescribe corrective repairs or rejection of the damaged items. 503-2. PIPE LAYING 503-2.1. INSPECTION PRIOR TO INSTALLATION All pipe, fittings, valves, and other material shall be subject to inspection and approval by the Engineer and the City after delivery and prior to installation. If damage occurs to any pipe, fittings, valves, hydrants or accessories in handling, the damage shall be immediately brought to the Engineer's attention. The Engineer shall prescribe corrective repairs or rejection of the damaged items. No broken, cracked, imperfectly coated, or otherwise damaged or unsatisfactory material shall be installed. When a defect or crack is discovered, the injured or defective piece shall not be installed and shall be removed from the project site. All homing marks shall be checked for proper length to not allow a separation or over homing of connected pipe. Homing marks incorrectly marked on pipe shall result in rejection of pipe and removal from the site at the Contractor's expense. 503-2.2. GENERAL INSTALLATION REQUIREMENTS General: Excavation, backfill, and compaction shall conform to the provisions of Section 201-2. — Excavation, Backfilling and Compaction for Utilities. Upon satisfactory installation of the pipe bedding material as specified in Section 201-2. — Excavation, Backfilling and Compaction for Utilities, a continuous trough for the pipe barrel and recesses for the pipe bells or couplings shall be excavated by hand digging. When the pipe is laid in the prepared trench, true to line and grade, the pipe barrel shall receive continuous, uniform support and no pressure will be exerted on the pipe joints from the trench bottom. Proper implements, tools, and facilities satisfactory to the Engineer shall be provided and used by the Contractor for the safe and convenient performance of the work. All pipe, fittings, valves, and hydrants shall be carefully lowered into the trench piece by piece by means of a derrick, ropes, or other suitable tools or equipment in such a manner as to prevent damage to materials and protective coatings and linings. Under no circumstances shall materials be dropped or dumped in the trench. Pipe, fittings, valves, and accessories shall be installed as shown or indicated on the Drawings. All joint lubricant compounds shall be NSF approved. Water in Excavations: Water shall not be allowed in the trenches while underground pipes are being laid and/or tested. All pipe shall be laid "in the dry". Installation of potable water pipes, reclaimed water pipes or wastewater force main pipes shall not proceed in the trench until the trench has been properly dewatered and prepared. Refer to Section 203, Dewatering for dewatering requirements for the installation of pipelines. No pipe shall be laid when, in the opinion of the Engineer, trench conditions are unsuitable. Water shall not be allowed in the trenches while the pipes are being laid and/or tested. The Contractor shall not open more trench than the available pumping facilities are able to dewater the trench to the satisfaction of the Engineer or the city's Inspector. The Contractor shall assume responsibility for legally disposing of all water so as not to injure or interfere with the normal drainage of the area in which he is working. In no case SECTION IV Page 103 of 175 05/12/2025 SECTION IV — Technical Specifications shall the pipelines being installed be used as drains for such water, and the ends of the pipe shall be kept properly and adequately plugged during construction by the use of approved stoppers and not by improvised equipment. All necessary precautions shall be taken by the Contractor to prevent the entrance of mud, sand, or other obstructing matter into the pipelines. If on completion of the work any such materials have entered the pipelines, it must be cleaned as directed by the Engineer and the city's Inspector so that the entire system will be left clean and unobstructed. The Contractor shall not leave trenches open overnight. Pipe Bedding: The Contractor shall provide pipe bedding material in accordance with the Standard Details on the Drawings and Section 201-2. — Excavation, Backfilling and Compaction for Utilities. The Contractor shall hand -grade bedding to proper grade ahead of pipe laying operation. Bedding shall provide a firm, unyielding support along the entire pipe length. If the trench has been excavated below the required depth for pipe bedding material placement, the Contractor shall fill the excess depth with pipe bedding material to the proper grade. The Contractor shall excavate bell holes at each joint to permit proper assembly and inspection of the entire joint. Pipe Cradle: Upon satisfactory installation of the pipe trench as specified in Section 201-2. — Excavation, Backfilling and Compaction for Utilities and the pipe bedding, a continuous trough for the pipe barrel and recesses for the pipe bells or couplings shall be excavated by hand digging so that when the pipe is laid in the prepared trench, true to line and grade, the pipe barrel shall receive continuous, uniform support and no pressure will be exerted on the pipe joints or pipe bell from the trench bottom. Cleanliness: Mud, silt, gravel, and other foreign material shall be kept out of the pipe and off the jointing surface. The interior of the pipes shall be thoroughly cleaned of all foreign material before being gently lowered into the trench and shall be kept clean during laying operations by means of plugs or other methods accepted by the Engineer and the city. During suspension of work for any reason at any time, a suitable watertight plug shall be placed in the end of the pipe last laid to prevent mud or other foreign material from entering the pipe. Connections to Existing Utilities: All connections to existing piping systems shall be made as shown or indicated on the Drawings after consultation and cooperation with the city Utility Department. Some such connections may have to be made during off-peak hours (late night or early morning). Pipe Joint Deflection: Whenever it is desirable to deflect pipe joints to avoid obstructions or to maintain required alignment, the amount of the joint deflection shall not exceed 50 percent of the maximum limits allowed by the pipe manufacturer for ductile iron pipe. No bending or joint deflection of PVC pipe shall be permitted at any time. Changes in horizontal and vertical alignment of PVC pipe shall be achieved by use of fittings only. Pipe Installation: In preparation for pipe installation, placement (stringing) of pipe should be as close to the trench as practical on the opposite side of the trench from the excavated material. All pipe and fittings shall be carefully examined for cracks and other defects while suspended above the trench immediately before installation in final position. Spigot ends shall be examined with particular care as this area is the most vulnerable to damage from handling. Pipe laying shall proceed with the bell ends of the pipe pointing in the direction of the work progress unless directed otherwise by the Engineer. Where pipe is laid on a grade of 10 percent or greater, the laying shall start at bottom and shall proceed upward with the bell ends of the pipe pointing upgrade. Before pipe is joined, gaskets shall be cleaned of all dirt and stones and other foreign material. The spigot ends of the pipe and/or pipe gaskets shall be lubricated lightly with an NSF approved lubricant as specified by the pipe manufacturer and approved by the Engineer and the city. No sulfur based joint compound shall be used. Sufficient pressure shall be applied to the pipe to properly seat the spigot end into the bell of the previously laid pipe. Any damage to the pipe due to over-exertion shall be repaired at the Contractor's expense All damaged pipe shall be removed for the Project site. SECTION IV Page 104 of 175 05/12/2025 SECTION IV —Technical Specifications Pipe and fittings shall be laid accurately to the lines and grades indicated on Drawings or required. The depth of cover over the pipeline shall vary to provide uniform gradient or slope to the pipe, whether grading is completed or proposed at time of pipe installation. Where grades for the pipeline are not indicated on the Drawings, maintain a uniform depth of cover with respect to finish grade. As each length of pipe is placed in the trench, the spigot end shall be centered in the bell and the pipe forced home and brought to correct line and grade. The pipe shall be secured in place with approved backfill material tamped under it except at the bells. Precautions shall be taken to prevent dirt from entering the joint space. All pipe laid shall be retained in position to maintain alignment and joint closure until sufficient backfill has been completed to adequately hold the pipe in place. Care shall be taken to ensure a good alignment both horizontally and vertically and to give the pipe a firm bearing along its entire length. Any pipe which has its grade or joint disturbed after laying shall be taken up and relayed. All pipe and fittings shall be cleared of sand, dirt, and debris before laying. All precautions shall be taken to prevent sand, dirt, or other foreign material from entering the pipe during installation. If necessary, a heavy, tightly woven canvas bag of suitable size shall be placed over each end of the pipe before lowering into the trench and left there until the connection is made to the adjacent pipe. Any sand, dirt, or other foreign material that enters the pipe shall be removed from the pipe immediately. During pipe laying operations, no debris, tools, clothing or other materials shall be placed into the pipe interior. Interior of all pipe and fittings shall be kept clean after installation until accepted in the complete Work. Any time that pipe installation is not in progress, the open ends of pipe shall be closed by a watertight plug or other method approved by the Engineer and the city Inspector. Plugs shall remain in pipe ends until all water is removed from the trench. No pipe shall be installed when trench conditions are unsuitable for such work, including standing water, excess mud, or rain. Thrust Restraint: A. General: Thrust restraint shall be accomplished by piping restrained joints or mechanical restraining devices. B. Required Length of Restrained Joints: The length of restrained joints required shall be in accordance with the lengths shown on the Plan and Profile Drawings. The restrained joint lengths listed in the Restrained Joint Pipe Tables in the Drawings are absolute minimum lengths required and may not reflect the actual length of restrained joints required for a particular fitting arrangement or situation. C. Concrete Trust Blocks: Concrete thrust blocks shall not under any circumstances be allowed on the Project for thrust restraint at fittings. D. Concrete Trust Collars: Concrete thrust collars shall be used under extraordinary circumstances when approved by the Engineer and the city. If thrust collars are used, they shall conform to the details shown on the Drawings and shall be constructed of Class I concrete, which shall have a minimum compressive strength of 3,500 psi at 28 days. No pipeline work shall be accomplished adjacent to a thrust collar until the concrete has reached its full compressive strength and can handle the required thrust restraint. Initial Backfill: A. After pipe has been laid, inspected, and found satisfactory, sufficient backfill shall be placed along the pipe barrel to hold the pipe securely in place while conducting the preliminary hydrostatic test. No backfill shall be placed over the joints until the preliminary test is satisfactorily completed, leaving them exposed to view for the detection of visible leaks. B. Upon satisfactory completion of the preliminary hydrostatic test, backfilling and compaction of the trench shall be completed. SECTION IV Page 105 of 175 05/12/2025 SECTION IV — Technical Specifications Location Detection Wire: Refer to the city Standard Detail Drawings for wire location and installation notes. Location Detection Wires shall be installed for all potable water mains, reclaimed water mains and wastewater force mains. For open cut installation the two (2) detection wires shall be attached generally at the three o'clock and nine o'clock positions on the pipe with nylon pipe straps or tape located at 5 -foot intervals for each 20 -foot length of pipe. The wire shall be installed through valve boxes, valve vaults, air release valve enclosures, etc., and provide sufficient excess (12 -inches minimum) such that a loop in the wire can be raised above ground level. An energy source shall be attached to each of the wires to energize each wire to facilitate location of the wire and pipe using a metal detector. Prior to acceptance, the Contractor shall demonstrate to the Engineer and the city Inspector that each of the wires is continuous and unbroken through the complete run of the pipe by performing a continuity test of the 10 gauge location detection wires for the entire length of the potable water main, the reclaimed water main or the wastewater force main at each valve test station box. The test shall also include energizing each of the wires and locating the entire run of pipe with the Engineer and the city Inspector present. Underground Identification Tape: Install a continuous underground utility identification tape for all underground potable water mains, reclaimed water mains and wastewater force mains installed by open - cut methods. The identification tape shall be installed over the centerline of the pipe at a depth of 12 -inches below finished grade. Aboveground and Exposed Piping: Piping shall be cut accurately to measurements established at the job site and shall be worked into place without springing or forcing, properly clearing all equipment access areas and openings. Changes in sizes shall be made with appropriate reducing fittings. Pipe connections shall be made in accordance with the details shown and manufacturer's recommendations. Open ends of pipelines shall be properly capped or plugged during installation to keep dirt and other foreign material out of the system. Pipe supports and hangers shall be provided where indicated or as required to ensure adequate support of the piping. All above ground piping shall be painted with the appropriate color. 503-2.3. INSTALLATION OF DUCTILE IRON PIPE Handling and Cutting Pipe: A. Care shall be taken in handling, cutting, and laying ductile iron pipe and fittings to avoid damaging the pipe and interior cement mortar lining, scratching, or marring machined surfaces, and abrasion of the exterior pipe coating. All cracked pipe and fittings shall be removed at once from the Work. B. Pipe cutting shall be done by skilled workmen in a neat workmanlike manner without creating damage to the pipe and interior lining and to leave a smooth end at right angles to the axis of the pipe. Cut ends shall be square and rough edges of ductile iron pipe shall be ground smooth. For push -on joint connections, the cut end shall be beveled to prevent gasket damage during joint assembly. Interior lining and exterior coatings of the pipe shall be repaired at cut ends per the manufacturer's instructions prior to joint assembly. Laying Ductile Iron Pipe and Fittings: A. Bedding for Ductile Iron Pipe: Minimum bedding requirements shall be Type 3 as defined in ANSI/AWWA C600, latest revision. Provide proper bedding required, in accordance with thickness class of pipe being laid, restrained joints required and depth of cover. At a minimum the pipe shall be bedded in compacted 4 -inch thick select fill and backfilled and compacted to the top of the pipe to a minimum of 95% Modified Proctor. Proper pipe laying conditions shall be in accordance with ANSI/AWWA C150 and C151, latest revisions, and ANSI/AWWA C600, latest revision. B. All ductile iron pipe and fittings shall be laid in accordance with American Water Works Association Standard ANSI/AWWA C600, latest revision, entitled "Standard for Installation of Ductile -Iron Water Mains and Their Appurtenances", with the following sections specifically applying: SECTION IV Page 106 of 175 05/12/2025 SECTION IV — Technical Specifications 1. Section 3.3 - Pipe Installation. 2. Section 3.4 - Joint Assembly. C. Polyethylene tube encasement shall be installed for all buried ductile iron pipe segments and fittings for corrosion protection. Installation procedures shall be in accordance with AWWA C105/ANSI A21.5-10, latest revision, entitled Polyethylene Encasement for Ductile Iron Pipe Systems, Section 4.4 - Installation. Ductile Iron Pipe Joints: A. General: The joints of all pipelines shall be made leak tight. The particular joint used shall be approved by the Engineer and the city Inspector prior to installation. Where shown on the Drawings or where, in the opinion of the Engineer or the city Inspector, settlement or vibration is likely to occur, all pipe joints shall be bolted mechanical joint type with mechanical restraints, push -on joints with mechanical restraints or manufactured restrained joint type as specified above, or as indicated on the Drawings. All lumps, blisters, and excess coating shall be removed from the bell and spigot end of each pipe, and the outside of the spigot and the inside of the bell shall be wire brushed and wiped clean and dry and free from oil and grease before the pipe is laid. Pipe joints shall be made up in accordance with the manufacturer's recommendations. B. Mechanical Restrained Joints: All types of mechanical joint and push -on joint pipes with mechanical restraints shall be laid and jointed in full conformance with manufacturer's recommendations, which shall be submitted to the Engineer and the city Inspector for review and approval before work is begun. Only specially trained and skilled workmen shall be permitted to makeup mechanical restrained joints. Torque wrenches, set as specified in AWWA Standard C111, shall be used; or spanner type wrenches not longer than specified therein may be used with the permission of the Engineer and the city Inspector. The gasket shall be inserted, and the joint surfaces cleaned and lubricated with soapy water before tightening the bolts to the specified torque. C. Manufactured Restrained Joints: Manufactured restrained joints shall be provided where indicated on the Drawings. Joint assembly shall be made in strict accordance with the manufacturer's instructions, which shall be submitted to the Engineer or the city Inspector for review and approval before commencing work. D. Flanged Joints: Flanged joints shall be made up by inserting the gasket between the flanges. The threads of the bolts and the faces of the gaskets shall be coated with suitable lubricant immediately before installation. Joints shall be fitted so that the contact faces bear uniformly on the gasket. 1. Bolt holes of flanges shall straddle the horizontal and vertical centerlines of the pipe. Clean flanges by wire brushing before installing flanged fittings. Clean flange bolts and nuts by wire brushing and lubricate bolts with oil and graphite. 2. Insert the nuts and bolts (or studs), finger tighten, and progressively tighten diametrically opposite bolts uniformly around the flange to the proper tension. 3. Execute care when tightening joints to prevent undue strain upon valves, pumps, backflow preventers and other equipment. If flanges leak under pressure testing, loosen, or remove the nuts and bolts, reset or replace the gasket, re- install or re -tighten the bolts and nuts, and re -test the joints. Joints shall be watertight; no leaks shall be allowed. 503-2.4. INSTALLATION OF POLYVINYL CHLORIDE (PVC) PIPE Storage and Handling of PVC Pipe: PVC pipe shall be delivered to the site in unbroken bundles packaged in such manner as to provide protection against damage. When possible, pipe should be stored at the job site in the unit packages until ready for use. Packaged units shall be handled using a forklift or a spreader bar with fabric straps. Packaged units shall not be stacked at the job site higher than two units high. SECTION IV Page 107 of 175 05/12/2025 SECTION IV — Technical Specifications When it is necessary to store PVC pipe for long periods of time, exposure to direct sunlight shall be prevented by covering the pipe with an opaque material. Adequate air circulation above and around the pipe shall be provided as required to prevent excessive heat accumulation. PVC pipe shall not be stored close to heat sources of hot objects such as heaters, fires, boilers, or engine exhaust. Pipe gaskets shall be protected from excessive exposure to heat, direct sunlight, ozone, oil, and grease. The interior and all sealing surfaces of pipe, fittings, and other appurtenances shall be kept clean and free of dirt and foreign matter. Care shall be taken in handling and laying pipe and fittings to avoid severe impact blows, crushing, abrasion damage, gouging, or cutting. Pipe shall be lowered, not dropped, from trucks or into trenches. All cracked, damaged, or defective pipe and fittings, or any length of PVC pipe having a gouge, scratch, or other permanent indentation of more than 10 percent of the wall thickness in depth, shall be rejected and removed at once from the Work and replaced with new acceptable pipe. Field Cutting PVC Pipe: Field cutting of pipe shall be done in a neat workmanlike manner without creating damage to the pipe. The pipe shall be cut square with a fine-toothed hand or power saw or other cutter or knife designed for use with plastic pipe. Prior to cutting, the pipe shall be marked around its entire circumference or a square -in vise shall be used to ensure the pipe end is cut square. Remove burrs by smoothing edges with a knife, file, or sandpaper. Field Cutting Bell and Spigot PVC Pipe: Bevel the cut end of the pipe using a pipe beveling tool, wood rasp, or portable sander to prevent damage to the gasket during joint assembly. A factory -finished beveled end should be used as a guide to ensure proper beveling angle and correct depth of bevel. Round off any sharp edges on the leading edge of the bevel with a knife or file. The Contractor shall provide a seat homing mark on the field cut pipe in accordance with the pipe manufacturer's written instructions. Laying PVC Bell and Spigot Pipe: A. Pipe Bedding: Bedding for PVC pipe shall be as specified in Section 201-2. — Excavation, Backfilling and Compaction for Utilities using granular pipe bedding material. B. All PVC pipe shall be laid in accordance with the pipe manufacturer's published installation guide, the AWWA Manual of Practice No. M23 "PVC Pipe - Design and Installation" and the Uni-Bell Plastic Pipe Association installation recommendations. PVC Pipe Joint Assembly for Rubber Gasketed Bell and Spigot Pipe: A. The PVC bell and spigot joint shall be assembled in accordance with the pipe manufacturer's installation instructions, ASTM D2774, and AWWA Manual M23. Clean the interior of the bell, the gasket, and the spigot of the pipe to be jointed with a rag to remove any dirt or foreign material before assembling. Inspect the gasket, pipe spigot bevel, gasket groove, and sealing surfaces for damage or deformation. B. Lubricate the spigot end of the pipe with an NSF approved lubricant supplied or specified by the pipe manufacturer for use with gasketed PVC pipe in potable water systems. The lubricant should be supplied as specified by the pipe manufacturer and shall be NSF approved. After the spigot end is lubricated, it must be kept clean and free of dirt and sand. If dirt and sand adhere to the lubricated end, the spigot must be wiped clean and re -lubricated. C. Insert the spigot into the bell so that it contacts the gasket uniformly. Align the pipe sections and push the spigot end into the bell until the manufacturer's reference mark on the spigot is flush with the end of the bell. The pipe should be pushed into the bell using a bar and wood block. The joint shall not be assembled by "stabbing" or swinging the pipe into the bell, nor shall construction machinery be used to push the pipe into the bell. After joining the pipe, a metal feeler gauge shall be used to verify that the joint gasket is properly located. D. If undue resistance to insertion of the spigot end is encountered or if the reference mark does not reach the flush position, disassemble the joint and check the position of the gasket. If the gasket is twisted or pushed out of its seat, inspect the components, repair, or replace damaged items, clean SECTION IV Page 108 of 175 05/12/2025 SECTION IV — Technical Specifications the components, and repeat the assembly steps. Be sure the pipe is in proper alignment during assembly. If the gasket was not out of position, check the distance between the spigot end and the reference mark and relocate the mark if it is out of position. E. Restrained joints for PVC pipe shall be provided where indicated on the Drawings. Joint assembly shall be made in strict accordance with the joint restraint manufacturer's instructions, which shall be submitted to the Engineer and the city for review and approval before commencing work. 503-2.5. DIRECTIONAL BORING INSTALLATION The work of this Section includes all labor, machinery, construction equipment and appliances required for installation of high-density polyethylene (HDPE) pipe or Certa-Loc PVC pipe below the ground using directionally controlled horizontal drilling equipment and methods. All directional boring methods and equipment shall be approved by the Engineer and the city before any work shall be permitted. All directional boring and pipe installation methods shall be performed in a good workmanlike and safe manner. Horizontal Directional Drilling (HDD) is a construction method consisting of drilling a small diameter pilot hole within the designed tolerances for radius requirements, followed by enlargement of the hole by back reaming to accommodate the utility pipeline. 503-2.5.1. GENERAL REQUIREMENTS The overall work scope shall include, but not be limited to steerable directional boring equipment, boring pits and equipment, sheeting, location signs as required, maintenance of traffic and miscellaneous appurtenances to complete the entire Work as shown on the Contract Drawings, and restoration. Directional boring operations shall be performed within the right-of-way and/or easements shown on the Drawings. The HDD Contractor shall assume full responsibility for his methods of construction, the stability and accuracy of the drilled and reamed hole and pits constructed by him, and all costs for damages resulting from any failure thereof and be solely responsible for the safety of the pits and related structures, and personnel engaged in underground construction throughout the duration of the work. The general dimensions, arrangement and details for the drilled pilot hole and entry and exit pits to be constructed shall be as indicated on the approved Shop Drawings. Methods of excavation, equipment and procedures for the HDD operation and pits shall be selected to provide adequate working space and clearances for the work to be performed. Utility Protection: Utility lines and structures indicated on the Drawings, which are to remain in service, shall be protected from any damage. Where utility lines or structures not shown on the Drawings are encountered, Contractor shall report them to the city and the Engineer before proceeding with the Work. All utilities within 10 feet of the drill pilot bore, back ream or utility carrier pipe installation will be exposed through a soft -dig "pot -hole" or other opening, in accordance with appropriate utility locate laws and regulations, to ensure, through visual inspection, that the drill, reamer or utility carrier pipe has caused no damage to the utility and maintains adequate clearance. All potholes to locate existing utilities shall be sealed with an excavatable grout to avoid a possible flow path for the HDD drilling mud. Prior to commencing drilling operations, positively locate and stake all existing utility pipelines, cables, storm sewers, or other underground facilities which are located within 10 feet of the designed drilled path. All work covered by these Technical Specifications shall be performed in accordance with the applicable local, state and federal codes and laws which pertain to such work and supplemental regulations which are contained in these Technical Specifications. SECTION IV Page 109 of 175 05/12/2025 SECTION IV — Technical Specifications At all times when construction is not in progress, watertight plugs shall be installed in all pipe ends and openings, either following aboveground pipe fusing and storage before pipe pulling or following underground installation after pipe pull back. 503-2.5.2. SUBMITTALS The Contractor shall prepare a detailed schedule for the work and submit it to the Engineer and the city for approval. The schedule shall include all major tasks to be performed, including but not limited to the following: pipe delivery; rig mobilization and setup; pipe assembly; pilot hole drilling; reaming; pressure testing the pipe before installation; pipe pulling; pressure testing and pigging/flushing the pipe after installation; disinfection of potable water pipelines; anticipated work hours for each task, daily work hours and dates anticipated for each task. At least 10 days prior to mobilization of equipment, the Contractor shall submit a detailed installation plan to the city and the Engineer for review and approval. The plan shall also include a detailed Plan and Profile of the bore plotted at a scale no smaller than 1 -inch equals 20 feet horizontally and 1 -inch equals 4 feet vertically. The Contractor shall include a site plan of the entrance and exit pits, the pipe lay down area and equipment staging. Traffic control plans for entry pit, exit pit, and pipe lay down area if different than what is indicated on the Roadway Traffic Control Plan Drawings. Submit pipe, fittings, specials, joint restraint systems, adapters and couplings shop drawings including complete dimensions including length, internal diameter, pressure rating and wall thickness; maximum allowable deflection of the pipe; detailing; mechanical connections; and necessary accessories for manufacture, transportation, storage, handling, and installation. Submit pipe assembly procedures including: 1. Descriptions of procedures means and methods for storing, fabricating, handling, transporting, and protecting pipe segments. 2. Calculations of stresses and longitudinal strains developed in pipe during handling and installation. 3. Description of controls to safeguard that the allowable pulling forces will not be exceeded during the installation. 4. Description of procedures for lifting pipe. 5. Calculations showing allowable lifting configurations so allowable stresses will not be exceeded. 6. Welding procedures for high density polyethylene pipe. Submit a description of procedures, methods and materials that will be used to repair pipe or pipe joints damaged during installation. Submit a description of methods and materials that will be used to correct leaks in pipe or pipe joints. Equipment Submittal: Contractor shall submit manufacturer and specifications of directional drilling equipment to be used to ensure that the equipment will be adequate to complete the project. Submittal shall demonstrate that anticipated pullback forces do not exceed the tensile strength of the HDPE pipe with a minimum factor of safety of 2.0. Include calculations prepared by a Professional Engineer licensed in the State of Florida demonstrating maximum allowable pullback forces for this installation / material combination. Drilling Plan Submittal: Contractor shall submit a Drilling Plan including: Drilling Operations, Reaming Operations, Estimated Pullback Loads, Drilling Fluids Management, Safety Plan, and a Contingency Plan. A. Drilling Operations submittal shall include: 1. The number and size of construction crew, hours to be worked, pilot hole drilling procedure, reaming procedure, method of tracking and controlling the drilling head, method of verifying pipe location for as -built drawing and schedule for completing major activities. SECTION IV Page 110 of 175 05/12/2025 SECTION IV —Technical Specifications 2. Provide a 2 -inch x 34 -inch layout drawing(s), scale 1 -inch = 20 feet, indicating location of the entry, exit pits, and fluid storage pits, location of fused pipe before pulling (shall not block access to private property), location and type of fusion equipment, storage of waste fluid, and fluid recycling plan (if used). 3. Spoil handling, separation and disposal. 4. Provide a detail of the planned bore path and the method of monitoring and controlling the speed, line, grade, and rate of fluids delivery. 5. Include the sequence, size and description of each reamer and the capabilities of each through the type of soils anticipated to be encountered in the project area. 6. The Contractor shall maintain the alignment and minimum radii as detailed on the plan sheets and as specified herein. 7. The drill plan should include a final swabbing of the bore path prior to pipe pullback. 8. Contractor shall not proceed with work until Drilling Plan is approved by the Engineer and the city. B. Reaming Operations submittal shall include the required bore hole size for pullback of the pipeline. The Reaming Operation Plan shall be submitted for review prior to initiation of construction. C. Estimated Pullback Loads submittal shall include: 1. The Contractor shall submit to the Engineer an estimate of the anticipated pullback loads that will be required to install the pipe. 2. Contractor shall include the calculated buoyant force or buoyant weight of the pipe and proposed method for counterweighting or ballasting the pipe during pullback. a. Calculation shall be based on anticipated density of the drilling fluid(s) to be used. b. Any counterweight or ballast pipe placed inside the pipe shall be free from any dirt, grease, oil, or other contaminants that may prevent proper disinfection. D. Drilling Fluids Management submittal shall include: 1. Submit MSDS sheets for drilling fluid additives proposed, demonstrating they are non- hazardous. 2. Proposed mix design for each specific geological strata or formation anticipated during drilling of the bore path. 3. Estimate of drilling fluids and quantities to be utilized during each reaming pass. 4. Delivery volume and pressure for each reaming pass and the proposed method for monitoring. 5. Details of the drilling fluid/soil slurry solids separation, recycling or disposal plan that will describe the equipment and capacities for separation and recirculation. a. If direct vacuum excavation of the slurry is selected, the disposal site shall be identified, and copies of all required permits shall be presented to the Engineer. b. The Contractor shall submit a written plan that details the estimated quantity of slurry to be vacuum excavated and provide substantiation that there is sufficient equipment to adequately pump or shuttle the slurry to and from the disposal site(s) as required to maintain a near continuous drilling and pipe pull-back. 6. The Contractor shall submit to the Engineer a contingency plan for a quick response team to address inadvertent fluid discharges to the surface (frac-outs). In the event that a drilling fluid fracture, inadvertent returns or loss of returns occurs during pilot hole drilling operations, Contractor shall cease drilling, wait at least 30 minutes, inject a quantity of drilling fluid with a viscosity exceeding 120 seconds as measured by a March funnel and then wait another 30 minutes. If mud fractures or returns loss continues, Contractor will cease operations and notify the Engineer and the city. The Engineer, the city and the Contractor will discuss additional options and the Work will then proceed accordingly. Repair and clean-up of damages associated with frac-outs will be resolved in a timely fashion as directed by the city at the Contractor's expense. SECTION IV Page 111 of 175 05/12/2025 SECTION IV — Technical Specifications E. Safety Plan submittal: The Contractor shall be responsible for securing a safe worksite that meets all Federal, State, and Local government codes. A project safety and contingency plan which shall include but shall not be limited to drilling fluid containment and cleanup procedures, equipment and plan for compromised utility installations including electrical and power lines, potable water, reclaimed water, wastewater, storm water and any other subsurface utility. F. Contingency Plan submittal: Contractor shall submit contingency plans to address procedures to be employed in the event the following may occur: 1. Obstruction encountered during drilling or reaming. 2. Broken drill pipe. 3. Collapsed or buckled carrier pipe or casing pipe. 4. HDD fails to advance or fails to respond to steering actions. 5. Alignment deviation is outside allowable limits. 6. Installation (pull back) forces reach 75% of the max allowable forces. 7. Ground settlement/heaving exceed allowable limits set by the Engineer and the city. Project Records and As -Built Drawings submittals shall include the following: A. Fusion joint data and fusion technician data indicating conformance with this Technical Specification and applicable standards. This will include fusion joint warranty information and recommended project specific fusion parameters, including criteria logged and recorded by data logger. B. Certified copies of test reports of factory tests for the pipe to be inserted into the bore hole prepared by HDD methods required by the applicable standards and this Technical Special Provision. Report shall include at minimum include following information: 1. Dimensional Checks 2. Pipe Burst 3. Flattening 4. Extrusion Quality (Acetone Immersion) C. Project Records: Maintain a complete set of project records. Maintain a daily activity log during Horizontal Directional Drilling operations. Log shall accurately record entire workday. These documents shall include but not be limited to: 1. Start and finish time of each section of drill pipe for pilot hole drilling and reaming. 2. For pilot hole drilling, drill bit location at least every 10 ft. along the drill path. Mark the as -built drawings on a daily basis with drilling progress. 3. General description of ground condition drilled. 4. Details and perceived reasons for delays greater than one hour other than normal breaks and shift changes. 5. Details of any unusual conditions or events. As -built Drawings: Maintain at the construction site a set of field drawings for recording the pilot hole as - built conditions. Plot as -built conditions on the field drawings, including the location in plan and elevation of the pilot hole. 503-2.5.3. QUALITY ASSURANCE AND COORDINATION OF WORK HDD Contractor's Experience: Any horizontal directional drilling operations 16" or larger diameter installation shall be conducted by an experienced HDD Contractor. The HDD Contractor shall have minimum of five years of experience constructing horizontal directional drills for pipelines of the same or larger diameter and the same or greater lengths. A responsible representative of the HDD Contractor and the city must be present at all times during a directional drilling operation. A responsible representative as specified herein is defined as a person experienced in the type of Work being performed and who has authority to represent the Contractor in a routine decision making capacity concerning the manner and method of carrying out the Work. SECTION IV Page 112 of 175 05/12/2025 SECTION IV — Technical Specifications Qualifications and Experience of Contractor Personnel: The Contractor shall employ skilled, experienced superintendent(s), drill rig operators, and key personnel. A competent and experienced superintendent representing the HDD Contractor, that is thoroughly familiar with the equipment and type work to be performed, must always be in direct charge and control of their operation. In all cases the superintendent shall be continually present at the job site during the actual directional drilling. The superintendent(s) and drill rig operators shall each have at least three years of successful experience using the HDD process, on at least five (5) projects with similar or greater diameters, pull back length and ground conditions. The superintendent(s), drill rig operator, and key personnel shall demonstrate successful completion of at least five (5) projects where pipe was installed with horizontal directional drilling techniques. The Contractor shall furnish resumes of the superintendent(s), drill rig operator(s) and other key personnel. Personnel experience records should include project names, locations, pull back lengths, ground conditions, pipe materials, project description, city project number, Engineer, and references with names, addresses and telephone numbers. The superintendent, drill rig operator(s) and other key personnel listed in the submittal shall be on-site during all construction related activities required for HDD installation. A responsible representative of the HDD Contractor and the city shall be present at all times during the directional drilling operation. A responsible representative as specified herein is defined as a person experienced in the type of Work being performed and who has authority to represent the Contractor in a routine decision making capacity concerning the manner and method of carrying out the Work. The HDD Contractor shall always have a sufficient number of competent workers on the job to ensure the directional bore is made in a timely and satisfactory manner. Adequate personnel for carrying out all phases of the actual drilling operation must be on the job site from the beginning through the completion of the work. The Contractor shall use certified HDPE pipe welding and fusion operators. The certifications of these individuals shall be made available prior to construction. HDPE pipe welding and fusion operators shall be certified by the pipe manufacturer prior to commencement of pipe welding and fusing operations. The equipment used in directional boring, also known as horizontal directional drilling, shall be of adequate commercial size and satisfactory working condition for safe operation, and may be subject to approval by the city or at the discretion of the Engineer. Such approval, however, shall not relieve the Contractor of the responsibility for making a satisfactory installation meeting the criteria set forth herein. Only workmen experienced in directional boring operations shall be used in performing the Work. The Contractor shall provide all structures, safety equipment, and professional services required to provide for the health and safety of the general public and of personnel involved in directional boring work in accordance with the requirements of the regulatory agencies having jurisdiction The Contractor shall take all measures necessary to protect surrounding public and private property, adjacent buildings, roads, drives, sidewalks, and appurtenances from damage due to directional boring work. Responsibility and payment for correction of such damage shall be the sole responsibility of the Contractor and at no additional cost to the city. The HDD operation is to be operated in a manner to eliminate the discharge of water, drilling mud, and cuttings to nearby water bodies or to the land areas involved during the construction process. If inadvertent spills to nearby water bodies occur, the Contractor shall immediately provide environmental controls and cleanup to the satisfaction of, and at no additional expense to the city. Best Management Practices (BMP's) for erosion control within the Contractor's work area shall be implemented and maintained at all times during drilling and back -reaming operations to prevent siltation and turbid discharges in excess of State Water quality Standards pursuant to Rule 62-302, F.A.C. Methods shall include but are not limited to the immediate placement of turbidity containment devices such as turbidity screen, silt containment fence, hay bales, and earthen berms, etc. to contain the drilling mud. SECTION IV Page 113 of 175 05/12/2025 SECTION IV — Technical Specifications 503-2.5.4. HDD PIPE PRODUCTS The horizontal directional drilling shall only use Certa-Loc PVC or butt -welded HDPE pipe which meets the requirements specified in Section 502. Refer to Section 502-2.4. for the HDPE Butt Fusion Process and installation procedures for HDD installations. 503-2.5.5. GENERAL HDD INSTALLATION CONSIDERATION The Contractor shall furnish all equipment and materials required, including but not limited to the following: 1. Drilling equipment (Drilling rig, drill head, drill pipe, drilling control system, pipe pull heads, pipe rollers). 2. Water pumps, hoses, fittings, storage tanks, vacuum truck(s), filters, hay bales, and silt fences, as required. 3. Drilling fluids containment, collection, cleaning and disposal equipment, and materials. 4. Fuel and lubricants. 5. Bentonite and related mixing equipment. 6. All hydrostatic testing equipment and materials. 7. Side booms, cranes, backhoes, trucks and other equipment and materials necessary to load and unload pipe, and to support and smoothly transition the pipe while being pulled into the reamed hole. All equipment used in the horizontal directional drilling operation shall have the built-in capacity, stability and necessary safety features required to fully comply with the Technical Specifications and requirements of this section without showing evidence of undue stress or failure, and shall otherwise be in sound operating condition. Backup equipment, sufficient spares and replacement items shall be required where job site conditions indicate that severe damage to the roadway or a hazardous condition may result in the event of an equipment breakdown and where the condition of the equipment to be used indicates that routine component replacement or repair will likely be necessary during the drilling operation. If equipment breakdowns or other unforeseen stoppages occur and forward motion of the directional cutting head is halted at any time other than for reasons planned in advance (addition of drill stems, etc.), the bore hole shall remain filled with Bentonite slurry and the slurry shall be recirculated periodically. If an existing utility is damaged, pavement cutting for inspection may be approved by the roadway authority (state, county or city) and the city representative after consideration of all pertinent facts indicates that such action would offer the most practical solution to the problem for all parties concerned. Any such authorized pavement opening shall be repaired according to appropriate regulatory agency's specifications and requirements. No cutting of the pavement will be allowed on interstate or other limited access roadways unless approved by FDOT. The boring tool shall have a steering capability and have an electronic tool detection system. The position of the tool during operation shall be capable of being determined accurately both horizontally and vertically. 503-2.5.6. HDD DRILLING EQUIPMENT AND DRILLING FLUID General: The directional drilling equipment shall consist of a directional drilling rig of sufficient capacity to perform the bore(s) and pullback of the pipe(s), a drilling fluid mixing and delivery system of sufficient capacity to successfully complete the crossing, a drilling guidance system to accurately guide boring operations, a vacuum truck or mud separation plant of sufficient capacity to handle the drilling fluid volume, and trained and competent personnel to operate the system. All equipment shall be in good, safe operating condition with sufficient supplies, materials and spare parts on hand to maintain the system in good working SECTION IV Page 114 of 175 05/12/2025 SECTION IV — Technical Specifications order for the duration of this project. All required equipment shall be included per the emergency and contingency plan as submitted per these Technical Specifications. Drilling Rig: A. The directional drilling machine shall consist of a hydraulically powered system to rotate, push and pull drill pipe while delivering a pressurized fluid mixture to a steerable drill head. The machine shall be anchored to withstand the pulling, pushing and rotating forces required to complete the project. B. The drilling rig hydraulic system shall be self-contained with sufficient pressure and volume to power drilling operations. Hydraulic system shall be free of leaks. C. The drilling rig shall have a system to monitor and record maximum pull-back forces during pull- back operations. D. The drilling rig shall be grounded during drilling and pullback operations. There shall be a system to detect electrical current from the drilling string and an audible alarm that automatically sounds when an electrical current is detected. Drill Head: A. The horizontal directional drilling equipment shall produce a stable fluid filled bore hole with the use of a steerable drill head. B. The system shall be able to control the depth and direction of the pipe. C. Drill head shall contain all necessary cutters and fluid jets for the operation and shall be of the appropriate design for the soil or rock being drilled. Drill Pipe: Drill pipe shall be constructed of high quality 4130 seamless tubing, Grade D or better, with threaded box and pins. Tool joints should be hardened to 32-36 RC. Drill pipe shall be capable of drilling the design drill path and of pulling back the HDPE pipe. Drilling Fluid System: A. Drilling Fluid (Mud): 1. Drilling Fluid shall be a high-quality bentonite drilling fluid or equivalent to ensure hole stabilization, cuttings transport, bit and electronics cooling and hole lubrication to reduce drag on the drill pipe and the product pipe. Oil based drilling fluids or fluids containing additives that can contaminate the soil or ground water shall not be considered acceptable substitutes. Composition of the fluid must comply with all applicable local, state and federal environmental regulations. 2. Drilling fluid shall be composed of clean potable water and the appropriate additive(s) for the fluid to be used. Water shall be from a clean potable source and shall meet the mixing requirements of the manufacturer. Reclaimed water shall not be considered an acceptable alternative to potable water. 3. Potable water shall be obtained from a metered city Water Utility construction service connection paid for by the Contractor. The contractor shall follow all city Water Utility Department requirements regarding backflow prevention, service water metering, and cross connection control. 4. The water and additives shall be mixed thoroughly to assure the absence of any clumps or clods. No hazardous additives may be used. 5. Drilling fluid shall be maintained at a viscosity sufficient to suspend cuttings and maintain the integrity of bore wall(s). 6. Drilling fluid shall be disposed of off-site in accordance with local, state and federal requirements and/or permit conditions. Disposal of drilling fluids shall be in compliance with environmental regulations, right-of-way and workspace agreements and permit requirements. SECTION IV Page 115 of 175 05/12/2025 SECTION IV — Technical Specifications 7. No additional chemicals or polymer surfactants shall be allowed to be added to the drilling fluid as submitted for this project without written consent of the city and the Engineer. B. Drilling Fluid Mixing System: 1. A self-contained, closed, drilling fluid mixing system shall be of sufficient size to mix and deliver drilling fluid for the project. 2. The drilling fluid reservoir tank shall be a minimum of 1,000 gallons. 3. The mixing system shall be able to ensure thorough mixing of the drilling fluid. The drilling fluid reservoir tank shall be sized for adequate storage of the fluid. 4. The mixing system shall continually agitate the drilling fluid during drilling operations. C. Drilling Fluid Delivery and Recovery System: 1. The mud pumping system shall have a minimum variable capacity of 35 to 500 gpm and the capability of delivering the drilling fluid at a constant minimum pressure of 1200 psi. 2. The delivery system shall have filters or other appropriate in-line equipment to prevent solids from being pumped into the drill pipe. 3. Used drilling fluid and drilling fluid spilled during drilling operations shall be contained and disposed of in a legal manner at approved solid waste landfills. The use of spill containment measures shall be maintained around drill rigs, drilling fluid mixing system, entry and exit pits and drilling fluid recycling system (if used) to prevent spills into the surrounding environment. Pumps, vacuum truck(s), and/or storage of sufficient size shall be in place to contain excess drilling fluid. 4. A closed-loop drilling fluid system and a drilling fluid cleaning system should be used to the extent practical, depending upon project size and conditions. Under no circumstances shall drilling fluid that has escaped containment (i.e. inadvertent returns) be reused in the drilling system. Pipe Pull Heads: A. Pipe pull heads shall be utilized that employ a positive through -bolt design assuring a smooth wall against the pipe cross-section at all times. B. Pipe pull heads shall be specifically designed for use with high density polyethylene (HDPE) pipe or PVC fusible pipe as appropriate and shall be as recommended by the pipe supplier. Drilling Control System: A. Calibration of the electronic detection and control system shall be verified prior to the start of the bore. B. The drilling head shall be remotely steerable by means of an electronic or magnetic detection system. The drilling head location shall be monitored in three dimensions, X, Y and Z: 1. Distance along the baseline, X. 2. Offset from the baseline, Y, and. 3. Depth of bore, Z. C. The guidance system shall be capable of tracking at all depths up to 50 feet and in any soil condition, including hard rock. It shall enable the driller to guide the drill head by providing immediate information on the tool face, azimuth (horizontal direction), and inclination (vertical direction). The guidance system shall be accurate and calibrated to the manufacturer 's specifications of the vertical depth of the borehole at sensing position at depths up to 50 feet and accurate to 2 -feet horizontally. D. Point of rotation of the head shall also be monitored. Pipe Rollers: Pipe rollers shall be used for pipe assembly and during final product pull back. SECTION IV Page 116 of 175 05/12/2025 SECTION IV — Technical Specifications 503-2.5.7. PREPARATION AND MOBILIZATION FOR HDD OPERATIONS Do not commence directional drilling until all required submittals have been approved by the Engineer and the city. Do not begin drilling until all pipe and special items for drilling have been delivered. All drilling operations shall be accomplished during daylight hours and shall not begin after the hour pre- established as the latest starting time that will allow completion during daylight hours. Planned nighttime work will generally not be allowed unless stipulated in the special conditions of the city's Agreement. In emergency situations, or where delay would increase the likelihood of a failure, nighttime work may be allowed to complete the drilling operations. Mobilize all necessary personnel, equipment, and materials to construct an entry area for drilling operations. Provide appropriate supports to maintain safe working conditions; ensure stability of the entry, exit, settlement, and containment pits; minimize loosening, deterioration and disturbance of the surrounding ground. The drilling site shall contain the horizontal directional drilling rig, drill pipe storage racks, water and slurry pumps, slurry mixing tank, cuttings separation equipment, primary settlement and containment pits, dry storage area for bentonite, crane or lifting equipment, and site office. The pipe launcher/roller system (or equal) shall be constructed in the specified area. The pipe lay down area shall be as determined in conjunction with the Engineer and the city and shall be used to facilitate the installation of the pipeline. 503-2.5.8. ENVIRONMENTAL REQUIREMENTS Provide equipment and procedures to maximize the recirculation of drilling mud and to minimize waste. Provide solids control and fluid cleaning equipment of a configuration and capacity that can process surface returns and produce drilling fluid suitable for reuse. Inadvertent surface returns or "frac-outs" of drilling fluid that is accessible on land must be cleaned up immediately and the surface area washed and returned to original condition. All drilling fluids, spoils and separated material will be disposed of in compliance of state and local environmental regulations. If the amount of surface returns exceeds that which can be contained and collected using small sumps, drilling operations shall be discontinued until surface return volumes can be brought under control. Equipment and materials for cleanup and contingencies must be provided and stored at all HDD sites. Construction related activities involving fuels and lubricants such as vehicle refueling and equipment maintenance, including the draining and pumping of lubricants shall be conducted at a minimum distance of 50 feet from surface water bodies, drainage ditches or swales, drainage pathways and storm water collection structures to eliminate contamination in case of a spill. Any fuels, drilling fluids, or lubricants spilled shall be cleaned up immediately and comply with all FDEP requirements. Contractor shall provide sanitation and garbage facilities on both sides of the HDD operation. Wastes shall be transported offsite for disposal. Immediately upon completion of work, all rubbish and debris shall be removed from the job site. All construction equipment and implements of service shall be removed and the entire area involved shall be left in a neat, clean, and acceptable condition approved by the city. 503-2.5.9. DRILLING OPERATIONS Supply all necessary drilling equipment for completing the HDD installation as shown on the approved Shop Drawings. SECTION IV Page 117 of 175 05/12/2025 SECTION IV —Technical Specifications The plan and profile for the horizontal directional drilling operation shall be in accordance with the approved Shop Drawings. Drill entrance and exit angles shall be as shown on the approved Shop Drawings. Drilling Tolerances: A smoothly curved pilot hole shall follow the designated centerline of the pipe profiles as shown on the Drawings. The directional tolerance of the holes will be as follows: A. Deviations from, and corrections to, the design centerline of the HDD pipeline construction shall not exceed 2 percent in depth per 100 feet horizontal or a lesser rate determined by the structural characteristics of the selected pipe and jointing system. B. The as -built variance from the designed bore path shall not exceed plus or minus 1 -foot in the vertical plane and plus or minus 2 -feet in the horizontal plane. 503-2.5.10. HDD INSTALLATION General: The Contractor shall install the HDPE pipe by the horizontally drilled, directionally controlled method of construction. Instrumentation: The Contractor shall always provide and maintain instrumentation which shall accurately locate the pilot hole position in the X, Y and Z axes relative to the ground surface and measure drill string axial and torsional loads. Drilling fluid flow rate and pressure shall also be monitored. The Contractor shall maintain and provide to the city Inspector and the Engineer access to the data generated by the downhole survey tools. Drilling Guidance and Pullback: A. Pipe installed by horizontal directional drilling shall be located as shown on the Drawings. The Contractor shall plot the actual horizontal and vertical alignment and the depth of the pilot bore at intervals not exceeding 10 feet. Deviations between the recorded position of the drill string and the specified position of the drill string shall be documented and immediately brought to the attention of the Engineer. This "as -built" plan and profile shall be updated as the pilot bore is advanced. At the completion of the pilot hole, the Contractor shall provide the coordinates of the pilot hole as specified. B. The Contractor shall provide and use on land, a separate steering system employing a ground survey grid system, equal to "Tru -Tracker". C. The Contractor shall have accurate working gauges which register tensile force being used to pull the pipeline back through the reamed borehole. If, during the pipeline pulling process, this force reaches 75 percent of the allowable load for the pipeline, the Engineer shall be notified immediately, and the Contractor shall prepare to initiate the contingency plan provided within the approved Project submittals. Logs shall be kept referencing all forces exerted on the pipeline during the installation. D. The Contractor shall provide adequate pipe supports/rollers along the stringing area (for both entry and exit pits) to support the required length of pipe for each location. The rollers shall be comprised of a non-abrasive material arranged in a manner to provide support to the bottom and bottom quarter points of the pipeline allowing for free movement of the pipeline during pullback. E. The pipe entry area shall be graded to provide support for the pipe to allow free movement into the borehole. The pipe shall be guided in the borehole to avoid deformation of, or damage to the pipe. The pipe shall be installed in a mariner which will not cause upheaval, settlement, cracking, movement, or distortion of surface features. F. During pullback operations, the Contractor shall monitor roller operation and use side booms if required to assist movement of the pipe and to avoid damage to the pipe. G. Cease installation operations if damage to the pipe occurs. Damage to the pipe shall be repaired immediately. Pulling operations shall not resume until the pipe has been repaired. SECTION IV Page 118 of 175 05/12/2025 SECTION IV — Technical Specifications H. Pipe pullback shall be planned to occur continuously until complete, except for stoppages planned in the course of the operation such as drill rod removal or if damage to the pipe is observed during pullback that needs to be repaired before continuing. Contractor shall implement necessary buoyancy control as stated in the approved HDD Method and Work Plan. Location Detection Wire for HDD Pipeline Installations: Refer to Section 502-2.5.2. B. for specifications regarding material and installation of Location Detection Wires for HDD installations. 503-2.5.11. DRILLING MUD AND CUTTINGS The horizontal directional drilling operation shall be conducted in a manner to eliminate the discharge of water, drilling mud, and cuttings to areas not involved in the construction process. The Contractor shall immediately contain and clean-up any inadvertent drilling fluid returns. The Contractor shall also provide equipment and procedures to maximize the recirculation or reuse of drilling mud to minimize waste disposal. Disposal of water, drilling fluids, drilling mud, cuttings, and muck shall be the Contractor's responsibility. Disposal of waste materials shall be in a legal manner at approved solid waste Landfills. 503-2.5.12. REAMING AND PULLBACK Reaming: Reaming operations shall be conducted at the discretion of the Contractor. Choosing to simultaneously ream and pull back the pipe is at the discretion and the sole risk of the Contractor. All provisions herein relating to simultaneous reaming and pulling back operations shall also pertain to reaming operations. A. Prior to pulling pipe, enlarge pilot hole to the diameter identified in the reaming procedure submittal. The Contractor shall ream the borehole to a minimum of 12 -inches larger than the outside diameter of the pipe or 1.5 times the outside diameter of the pipe, whichever is less, using the appropriate tools. Complete a swab pass if necessary. B. Ream at rates consistent with the drilling equipment and mud system selected. C. Continue to monitor the drilling fluid viscosity and density to reduce the potential for frac-out. Pulling Loads: The Contractor shall be responsible for determining safe pulling loads required for proper installation. Such loads shall be minimized to prevent failure of the pipeline during installation. Once pullback operations have commenced, operations shall continue without interruption until the pipe is completely pulled into the borehole. During pullback operations, the Contractor shall not apply more than the maximum safe pipe pull pressure at any time. A break away head rated at the maximum safe pull pressure shall be utilized. Torsional Stress: A properly sized and fully operational swivel shall be installed between the reaming assembly at the end of the drilling pipe and the pipeline to restrict torsional stress from being transmitted to the pipeline. Ballast: The pipeline must be filled with water (ballasting) as installation proceeds, to prevent buckling and reduce buoyancy. Pull Section Support: The pipe section shall be supported as it proceeds during pull back so that it moves freely. 503-2.5.13. PIPELINE PROTECTION Protect the interior of the pipe from entry of foreign matter until the installation is complete and accepted. Contractor shall video record the inside of the pipe after it has been installed and verify that no cracks, breaches, gouges, holes, etc. have occurred during pullback that would decrease the integrity of the pipe. SECTION IV Page 119 of 175 05/12/2025 SECTION IV — Technical Specifications 503-2.5.14. PIPELINE CLEANING Following installation of the pipeline installed by HDD, the pipeline shall be hydraulically cleaned and flushed as specified in Section 504 of these Technical Specifications. 503-2.5.15. PIPELINE TESTING Pressure Testing: Hydrostatically test pipe before and after installation in accordance with ASTM F2164 - Field Leak Testing of Polyethylene Pressure Piping Using Hydrostatic Pressure and Section 505. of these Technical Specifications. A. Test Duration: The total test time including initial pressurization, initial expansion, and time at test pressure, must not exceed a total of 8 hours. If the test is not completed due to leakage, equipment failure, etc., the test section shall be depressurized and allowed to "relax" for a minimum of 8 hours before it is brought back up to test pressure. The test procedure consists of initial expansion phase and leakage test phase. B. Initial Expansion Phase: During the initial expansion phase, the test section is pressured to the test pressure and enough make-up water is added each hour for a total of three hours to return to test pressure. C. Leakage Test Phase: The leakage test phase immediately follows the initial expansion phase. The test section shall be brought back up to the test pressure and remain at that pressure for 4 -hours in duration. At the end of the 4 -hour test time period, the test section shall be within +/-2 psig of the test pressure with zero leakage (no water added). D. Zero Leakage: The portion of the HDD pipeline to be hydrostatically tested with HDPE butt fused joints shall have zero leakage for the entire 4 -hour leakage test duration for the HDD pipe section to have passed the leakage test. Test Pressure: The test pressure for the HDD pipeline shall be 150 psi for potable water and reclaimed water or 100 psi for wastewater. The Contractor shall furnish all materials, equipment, and labor required for making pressure and leakage tests. Tests shall be performed in the presence of the Engineer and the city Inspector. 503-2.5.16. DISINFECTION FOR HDD POTABLE WATER PIPELINES Final disinfection for potable water pipelines installed by HDD, following cleaning, flushing and pipeline testing, shall be in accordance with Section 506. of these Technical Specifications. 503-2.5.17. CITY ACCEPTANCE If the finished installation of the HDD is not satisfactory to the city, the Engineer or other jurisdictional entity, due to any of the following: the pipe alignment being outside of the specified limits of+ 1.0 foot of the coordinates for the entry or exit points stated on the Drawings; failure to pass the leakage or pressure tests; or internal damage to the pipeline; the pipeline shall be abandoned, fully pressure grouted in place, in accordance with the jurisdictional authority, and an alternate installation shall be constructed. The abandoned pipeline shall be properly shown on Record Drawings to be submitted following conclusion of the construction work. If the HDD pipeline construction is to provide an HDPE casing pipe for a carrier utility pipe, casing spacers shall not be permitted inside the HDPE casing pipe. If the HDD installation is for a casing pipe, the Contractor shall end -seal the annular space between the casing pipe and the carrier pipe using concrete brick and mortar which shall extend at least 8 -inches into the casing pipe. To secure the ends of the casing and to preclude the entrance of water and soil into the casing, the casing ends shall be completely sealed to be watertight with a neoprene rubber seal specifically manufactured for that purpose. The neoprene end seal shall be attached to the casing and the carrier pipe SECTION IV Page 120 of 175 05/12/2025 SECTION IV — Technical Specifications with Type 304 stainless steel bands. The casing end seals shall be constructed to be basically watertight to preclude the intrusion of groundwater into the casing. Casing end seals shall be equal to Cascade Water Works Model CCES or an approved equal listed in the City of Clearwater Approved Products List. The Engineer shall inspect the installed pipe ends for roundness and/or damage. Evidence of significant surface scratching shall be brought to the attention of the Engineer. Gouges or excessive surface damage of more than 10 percent of the wall thickness will be grounds to abandon the bore and have the Contractor re - drill another pipeline at no cost to the city. The city shall be provided with test logs from the Contractor indicating the actual maximum pull loads, maximum deflection angle encountered during the pulling operation and the actual X, Y and Z coordinates of the pipe centerline at a maximum of every 10 feet horizontally of the HDD pipe for review as part of final acceptance. Contractor shall review the internal video of the HDD installation and report any deficiencies to the Engineer and the city. A copy of the video shall be provided to the city as part of the Record Documents submittal for the completed and accepted Work. 503-2.5.18. REPAIR Pipes damaged during handling or installation shall be pushed or pulled out or repaired in-place using replacement sections and butt fusion welds recommended by the pipe manufacturer following methods described in the approved submittal. 503-2.5.19. CLEANUP AND REPAIR Following the installation, remove all equipment, material, drilling mud and waste from both work area ends of the HDD installation. The project site shall be returned to a condition equal to or better than the pre -construction condition of the site. All excavations will be backfilled and compacted to 98% maximum dry density under roadways and hardscape, or to 95% maximum dry density for all other areas and shall be graded to original contours. Compaction Testing shall be performed in accordance with Section 201-2.9 — Baclll and Compaction of these Technical Specifications. All pavement and hardscape shall be repaired per applicable jurisdictional standards, excess materials shall be removed from the site, and disturbed areas shall be re -landscaped. All drilling fluid shall be properly disposed of per these Technical Specifications and all applicable jurisdictional laws. Areas or facilities disturbed or damaged during construction shall be restored to original or better condition with new materials prior to the completion of construction unless specifically identified on the Drawings to be modified. This includes areas or facilities outside or inside the roadway rights-of-way, previous construction activities being done as part of this Project, and ancillary roadways, retention ponds, landscaping, signage, billboards, utility boxes and equipment, utility poles, and utility lines. 503-3. SETTING OF VALVES, HYDRANTS AND FITTINGS 503-3.1. GENERAL Valves, hydrants, fittings, plugs and caps shall be set and joined to pipe in the manner specified above for installation of pipe. 503-3.2. Fittings The weight of ductile iron fittings shall not be carried by the pipe on which they are installed. The fitting shall be supported by a concrete cradle as shown on the standard details. Concrete used for supports shall SECTION IV Page 121 of 175 05/12/2025 SECTION IV — Technical Specifications have a minimum compressive strength of 3,500 psi at 28 days. Concrete for the support cradle shall be poured against undisturbed soil. All glands, clamps, bolts, nuts, studs, and other uncoated parts of fitting joints for underground installation shall be coated with two coats, 10 mils DFT per coat, of coal tar epoxy equal to Carboline Bitumastic No. 300-M. 503-3.3. VALVES Valves for potable water mains and reclaimed water mains shall be located within the street rights-of-way lines unless shown otherwise on the plans. All valves shall be installed adjacent to the tee in all cases, not to exceed 18 -inches from the main line. Valves of the size and type shown on the Drawings shall be set plumb and installed at the locations indicated on the Drawings. Valves shall be installed in accordance with the manufacturer's written installation and operation instructions; with the approved shop drawing submittals; and with the details shown on the Drawings. Buried valves shall be installed such that they are supported properly in their respective positions, free from distortion and strain with a concrete cradle as shown on the Standard Details. Concrete used for supports shall have a minimum compressive strength of 3,500 psi at 28 days. Concrete for the support cradle shall be poured against undisturbed soil. Valves shall be installed such that their weight is not borne by piping or equipment that are not designed to support the weight of the valve. Exposed aboveground valves shall be supported with fabricated piping supports so that the weight of the valve is not carried by the pipeline. Install gate valves with the operating stem in the vertical position. Valves shall be carefully inspected during installation; they shall be opened wide and then tightly closed and the various nuts and bolts shall be tested for tightness. Special care shall be taken to prevent any foreign material from becoming lodged in the valve seat. Check and adjust all valves for smooth operation. Aboveground Valves: For aboveground flanged valves, clean iron flanges by wire brushing before installing the valves. Clean stainless-steel flange bolts and nuts lubricate threads with a fluoropolymer coating to prevent galling and tighten nuts uniformly and progressively. Flanged joints shall be watertight; no leaks shall be allowed. Buried Valves: For buried valves, a valve box shall be centered accurately over the operating nut and the entire assembly shall be plumb. Extensions or risers for valve boxes shall be an integral part of the box. No cut sections of ductile iron or PVC pipe shall be used to extend the valve box to its proper height. The tops of valve boxes shall be adjusted to the proper elevation as specified below and as shown on the Drawings. Care shall be taken while constructing valve boxes to ensure that valve stems are vertical and the cast iron valve box has been placed centered and plumb over the valve stem nut of the valve with base bearing on compacted fill and the top flush or above final grade, as specified below. Valve boxes shall have sufficient bracing to maintain alignment during backfilling. When installation is complete, no pressure shall be exerted by the valve box on either the valve or the pipe. The Contractor shall remove any sand or undesirable trash or debris from valve box interior prior to final inspection. A. In paved areas, tops of valve box covers shall be set 1/4 -inch below pavement. Following paving operations, a 24 -inch square shall be neatly cut in the pavement around the box and the paving removed. The top of the box shall then be adjusted to the proper elevation and a 24 -inch square by 6 -inch thick concrete pad poured around the box cover. Concrete pads in traffic areas shall be reinforced with No. 4 reinforcement bars as shown on the Drawings. Concrete for the pad shall be 3,500 psi compressive strength at 28 days. B. In unpaved areas, tops of valve box covers shall be set 2 inches above finished grade. After the top of the box is set to the proper elevation, a 24 -inch square by 6 -inch thick concrete pad shall be SECTION IV Page 122 of 175 05/12/2025 SECTION IV — Technical Specifications poured around the box cover. Concrete for the pad shall be 3,500 psi compressive strength at 28 days. C. The concrete pad for the valve box cover shall have a 3 -inch diameter, brass identification disc embedded in the concrete surface as shown on the Drawings. The brass identification disc shall have the information as shown on the Drawings neatly engraved, not stamped, on it. Refer to City Standard Detail Index No. 402; Sheet 1 of 3 & Sheet 2 of 3 for potable water valve pad detail, and City Standard Detail Index No. 502; Sheet 1 of 3 & Sheet 2 of 3 for reclaimed water valve box and pad detail. Hydrostatic Testing: Valves shall be tested hydrostatically, concurrently with the pipeline in which they are installed. Protect or isolate any parts of valves, operators, or control and instrumentation systems whose pressure rating is less than the pressure used for the pressure test(s). If valve joints leak during pressure testing, loosen or remove the nuts and bolts, reseat or replace the gasket, reinstall or retighten the bolts and nuts, and hydrostatically retest the joints. Coating Repair: Following installation of buried valves, repair any scratches, marks and other types of surface damage, etc., with a coating equal to the original coating supplied by the manufacturer. Prior to backfilling, all nuts, bolts, and other parts of the valve joints shall be coated with two coats, 10 mils DFT per coat, of coal tar epoxy equal to Carboline Bitumastic No. 300-M. 503-3.4. FIRE HYDRANTS Hydrants shall be located as shown or as directed so as to provide complete accessibility and minimize the possibility of damage from vehicles or injury to pedestrians. Each hydrant shall be connected to the potable water main with a 6 -inch ductile iron branch tee with flow controlled by an independent 6 -inch mechanical joint gate valve for isolation at the branch of the water main tee. If the fire hydrant is placed greater than 20 -feet from the main, an additional 6 -inch mechanical joint valve shall be installed at the hydrant location and shall be included in the hydrant assembly cost. The fire hydrant valve cannot be located anywhere within the hydrant ductile iron pipe branch line to circumvent the requirement of using two valves. Refer to City Standard Detail Index 409, for potable water hydrants. All fire hydrants shall stand plumb and shall have their nozzles parallel with, or at right angles to, the curb, with the pumper nozzle facing the curb. Fire hydrants shall be set to the established grade, with nozzles as shown or as directed by the Engineer. Hydrostatic Testing: Fire hydrants shall be tested hydrostatically, concurrently with the pipeline in which they are installed. If the hydrant mechanical joints leak during pressure testing, loosen or remove the nuts and bolts, reseat or replace the gasket, reinstall or retighten the bolts and nuts, and hydrostatically retest the joints. Coating Repair: Following installation of buried portions of the hydrants, repair any scratches, marks and other types of surface damage, etc., with a coating equal to the original coating supplied by the manufacturer. Prior to backfilling, all buried nuts, bolts, and other parts of the hydrant mechanical joints shall be coated with two coats, 10 mils DFT per coat, of coal tar epoxy equal to Carboline Bitumastic No. 300-M. Reclaimed Water System: No hydrants shall be installed on the reclaimed water system unless approved by the city's Engineering Department. 503-3.5. ANCHORAGE Movement of all plugs, caps, tees, bends, etc., unless otherwise specified shall be prevented by attaching approved mechanical restraining rings or glands and installed per manufacturer's recommendations. SECTION IV Page 123 of 175 05/12/2025 SECTION IV — Technical Specifications Hydrants shall be held in place with restrained swivel joints. Restraining mechanical joint glands on hydrants may be used where hydrant run out length precludes the use of hydrant connecting swivel joints. Where special anchorage is required, such anchorage shall be in accordance with details shown on the plans. 503-4. CONNECTIONS TO EXISTING POTABLE WATER OR RECLAIMED WATER LINES The Contractor shall coordinate making connection of the new mains to mains which are in service at the time of construction with the city. All potable water or reclaimed water main connections, regardless of new or existing pipe size, to existing potable water or reclaimed water mains shall be made by the Contractor only after the connection procedure and his Work scheduling has been reviewed and approved by the Engineer and the city Engineering Department. The Contractor shall submit a written request to the Engineer and the city Engineering Department a minimum of 5 working days prior to scheduling said connections. The request shall outline the following. A. Location of points of connection, fittings to be used, and method of flushing and disinfection, if applicable. B. Estimated construction time for said connections. The Engineer and the city Engineering Department shall review the Contractor's submittal within 3 working days after receiving it and inform the Contractor regarding approval or denial of his request. If this request is rejected by the city, the Contractor shall resubmit his request modifying it in a manner acceptable to the city. Connections to existing potable water or reclaimed water mains shall only be made following completion of new potable water or reclaimed water main cleaning operations and successful completion of pressure and leakage testing and disinfection clearance of the new potable water main. The Contractor shall not connect to existing facilities unless the Engineer and a representative of the city are present. All connections shall only be made on the agreed upon date and time. If the Contractor does not initiate and complete the connection work in the agreed upon manner, the Contractor shall be required to reschedule the said connection by following the procedure outlined above. Operation of all existing potable water or reclaimed water system valves shall be the responsibility of the city's personnel only. At no time shall the Contractor operate any existing system valves. System valves shall be defined as any valve which has main pressure against either side of the valve. The Contractor shall notify the city to request that a valve be operated, at least 5 days prior to the time operation is required. Upon satisfactory completion of all hydrostatic testing of the new potable water or reclaimed water pipeline, and disinfection of the new potable water pipeline, remove restrained joint caps from both ends of the new pipeline, close main line isolation valves on the existing main, cut and drain the existing main and swab all pipe and fittings for the connection to be installed on the new main with 10 percent hypochlorite solution. The connection of the new main to the existing main shall be made as swiftly as possible and any water collected in the ditch shall be pumped out and kept below the level of the pipe bottom. Following connection and make-up of all fittings, the new pipeline shall then be placed into service by the city's operating personnel. In the event any existing customers will be without potable water while a connection is being made, the Contractor shall notify the city's Inspector 72 hours prior to disconnection. The city Utility Department shall notify the affected customer(s) when the water will be turned off and when the service is estimated to be resumed. In some instances, these connections may have to be made at late night or early morning hours. No user shall be without potable water service for more than three hours, unless approved otherwise by the city. SECTION IV Page 124 of 175 05/12/2025 SECTION IV — Technical Specifications 504. PIPELINE CLEANING Following installation of the potable water or reclaimed water pipelines, the pipelines shall be cleaned using a combination of hydraulic cleaning using poly -pig swabbing devices and full bore flushing as specified below. 504-1. PIPELINE PIGGING All pipelines shall be hydraulically cleaned utilizing multiple pass operations with a polypropylene swabbing device, also referred to as "pigging" operations, of the piping system. Between successive operations, the pig diameter shall increase, and the pig material shall stiffen. Poly pigs shall be blown elastomer polyurethane with open cell -type construction having a material density suitable for use within the system to be cleaned. Pipe cleaning poly pigs shall have a parabolic nose, crisscross coated with a resilient peripheral surface that engages the inner cylindrical wall of the pipe to maintain a sliding seal. Pipe cleaning poly pigs shall be able to pass through a reduction of a minimum of sixty-five percent (65%) of the original cross-sectional area of the pipe and shall be bi-directional. Cleaning procedures shall conform to the Poly Pig manufacturer's recommendations. The Contractor shall provide pig launching and retrieval points for the pipeline cleaning, as required. The poly pig cleaning operation shall be completed prior to connection of the new potable water main or reclaimed water main to an existing potable water main or reclaimed water main. Passage of cleaning poly pigs through the system shall be constantly monitored, controlled, and all poly pigs entered into the system shall be individually marked and identified so that the exiting of the poly pigs from the system can be confirmed. Cleaning of the pipeline system shall be done in conjunction with the initial filling of the system for the hydrostatic testing. The line to be cleaned shall only be connected to an existing potable water or reclaimed water distribution system at a single connection point. Only the city's operating personnel shall operate the supply valve from the existing potable water or reclaimed water distribution system. The Contractor shall locate and open all new in-line valves beyond the point of connection on the pipeline to be cleaned during the swabbing operation. At the receiving or exit point for the poly pig, the Contractor is responsible for creating a safe environment for collection of debris, water, and the swab. The Contractor shall provide for the protection of surrounding personnel and property and the safe retrieval of the poly pig. Temporary blowoffs may be required for the purpose of flushing mains. Temporary blowoffs shall be installed as close as possible to the ends of the main being flushed. Blowoffs installed on the main shall be the same diameter as the main. Temporary blowoffs shall be removed and plugged after the main is flushed. The city Utility Department shall be notified at least 72 hours prior to pigging and flushing mains. Cleaning and flushing shall be accomplished by propelling the poly pig down the pipeline to the exit point with potable or reclaimed water, depending on the type of main being cleaned. Flushing shall continue until the water is completely clear and poly pig is retrieved. A. Re -apply a series of individual poly pigs in varying diameters and/or densities as required, to attain proper cleanliness of pipeline. B. Pigging speed shall range between two and five feet per second. SECTION IV Page 125 of 175 05/12/2025 SECTION IV — Technical Specifications 504-2. FINAL PIPELINE FLUSHING Following the pigging process for cleaning the pipeline, the length of new water main shall be final flushed with a full -bore clean water flush with a flushing velocity of at least 2.5 fps. The time required for the final full bore flush shall be based on the time needed at the required flushing velocity to provide one complete turnover of the quantity of water in the pipeline based on the length and diameter of water main being flushed. Blowoffs and temporary drainage piping used for flushing shall not be discharged into any gravity sewer or pumping station wet well. The Contractor shall obtain prior approvals from the Engineer and the city as to the methods and locations of flushing water discharge. At the discretion of the city, full bore water flushing may not be required for a particular water main based on the size of the main being cleaned and the quantity of water usage required for a full bore water flush. Following the pigging and flushing process, pressure testing of the pipeline shall be completed in accordance with Section 505 below. 505. TESTS 505-1. HYDROSTATIC PIPELINE TESTING General: The Contractor shall perform hydrostatic pressure and leakage tests on all newly laid pressure pipes, fittings and valves for potable water mains and reclaimed water mains. After installation of the water mains, complete with all associated appurtenances including service taps, all sections of newly laid water main shall be subject to a hydrostatic pressure test as described below. Standard: AWWA C600, Section 4, with the exceptions required herein. The Contractor shall furnish all closure pieces in the pipe as required. All equipment required for the hydrostatic pressure test shall be furnished by the Contractor and shall include, but not be limited to, graduated containers, pressure gauges, meters, testing taps and valves, hydraulic pressure pumps, suitable hoses and piping and any other equipment needed to hydrostatically test the pipelines. Hydrostatic tests shall be conducted on all newly laid potable water main or reclaimed water main pipes, fittings, and valves including any branch lines to the curb. Tests shall be made between valves not exceeding 2,000 feet. The Contractor may conduct a preliminary hydrostatic test after the trench has been partially backfilled with the joints left exposed for an initial leakage test for his inspection and informational purposes only. The hydrostatic testing for acceptance shall only be conducted after the trenches have been completely backfilled and compacted as specified. Test new pipelines which are to be connected to existing pipelines by isolating the new line from the existing line by means of pipe caps, special flanges, or blind flanges. After the new line has been successfully tested, remove temporary caps or blind flanges and connect to the existing piping. The Engineer and the city's Inspector shall be present during all inspection, pressure, and leakage testing for the results to be considered acceptable for the city's acceptance of the new potable water main or reclaimed water main system. Successful passage of both the pressure test and the leakage test is required before acceptance by the city. The hydrostatic pressure and leakage testing described herein is intended for non -butt -welded jointed pipe with gasketed joints. Where any section of the piping contains concrete thrust collars, do not proceed with the pressure test until at least 10 days after the concrete has been poured. If high -early cement is used for the concrete thrust collars, the time may be reduced to three (3) days, if the Engineer and the city Engineering Department SECTION IV Page 126 of 175 05/12/2025 SECTION IV — Technical Specifications both concur that the concrete has cured and reached adequate strength. When testing cement mortar -lined piping, fill the pipe to be tested with water and allow it to soak for at least 48 hours to absorb water before conducting the pressure test. Each section of pipe to be tested shall be slowly filled with water and the specified test pressure shall be applied by means of a pressure pump connected to the pipe in a satisfactory manner. Before applying the specified test pressure, all air shall be expelled from the pipe as described below. If defective pipes, fittings or valves are discovered in consequence of this pressure test, all such items shall be removed and replaced by the Contractor with sound new material, the pipe shall be re -cleaned and the pressure test shall be repeated until satisfactory results are obtained. Provisions ofAWWA C-600, where applicable, shall apply. Hydrostatic Pressure Test: A. Test Pressure: Potable Water Mains -150 psi; Reclaimed Water Mains —150 psi; Wastewater Force Mains —150 psi. Apply and maintain the test pressure by means of a hydraulic pressure pump. The test pressure shall be maintained ±2 psig throughout the entire test period. B. Test Duration: 2 -hours. If during the test, the integrity of the tested line is in question, the Engineer or the city's Inspector may require an additional pressure test. C. Air Release Requirements: Tapping saddles and corporation cocks at least 3/4 -inch in diameter, pipe riser and angle globe valves shall be installed by the Contractor at each dead-end and at all high points in the main to bleed all air from the water main to be tested. D. Zero leakage and no pressure loss shall be allowed for the pressure pipe being tested. Visible Leakage: All visible leaks evident at the ground surface shall be repaired and leakage eliminated. Leakage Repair: Repairs to leaks shall be completed in strict accordance with the pipe manufacturer's written recommendations. Repair and retest any pipes showing leakage. Damage or Defects: Any exposed pipe, fittings, valves, hydrants, and joints shall be examined during the test. Any damage or defects that are discovered shall be replaced with new material at no additional cost to the city. The test shall be repeated until no damage or defects are discovered. 505-2. NOTICE OF TEST The Contractor shall give the city's Project Manager and/or Representative forty-eight (48) hours advance notice of the time when the installation is ready for hydrostatic testing. City inspector/CEI shall certify and submit all hydrostatic pressure and leakage testing results to the city Project Manager within 10 days of performing test(s). 506. DISINFECTION AND TESTING Before the new potable water system is put into operation, all new potable water mains and appurtenances and any item of new construction with which the water comes into contact, shall be thoroughly disinfected in accordance with AW WA C651. This section includes materials and procedures for disinfection of water mains by the continuous feed method. 506-1. DISINFECTION MATERIALS Dry Calcium Hypochlorite: High test granular calcium hypochlorite (HTH) used as the chlorinating agent shall contain between 65 to 70 percent of available chlorine by weight. The dry calcium hypochlorite shall be stored in a cool, dry, and dark environment, prior to its use, to minimize deterioration. Sodium Hypochlorite Solution: Sodium hypochlorite solution used as the chlorinating agent shall be obtained fresh and shall have a minimum concentration of 10 percent by weight available chlorine. To SECTION IV Page 127 of 175 05/12/2025 SECTION IV — Technical Specifications minimize degradation, sodium hypochlorite solution shall be stored in opaque, closed polypropylene containers, isolated from contact with any metals and out of direct sunlight. The solution shall be stored in covered (as dark as possible) areas and as cool as possible, prior to use on the jobsite. Sodium hypochlorite solution is highly corrosive. Therefore, the Contractor shall use this chlorinating agent with caution and per the recommendations of the sodium hypochlorite solution manufacturer. Chlorine Residual Test Kit: To measure chlorine concentration, provide and use a mid-range total chlorine test kit with a digital titrator, using sodium thiosulfate as the titrant. Maintain fresh reagents for the test kit and maintain all components of the kit in good working order available for immediate testing of chlorine residuals at the point of sampling. 506-2. FLUSHING SYSTEM Prior to pressure testing and application of the disinfection agent for disinfection, all pipelines shall be hydraulically cleaned utilizing multiple pass operations with a polypropylene swabbing device, also referred to as "pigging" operations, of the piping system, followed by full bore flushing. Flushing shall continue until a clean, clear stream of water flows from the hydrants. Where hydrants are not available for flushing, such flushing shall be accomplished at the installed blow off devices generally at the ends of the lines. Cleaning and flushing prior to pressure testing and disinfection shall be in accordance with Section 504 of these Technical Specifications. 506-3. FINAL DISINFECTION PROCEDURE FOR POTABLE WATER MAINS Before any portion of a new potable water piping system is to be placed into service, it shall be disinfected; and proper disinfection shall be demonstrated by bacteriological testing conducted in accordance with "Standard Methods for Examination of Water and Sewage" for the coli -aerogenes group, by a commercial laboratory approved by the FDEP, and acceptable to the Engineer and the city, or may be completed by the Pinellas County Health Department. All pipe, fittings, valves, and all other appurtenances installed for use in potable water pipelines shall be disinfected prior to being placed in service. Disinfection procedures shall be approved by the Engineer and the city and shall be in conformance with ANSI/AWWA C651, latest revision. Contractor shall comply with all General Notes on the Drawings and special requirements that are included with the FDEP permit related to disinfection and clearance of new potable water mains. Pipe subjected to contaminating materials shall be treated in a manner approved by the Engineer and the city. Should such treatment fail to remove contaminants from the pipe, contaminated sections of pipe shall be replaced with new uncontaminated pipe. Only potable water from an existing city water main shall be used for disinfection and final flushing of new potable water pipelines. The potable water shall be obtained as described below in Section 508 of these Technical Specifications. Disinfection Procedure: Disinfection of a completed potable water pipeline shall be accomplished using the following procedure: A. All water piping, fittings, valves, and appurtenances shall be disinfected with a chlorine solution with a sufficient concentration such that the initial chlorine concentration in the water line shall be a minimum of 75 mg/1 available chlorine, at any point in the line, and that a chlorine residual of not less than 30 mg/I remains in the water, at any point in the line, after standing 24 hours in the pipeline. The contact period may be longer than 24 -hours, if required by the city or the Engineer SECTION IV Page 128 of 175 05/12/2025 SECTION IV — Technical Specifications before it is flushed out. All valves in the lines being disinfection shall be opened and closed several times during the contact period. B. Chlorine may be applied to the water pipeline as a liquid 10% sodium hypochlorite solution, or as a mixture of water and high-test calcium hypochlorite. The Contractor shall assume responsibility for safe handling of chlorinating agents and shall meet requirements of OSHA and other regulatory agencies for safe handling of chlorinating agents. C. The dry high-test calcium hypochlorite (HTH) may be used to make up a high concentration chlorine solution which will be used for disinfection. The hypochlorite solution to be used for disinfection should be mixed based on the HTH manufacturer's recommendations. Under no circumstances will undiluted, dry calcium hypochlorite be placed in the pipeline to be disinfected. D. The chlorine solution, either 10% sodium hypochlorite or a calcium hypochlorite mixed solution, shall be metered into the pipeline with a small metering pump. E. Disinfection of Valves, Blind Flanges and Appurtenances: Swab exposed interior surfaces of valves and blind flanges with a 10% sodium hypochlorite solution prior to installation and bolting in place. F. Disinfection of Tapping Sleeves, Tapping Valves and Line Stops: Flush exterior of pipe with potable water after removal of existing coating. Swab exterior of pipe and interior of tapping, sleeve, tapping valve and line stop valve with a 10% sodium hypochlorite solution. Disinfect per AWWA C651, Section 4.8. After completion of tapping and line stopping, swab interior of pipe, valves, and faces of flanges to be connected to bypass piping with a 10% sodium hypochlorite solution. G. Disinfection of Connections to Existing Pipelines: Disinfect isolation valves, pipe, and appurtenances per AWWA C651, Section 4.7. Flush with potable water until discolored water, mud, and debris are eliminated. Swab interior of pipe and fittings with a 10% sodium hypochlorite solution. Following disinfection procedures, flush with potable water again until water is free of chlorine odor. H. Water from the existing, in-service water line shall be made to flow at a constant, slow rate into the water line to be disinfected. A jumper connection from the existing potable water main to the new water main, utilizing a reduced pressure principle backflow preventer approved by the city, shall be used to obtain water for disinfection. Chlorine solution shall be injected or pumped at a regulated rate into the new main, at a point not more than 10 feet downstream from the beginning of the new water main. The method of tapping the water main for the chlorine injection point and the location of the tap shall be approved by the Engineer and the city. I. Proportion the two rates so that the chlorine concentration in the pipeline is maintained at a minimum concentration of 75 mg/L. Check the concentration at points downstream during the filling to ascertain that sufficient chlorine is being added. J. Chlorine solution shall be circulated in the water main by opening the water control valve and systematically manipulating valves, fire hydrants and blowoffs. K. Water service lines, if applicable, shall be disinfected in a similar manner as that for water mains, including corrective measures, by methods acceptable to the Engineer and the city. L. Chlorine solution shall remain in the water lines for not less than 24 -hours, but longer than 24 - hours, if directed by the Engineer or the city. M. Extreme care shall be exercised at all times to prevent concentrated chlorine solution from entering existing water mains. If methods of disinfection used by the Contractor differ materially from those outlined above, such methods shall be in accordance with directives of the Florida State Board of Health and all methods employed shall have the approval of that agency. SECTION IV Page 129 of 175 05/12/2025 SECTION IV — Technical Specifications 506-4. FLUSHING AND RESIDUAL CHLORINE TESTS After 24 -hours, or when approved by the Engineer and the city, the free residual chlorine concentration in the water line at the pipe extremity sample points shall be checked to make sure the free residual chlorine concentration is at least 30 mg/1; if not, the water lines shall be re -disinfected as described above. Final flushing of lines with potable water may proceed after 24 hours, or when approved by the Engineer and the city, provided the free residual chlorine analysis is satisfactory at 30 mg/L or above. Flushing shall be continued until a chlorine residual test shows that the pipelines contain only the normal chlorine residual in the feed potable water, not less than 0.2 ppm nor more than 3.0 ppm. Residual chlorine test shall be in accordance with standard methods using a standard DPD test kit. Prior to flushing water with high chlorine concentrations, obtain approvals from the Engineer and the Owner as to the methods and locations of discharge. City inspector/CEI must certify and submit all residual chlorine test results to the city Project Manager within 10 days of performing test(s). 506-5. BACTERIALOGICAL TESTS Following disinfection and thorough flushing of the water lines, as specified herein, the Contractor, and/or the city Public Utilities Department Water Division (or the Engineering Department), shall furnish all labor and materials required to obtain samples of water from the potable water line, at established remote sampling points approved by the FDEP, properly collected in suitable sterilized containers obtained from the Pinellas County Health Department or an analytical laboratory approved by the city and certified by the Florida State Board of Health for bacterial examination in accordance with AWWA C651. Proper techniques and procedures shall be used to collect the water samples to avoid outside contamination resulting in a false positive coliform result. Definite instructions as to the collection and shipment of bacteriological samples shall be secured from the laboratory prior to sample collection and shall be followed in all respects. Two (2) series of successive samples shall be obtained at each established sampling point in accordance with AWWA C651, Section 5.1, to obtain a bacteriological quality test result to demonstrate the absence of coliform bacteria in each separate section of the pipeline being tested after chlorination, flushing and refilling. Each test series will require two samples at each sampling point. The period between each series of samples shall be a minimum of 24 -hours. Samples shall be delivered by the Contractor to the County Health Department or the approved analytical laboratory for bacteriological examination within 6 hours of obtaining the samples. Samples shall be collected in conformance with the County Health Department standards and lab testing schedule. Prior to collecting samples, the Contractor shall notify the Engineer and the city, who will have representatives present during bacteriological sample collection. Collect at least one set of samples from every 1,000 feet of the new water main and line stopping insertion point, plus one set from the end of the line and at least one set from each branch. At each connection to an existing pipeline, take two additional samples. Bacteriological test results will be available approximately 48- to 72 -hours after samples have been submitted to the testing laboratory. If test results are unsatisfactory, the Contractor shall immediately re - chlorinate and retest the water lines as described above and proceed with such corrective measures as are necessary to secure disinfected lines. All services shall be re -chlorinated if the lines are re -chlorinated. The water lines shall be re -disinfected and re -tested, at the Contractor's expense, until approved by the Engineer, the city, and the Pinellas County Health Department or FDEP, as applicable. At satisfactory completion of the bacteriological test requirements, potable water pipelines shall be placed into service in a manner approved by the Engineer and the city Engineering Department. Complete the pipeline where temporary disinfection or test facilities were installed. Potable water mains shall not be SECTION IV Page 130 of 175 05/12/2025 SECTION IV —Technical Specifications placed into service until all requirements of the State and Pinellas County Public Health Departments are met, and the Letter of Clearance is obtained from the Florida Department of Environmental Protection (FDEP). The Contractor shall notify the Engineer and the city at least 72 hours prior to placing potable water pipelines into service. The city Inspector/CEI shall certify and submit all bacteriological test results to the city Project Manager within 10 days of performing the test(s) as required by the Florida Department of Environmental Protection. 507. CORRECTION OF NON -CONFORMING WORK All non -conforming work shall be repaired or replaced by the Contractor at no additional expense to the city. Non -conforming work shall be defined as failure to adhere to any specific or implied directive of this Project Manual and/or the drawings, including but not limited to paid not laid straight, true to the lines and grades as shown on the drawings, damaged or unacceptable materials, misalignment or diameter ring deflection in pipe due to bedding or backfilling, visible or detectable leakage and failure to pass any specified test or inspection. 508. OBTAINING WATER FOR FLUSHING AND TESTING The potable water supply shall be protected with an air gap or a reduced pressure principle backflow preventer approved by the city if potable water is used for flushing and testing. Only potable water shall be use for flushing and pressure testing of potable water pipelines. Reclaimed water may be used for flushing and pressure testing of reclaimed water lines or wastewater force mains. The city will provide the water required for city Projects. The Contractor shall coordinate with the city for a temporary construction water service connection, intended for usage during flushing and testing. For private development projects the Contractor will need to obtain temporary potable water service during construction, the Contractor shall be required to pay for the installation and for the water used. The piping, fittings, backflow preventer, and appurtenances required for the temporary construction water service shall be supplied by the city of Clearwater. 509. MEASUREMENT AND PAYMENT 509-1. GENERAL Bids must include all sections and items as specified herein and as listed on the Bid Form. Payment for the work of constructing the project will be made at the unit price or lump sum payment for the items of work as set forth in the Bid, which payment will constitute full compensation for all labor, equipment, and materials required to complete the work. No separate payment will be made for the following items and the cost of such work shall be included in the applicable pay items of work unless otherwise specified: • Clearing and grubbing • Excavation, including necessary pavement removal • Shoring and/or dewatering • Structural fill • Backfill • Grading • Tracer wire • Refill materials • Joint materials SECTION IV Page 131 of 175 05/12/2025 SECTION IV — Technical Specifications • Tests and sterilization • Appurtenant work as required for a complete and operable system. 509-2. FURNISH AND INSTALL WATER MAINS 509-2.1. MEASUREMENT The quantity for payment shall be the actual number of feet of pipe of each size and type satisfactorily furnished and laid, as measured along the centerline of the completed pipeline, including the length of valves and fittings. 509-2.2. PAYMENT Payment of the applicable unit price shall be full compensation for furnishing all plant, labor, materials and equipment, and constructing the water mains completely and ready for operation. 509-3. FURNISH AND INSTALL FITTINGS 509-3.1. MEASUREMENT The quantity for payment will be the actual number of size and type of ductile iron fittings satisfactorily furnished and installed. 509-3.2. PAYMENT Payment of the applicable unit price shall be full compensation for furnishing all plant, labor, materials, and equipment required to furnish and install ductile iron fittings. 509-4. FURNISH AND INSTALL GATE VALVES COMPLETE WITH BOXES AND COVERS 509-4.1. MEASUREMENT The quantity for payment shall be the number of gate valves of each size satisfactorily furnished and installed. 509-4.2. PAYMENT Payment of the applicable unit price for each size shall be full compensation for furnishing all labor, materials, and equipment and installing the gate valve complete with valve box and cover, concrete pad and valve disc, including any jointing materials and any restraint devices required. 509-5. FURNISH AND INSTALL FIRE HYDRANTS 509-5.1. MEASUREMENT The quantity for payment shall be the number of fire hydrants satisfactorily furnished and installed. The only hydrants allowed to be installed in the city utilities system are listed in Section 502-5 of these Technical Specifications. No exceptions. SECTION IV Page 132 of 175 05/12/2025 SECTION IV — Technical Specifications 509-5.2. PAYMENT Payment of the applicable unit price shall be full compensation for furnishing all labor, materials and equipment and installing the fire hydrant assembly complete including all necessary anchor tees, swivel - type thrust anchorage, 6 -inch ductile iron pipe between the main and the fire hydrant and gate valve(s) and valve boxes and covers, concrete pad(s) and valve disc(s) on the hydrant branch line and , including any jointing materials and any restraint devices required. SECTION IV Page 133 of 175 05/12/2025 SECTION IV — Technical Specifications 600 SERIES: STORMWATER 601. RAISING OR LOWERING OF STORM DRAINAGE STRUCTURES Storm Drainage Structures shall be raised or lowered as indicated on the plans or as indicated by the Engineer. 601-1. BASIS OF PAYMENT Payment, unless covered by a bid item, shall be included in the cost of the work. 602. UNDERDRAINS The Contractor shall construct sub -surface drainage pipe as directed in the Scope of Work and detail drawings contained in the Project construction plans. In general, underdrain pipe shall be embedded in a bed of #6 FDOT aggregate, located behind the back of curb and aggregate surface covered with a non- degradable fibrous type filter material. A #57 aggregate may be used in lieu of #6 if it is washed and screened to remove fines. The aggregate may be stone, slag, or crushed gravel. Unless otherwise noted on the plans, underdrain pipe shall be eight inches (8") in diameter, polyvinyl chloride pipe, in conformance with ASTM F758 "Standard Specification For Smooth Wall PVC Underdrain Systems for Highways" latest revision, minimum stiffness of 46 in conformance with ASTM D2412, perforations in conformance with AASHTO M-189 described in FDOT Section 948-1.5 or latest revision and in conformance with ASTM D3034 - SDR 35. Alternate acceptable underdrain pipe material is Contech A-2000 which is a rigid PVC pipe that exceeds ASTM Specifications D1784, minimum cell classification of 12454B or 12454C, manufactured per ASTM F949 -93a, minimum pipe stiffness of 50 psi, with no evidence of splitting, cracking or breaking when pipe is tested in accordance with ASTM D2412 at 60% flatting and with a double gasket joint. Underdrain pipe placed beneath existing driveways and roadways shall be non -perforated pipe with compacted backfill. All poly -chloride pipe which has become deteriorated due to exposure to ultraviolet radiation shall be rejected. Where ductile iron pipe is specified, pipe material shall be the same as specified for potable water pipe in these technical specifications. All underdrain aggregate shall be fully encased in a polyester filter fabric "sock" (Mirafi® 140-N or approved equal) per the construction detail drawings. Filter aggregate for underdrains shall be as specified in the FDOT Standard Specifications, Section 901 — Coarse Aggregate, and shall be either 146 or #57. If #57 is used, it must be washed and screened to remove fines. The aggregate may be stone, slag, or crushed gravel. 602-1. BASIS OF MEASUREMENT Measurement shall be the number of linear feet of eight inch (8") Sub -drain in place and accepted. 602-2. BASIS OF PAYMENT Payment shall be based upon the unit price per linear foot for underdrain as measured above, which shall be full compensation for all work described in this section of the specifications and shall include all materials, equipment, and labor necessary to construct the underdrain (specifically underdrain pipe, SECTION IV Page 134 of 175 05/12/2025 SECTION IV —Technical Specifications aggregate and filter fabric). Underdrain clean -outs, sod, driveway, road and sidewalk restoration shall be paid by a separate bid item. 603. STORM SEWERS All storm drainpipe installed within the city shall be steel reinforced concrete unless otherwise approved by the City Engineer. Said pipe shall comply with Section 430 of FDOT Standard Specifications. All reinforced concrete pipe joints shall be wrapped with Mirafi® 140N filter fabric or equivalent (as approved by the City Engineer). The cost for all pipe joint wraps shall be included in the unit price for the pipe. All pipe, just before being lowered into a trench, is to be inspected and cleaned. If any difficulty is found in fitting the pieces together, this fitting is to be done on the surface of the street before laying the pipe, and the tops plainly marked in the order in which they are to be laid. No pipe is to be trimmed or chipped to fit. Each piece of pipe is to be solidly and evenly bedded, and not simply wedged up. Before finishing each joint, some suitable device is to be used to find that the inverts coincide, and pipe is clear throughout. 603-1. TESTING AND INSPECTION The Contractor shall take all precautions to secure a watertight sewer under all conditions. The work under this Section shall include the internal video recording of new stormwater drainage pipes and drainage structures. The Contractor shall provide the city with a video of the completed stormwater drainage system, and a written report. The Contractor shall pump down and clean the pipes and drainage structures, to the satisfaction of the city, prior to video recording. The video shall be of the standard DVD format, in color, with all the pertinent data and observations recorded as audio on the DVD. The data should include: 1. An accurate recorded footage of the pipe lengths. 2. The drainage structure number and pipe size. 3. The run of the pipe and direction of flow (i.e. from S-1 to S-2). 4. Details of structural defects, broken pipes, sags, dips, misalignments, obstructions, and infiltration. The written report shall include the four (4) items listed previously. All visual and video recording inspections shall be completed by the Contractor and be in accordance with Section 430-4.8 of FDOT Standard Specifications. Any deficient or damaged pipe discovered during the video recording process shall be the responsibility of the Contractor to repair or replace at their own expense within the contractual duration. As a complement to the video report, the Contractor shall also provide digital photos of areas of concern in electronic (computer CD/DVD) and hard copy form (in color). All known pipe breaks or those breaks discovered after the video inspection shall be repaired by the Contractor regardless of the test allowances. Faulty sections of drainage pipes or drainage structures rejected by the Engineer shall be removed and re-laid by the Contractor. Sections of pipe that are repaired, re-laid or replaced shall be accompanied with a corresponding post construction video inspection at the Contractor's expense. In all cases that a leak is found, re -inspection shall be required at the Contractor's expense, to confirm that the problem has been resolved. 603-2. BASIS OF PAYMENT Payment shall be the unit price per linear foot for storm sewer pipe in place and accepted, measured along the centerline of the storm sewer pipe to the inside face of exterior walls of storm manholes or drainage SECTION IV Page 135 of 175 05/12/2025 SECTION IV — Technical Specifications structures and to the outside face of endwalls. Said unit price includes all work required to install the pipe (i.e. all materials, equipment, filter fabric wrap, gravel bedding if needed for stabilization, labor, and incidentals, etc.). 604. STORM MANHOLES, INLETS, CATCH BASINS OR OTHER STORM STRUCTURES For details on specific design of a type of storm structure refer to city of Clearwater Standards Details Index Numbers 201 to 236. When required, inlets, catch basins or other structures shall be constructed according to the plans and applicable parts of these Technical Specifications, Sections 301, 302, 303 and 202, and as approved by the Engineer. Said structures shall be protected from damage by the elements or other causes until acceptance of the work. 604-1. BUILT UP TYPE STRUCTURES Built up type manholes shall be constructed of brick with cast iron frames and covers as shown on city of Clearwater Standard Details Index Numbers 201. Invert channels shall be constructed smooth and semicircular in shape conforming to inside of adjacent sewer section. Changes in direction of flow shall be made in a smooth curve of as large a radius as possible. Changes in size and grade of channels shall be made gradually and evenly. Invert channels shall be built up with grout. The storm structure floor outside of channels shall be made smooth and sloped toward channels. Manhole steps shall not be provided. Joints shall be completely filled, and the mortar shall be smoothed from inside of the manholes. The entire exterior of brick manholes shall be plastered with a skim coat of one-half inch (1/2") of mortar. Brick shall be laid radially with every sixth course being a stretcher course. In cases where a storm pipe extends inside a structure, the excess pipe will be cut off with a concrete saw and shall not be removed with a sledgehammer. 604-2. PRECAST TYPE Precast manholes shall be constructed as shown on city of Clearwater Standards Details Index 202. The manhole base shall be set on a pad of dry native sand approximately five inches (5") thick to secure proper seating and bearing. Precast Manholes and Junction Boxes: The Contractor may substitute precast manholes and junction boxes in lieu of cast in place units unless otherwise shown on the plans. Precast Inlets will not be acceptable. When precast units are substituted, the construction of such units must be in accordance with ASTM C478, or the standard specifications at the manufacturer's option. Precast structures must also meet the requirement that on the lateral faces, either inside or outside, the distance between precast openings for pipe or precast opening and top edge of precast structure be no less than wall thickness. A minimum of four courses of brick will be provided under manhole ring so that future adjustment of manhole lid can be accommodated. Manhole steps shall not be provided. SECTION IV Page 136 of 175 05/12/2025 SECTION IV — Technical Specifications 604-3. BASIS OF PAYMENT Payment for Junction Boxes, Manholes or other structures shall be on a unit basis. 605. GABIONS AND MATTRESSES 605-1. MATERIAL 605-1.1. PVC COATED WIRE MESH GABIONS & MATTRESSES 605-1.1.1. GABION & MATTRESS BASKETS Gabion and mattress baskets units shall conform to ASTM A975, be of non -raveling construction and fabricated from a double twist by twisting each pair of wires through three half turns developing the appearance of a triple twist. The galvanized wire core shall have a diameter of 0.106 inches. 605-1.1.2. PVC (POLYVINYL CHLORIDE) COATING The coating shall be gray in color and shall have a nominal thickness of 0.0216 inches but not less than 0.015 inches in thickness. The protective PVC plastic shall be suitable to resist deleterious effects from exposure to light, immersion in salt or polluted water and shall not show any material difference in its initial compound properties. The PVC compound is also resistant to attack from acids and resistant to abrasion. The PVC coating shall be extruded and adhere to the wire core prior to weaving. The PVC coated wire shall be woven into a double twisted hexagonal mesh having uniform openings of 3 1/4 inches by 4 'h inches. The overall diameter of the mesh wire (galvanized wire core plus PVC coating) shall be 0.146 inches. Selvedge and reinforcing wire shall be of heavily galvanized wire core, 0.134 inches in diameter, coated with PVC and having an overall diameter (galvanized wire core plus PVC coating) of 0.174 inches. Lacing and connecting wire shall be of soft tensile strength (75,000 PSI max), heavily galvanized wire core, 0.087 inches in diameter, coated with PVC and having an overall diameter (galvanized wire core plus PVC coating) of 0.127 inches. The use of alternate wire fasteners shall be permitted in lieu of tie wire providing the alternate fastener produces a four (4) wire selvedge joint with a strength of 1200 lbs. per linear foot while remaining in a locked and closed condition. Properly formed interlocking fasteners shall be spaced from 4 to 6 inches and have a minimum 3/4 square inch inside area to properly confine the required selvedge wires. 605-1.1.3. GABION AND MATTRESS FILLER MATERIAL The filler stone shall be from a source approved by the Engineer before delivery is started. Representative preliminary samples of the stone shall be submitted by the contractor or supplier for examination and testing by the Engineer. The stone shall have a minimum specific gravity of 2.3 and be of a quality and durability sufficient to insure permanency in the structure. The individual stones shall be free of cracks, seams, and other defects that would tend to promote deterioration from natural causes, or which might reduce the stones to sizes that could not be retained in the gabion or mattress baskets. All filler material shall be uniformly graded between 4 inch and 8 inch (equivalent spherical diameter) and shall be angular in form. Rounded stones shall not exceed 10% of the stone, by weight and 70% of the stone, by weight, shall exceed the largest dimension of the mesh opening. Crushed concrete shall not be used for filler material. 605-1.1.4. GEOTEXTILE FABRIC Fabric shall conform to the latest edition of FDOT Standard Specifications, Section 985. SECTION IV Page 137 of 175 05/12/2025 SECTION IV — Technical Specifications 605-2. PERFORMANCE Gabions and Reno Mattresses shall be installed according to the manufacturer's recommendations and as shown on the Drawings. Fabrication of gabion baskets shall be in such a manner that the sides, ends, lid and diaphragms can be assembled at the construction site into rectangular baskets of the sizes specified and shown on the Drawings. Gabions and mattresses shall be of single unit construction; the base, lid ends and sides shall be either woven into a single unit or one edge of these members connected to the base section of the gabion in such a manner that the strength and flexibility at the connecting point is at least equal to that of the mesh. Where the length of the gabion and mattress exceeds one and one-half its horizontal width, they shall be equally divided by diaphragms of the same mesh and gauge as the mattresses shall be furnished with the necessary diaphragms secured in proper position on the base so that no additional tying is required at this juncture. The wire mesh is to be fabricated so that it will not ravel. This is defined as the ability to resist pulling apart at any of the twists or connections forming the mesh when a single wire strand in a section of mesh is cut. Each gabion or mattress shall be assembled by tying all untied edges with binding wire. The binding wire shall be tightly looped around every other mesh opening along seams so that single and double loops are alternated. A line of empty gabions shall be placed into position according to the contract drawings and binding wire shall be used to securely tie each unit to the adjoining one along the vertical reinforced edges and the top selvedges. The base of the empty gabions placed on top of a filled line of gabions shall be tightly wire to the latter at front and back. To achieve better alignment and finish in retaining walls, gabion stretching is recommended. Connecting wires shall be inserted during the filling operation in the following manner: Gabions shall be filled to one third full and one connecting wire in each direction shall be tightly tied to opposite faces of each cell at one third height. The gabion shall then be filled to two thirds full and one connecting wire in each direction shall be tightly tied to opposite face of each cell at one two third height. The cell shall then be filled to the top. Filler stone shall not be dropped more than twelve inches (12") into the gabions and mattresses. Geotextile fabric shall be installed at locations shown in the Drawings. The surface to receive the cloth shall be prepared to a relatively smooth condition free of obstructions which may tear or cut the cloth. The panel shall be overlapped a minimum of 30 inches and secured against movement. Cloth damaged or displaced during installation, gabion work, or backfill shall be replaced or repaired to the satisfaction of the Engineer at the contractor's expense. The work shall be scheduled so that the fabric is not exposed to ultraviolet light more than the manufacturer's recommendations or five days, whichever is less. In wet conditions, a base shall be established by spreading and compacting #57 stone prior to placement of geotextile fabric and gabions or mattresses. SECTION IV Page 138 of 175 05/12/2025 SECTION IV — Technical Specifications 700 SERIES: STREETS AND SIDEWALKS 701. RESTORATION OR REPLACEMENT OF DRIVEWAYS, CURBS, SIDEWALKS AND STREET PAVEMENT Driveways, sidewalks, and curbs destroyed or damaged during construction shall be replaced with the same type of material that was destroyed or damaged, or to existing city Standards, whichever provides the stronger repair. All street pavement destroyed or damaged shall be replaced with the same type of material, to existing city Standards, unless the existing base is unsuitable as determined by the Engineer, then the base shall be replaced with city approved material. All replaced base shall be at least eight inches (8") compacted thickness, or same compacted thickness as the base destroyed plus two inches (2") and compacted to 98% of maximum density per AASHTO T-180. Refer to Standard Detail Index 104. Unless called for in the proposal as separate bid items, cost of the above work including labor, materials and equipment required shall be included in the bid price per linear foot of main or square yard of base. The bid price for street pavement, restoration or replacement when called for in the proposals, shall include all materials, labor and equipment required to complete the work, and shall be paid for on a square yard basis. When replacement is over a trench for utilities, the area of replacement shall be limited to twice the depth of the cut plus twice the inside diameter of the pipe. All necessary restoration exceeding this footprint will be at the Contractor's expense. The bid price for restoration or placement of driveways, curbs and sidewalks, when called for in the proposals, shall include all materials, labor and equipment required to complete the work and shall be paid for on the basis of the following units: Driveways, plant mix - per square yard: concrete - per square foot; curbs - per linear foot; sidewalk four inches (4") or six inches (6") thick - per square foot. Concrete walks at drives shall be a minimum of six inches (6") thick and be reinforced with 6/6 X 10/10 welded wire mesh. The Contractor shall notify the Construction Inspector a minimum of twenty-four (24) hours in advance of all driveway, curb, sidewalk and street restoration and replacement work. 702. ROADWAY BASE AND SUBGRADE 702-1. BASE This specification describes the construction of roadway base and subgrade. The Contractor shall refer to Section IV, Section 101 "Scope of Work" of the city's Contract Specifications for additional roadway base and subgrade items. Roadway base shall be eight inches (8") compacted minimum thickness unless otherwise noted on the plans or directed by the Engineer. The subgrade shall be twelve inches (12") compacted minimum thickness with a minimum Limerock Bearing Ratio (LBR) of 40 unless otherwise noted on the plans or directed by the Engineer. The Contractor shall obtain from an independent testing laboratory a Proctor and an LBR for each type material. The Contractor shall also have an independent testing laboratory perform all required density testing. Where unsuitable material is found within the limits of the base, Section IV, Section 204 - Unsuitable Material Removal of the city's Technical Specifications will apply. Once the roadway base is completed, it shall be primed that same day (unless otherwise directed by the Engineer) per Section 300 ofFDOT's Standard Specifications. Repairs required to the base that result from a failure to place the prime in a timely manner shall be done to the city's satisfaction, and at the Contractor's expense. No paving of the exposed base can commence until the city approves the repaired base. The cost for placement of prime material shall be included in the bid item for base. SECTION IV Page 139 of 175 05/12/2025 SECTION IV — Technical Specifications The Contractor shall notify the Project Inspector a minimum of twenty-four (24) hours in advance of all base and subgrade placement or reworking. The following base materials are acceptable: 1. Shell Base: Shell base shall be constructed in accordance with the latest edition of Sections 200 and 913 of FDOT 's Standard Specifications and shall have a minimum compacted thickness as shown on the plans. The shell shall be FDOT approved. The cost of the prime coat shall be included in the bid item price for base. 2. Limerock Base: Limerock base shall be constructed in accordance with Sections 200 and 911 of FDOT 's Standard Specifications and shall have a minimum compacted thickness as shown on the plans. The limerock shall be from a FDOT approved certified pit. The cost of the prime coat shall be included in the bid item price for base. When used, Contractor is required to submit documentation certifying the materials were obtained from a FDOT certified pit. 3. Crushed Concrete Base: Crushed concrete base shall be constructed in accordance with the latest edition of Sections 204 and 901 of FDOT's Standard Specifications and shall have a minimum compacted thickness as shown on the plans. The crushed concrete material shall be FDOT approved. The Contractor shall provide certified laboratory tests on gradation to confirm that the crushed concrete base material conforms to the above specifications. The LBR shall be a minimum of 100. LBR and gradation tests shall be provided to the city by the Contractor once a week for continuous operations, or every 1000 tons of material, unless requested more frequently by the City Engineer or designee. The cost of the prime coat shall be included in the bid item price for base. 4. Superpave Asphalt Base: Full depth asphalt base shall be constructed in accordance with the latest edition of Section 234 of FDOT 's Standard Specifications and shall have a minimum compacted thickness as shown on the plans. The cost for preparation, placement, and compaction shall be included in the per ton unit cost for asphalt unless otherwise noted in the project scope and plans. The cost of the tack coat shall be included in the bid item price for asphalt or base. 5. Reclaimed Asphalt Pavement Base: Reclaimed asphalt pavement (RAP) base shall be constructed in accordance with the latest edition of Section 283 of FDOT's Standard Specifications and shall have a minimum compacted thickness as shown on the plans. As per FDOT Section 283, RAP material shall be used as a base course only on non -limited access paved shoulders, shared use paths, or other non -traffic bearing applications. The cost for preparation, placement, and compaction shall be included in the per ton unit cost for asphalt unless otherwise noted in the project scope and plans. The cost of the tack coat shall be included in the bid item price for asphalt or base. 702-1.1. BASIS OF MEASUREMENT FOR BASE AND REWORKED BASE The basis of measurement shall be the number of cubic yards of base in place and accepted as called for on the plans. The maximum allowable deficiency shall be a half-inch (1/2"). Areas deficient in thickness shall either be fixed by the Contractor to within acceptable tolerance, or if so, approved in writing by the City Engineer, may be left in place. No payment, however, will be made for such deficient areas that are left in place. 702-1.2. BASIS OF PAYMENT FOR BASE AND REWORKED BASE The unit price for base shall include: all materials, roadbed preparation, placement, spreading, compaction, finishing, prime, base, subgrade (unless the plans specify a separate pay item), stabilization, mixing, testing, equipment, tools, hauling, labor, and all incidentals necessary to complete the work. Payment for asphalt base shall be included in the per ton unit cost for asphalt unless otherwise noted in the project scope and plans. SECTION IV Page 140 of 175 05/12/2025 SECTION IV — Technical Specifications 702-2. SUBGRADE All subgrade shall be stabilized and constructed in accordance with the latest edition of Sections 160 and 914 ofFDOT's Standard Specifications unless otherwise noted herein. All subgrade shall have a minimum compacted thickness of 12" unless otherwise shown on the plans or directed by the Engineer. If limerock is used, it shall also meet the requirements of Section 911 of FDOT's Standard Specifications. Where unsuitable material is found within the limits of the subgrade, Section IV, Section 204 - Unsuitable Material Removal of the city's Contract Specifications will apply. The extent of said removal shall be determined by the Engineer in accordance with accepted construction practices. The Contractor is responsible for clearing, grading, filling, and removing any trees or vegetation in the roadbed below the subgrade to prepare it per the plans. The cost of this work shall be included in the unit price for base or subgrade. The Contractor shall obtain from an independent testing laboratory the bearing value of the subgrade after the materials are mixed for the stabilized subgrade and provide the results to the Engineer. 702-2.1. BASIS OF MEASUREMENT The basis of measurement shall be the number of cubic yards of stabilized subgrade in place and accepted as called for on the plans. The maximum allowable deficiency for mixing depth shall be per the latest edition of Section 161-6.4 of FDOT's Standard Specifications. Acceptable bearing values shall be per the latest edition of Section 160-7.2 of FDOT 's Standard Specifications. Areas deficient in thickness or bearing values shall either be corrected by the Contractor to within acceptable tolerance, or if so, approved in writing by the City Engineer, may be left in place. No payment, however, will be made for such deficient areas that are left in place. 702-2.2. BASIS OF PAYMENT The unit price for subgrade shall include roadbed preparation, placement, spreading, compaction, finishing, testing, stabilizing, mixing, materials, hauling, labor, equipment and all incidentals necessary to complete the work. If no pay item is given, subgrade shall be included in the bid item for base. 703. ASPHALTIC CONCRETE MATERIALS This specification is for the preparation and application of all asphaltic concrete materials on roadway surfaces unless otherwise noted. 703-1. ASPHALTIC CONCRETE 703-1.1. AGGREGATE All aggregates shall be obtained from an approved FDOT source and shall conform to the latest edition of Sections 901 through 915 of FDOT's Standard Specifications. 703-1.2. BITUMINOUS MATERIALS All bituminous materials shall conform to the latest edition of Section 916 of FDOT's Standard Specifications. SECTION IV Page 141 of 175 05/12/2025 SECTION IV — Technical Specifications 703-2. HOT BITUMINOUS MIXTURES - PLANT, METHODS, EQUIPMENT & QUALITY ASSURANCE The plant and methods of operation used to prepare all asphaltic concrete and bituminous materials shall conform to the requirements of Section 320 of FDOT's Standard Specifications. Unless otherwise noted, all acceptance procedures and quality control/assurance procedures shall conform to the requirements of Section 330 of FDOT's Standard Specifications. The city shall have the right to have an independent testing laboratory select, test, and analyze, at the expense of the city, test specimens of any or all materials to be used. The results of such tests and analyses shall be considered, along with the tests or analyses made by the Contractor, to determine compliance with the applicable specifications for the materials so tested or analyzed. The Contractor hereby understands and accepts that wherever any portion of the work is discovered, as a result of such independent testing or investigation by the city, which fails to meet the requirements of the Contract documents, all costs of such independent inspection and investigation as well as all costs of removal, correction, reconstruction, or repair of any such work shall be borne solely by the Contractor. Payment reductions for asphalt related items shall be determined by the following: 1. Density per FDOT's Standard Specifications. 2. Final surface or friction course tolerances per FDOT's Standard Specifications. 3. Thickness will be determined from core borings. Deficiencies of /4" or greater shall be corrected by the Contractor, without compensation, by either replacing the full thickness for a length extending at least twenty-five feet (25') from each end of the deficient area, or when the Engineer allows for an overlay per FDOT' s Standard Specifications. In addition, for excesses of one-quarter inch (1/4") or greater, the Engineer will determine if the excess area shall be removed and replaced at no compensation, or if the pavement in question can remain with payment to be made based on the thickness specified in the contract. The Contractor shall notify the Project Inspector a minimum of twenty-four (24) hours in advance of the placement of all asphalt. 703-3. ASPHALT MIX DESIGNS AND TYPES All asphalt mix designs, acceptance procedures and quality control/assurance procedures shall conform to the requirements of the latest edition of Sections 330 and 334 of FDOT Standard Specifications. All asphalt mix designs shall be approved by the Engineer prior to the commencement of the paving operation. Reclaimed asphalt pavement (RAP) material may be substituted for aggregate in the asphaltic concrete mixes up to 25% by weight. 703-4. ASPHALT PAVEMENT DESIGNS AND LAYER THICKNESS All asphalt pavement designs shall conform to the following FDOT requirements: • Type SP/Spec 334-1 • Type FC/Spec 337-8 • Type B/Spec 234-8 • ATPB/287-8 703-5. GENERAL CONSTRUCTION REQUIREMENTS The general construction requirements for all hot bituminous pavements (including limitations of operations, preparation of mixture, preparation of surface, placement and compaction of mixture, surface SECTION IV Page 142 of 175 05/12/2025 SECTION IV —Technical Specifications requirements, correction of unacceptable pavement, Quality Control Testing, etc.) shall be in accordance with Section 330 of FDOT's Standard Specifications(latest edition). 703-6. CRACKS AND POTHOLE PREPARATION 703-6.1. CRACKS Cracks in roadway pavement shall be repaired prior to the application of asphaltic concrete by the following steps: 1. All debris to be removed from cracks by compressed air or other suitable method. 2. Apply a multiple layered application of bituminous binder and fine aggregate, as appropriate to the depth of the crack until the void of the crack is completely filled to the level of the surrounding roadway surface. 3. If application of asphaltic concrete is not to begin immediately after crack repair, cracks are to be sanded to prevent vehicular tracking. 4. Payment for crack filling shall be included in the unit price for asphaltic concrete. 703-6.2. POTHOLES Potholes shall be repaired prior to the application of asphaltic concrete by the following steps: 1. All debris is to be removed from potholes by hand, sweeping, or other suitable method. 2. A tack coat is to be applied to the interior surface of the pothole. 3. The pothole is to be completely filled with asphaltic concrete, and thoroughly compacted. 4. Payment for pothole preparation shall be included in the unit price for asphaltic concrete. 703-7. ADJUSTMENT OF MANHOLES AND APPURTANENCES The necessary adjustments of sanitary sewer and storm drain manholes and appurtenances shall be accomplished by the Contractor. The Contractor shall be paid on a per unit basis for each item. Refer to Section 401-2 of these Technical Specifications for additional information. The use of manhole adjustment risers is acceptable under the following conditions: 1. The riser shall meet or exceed all FDOT material, weld, and construction requirements. 2. The riser shall consist of an A-36 hot rolled steel meeting or exceeding the minimum requirements of ASTM A36. 3. The riser shall be a single piece with a stainless-steel adjustment stud and shall have a rust resistant finish. 4. The use of cast iron or fiberglass risers is not permitted. In addition, the installation of each riser shall be per manufacturer's specifications. Each manhole shall be individually measured, and each riser shall be physically marked to ensure that the proper riser is used. Also, the ring section shall be cleaned, and a bead of chemically resistant epoxy applied to the original casting, prior to installation of the riser. It is the Contractor's responsibility to ensure that the manholes are measured, the risers are physically marked, the ring sections are thoroughly cleaned, and that the epoxy is properly applied prior to installation of each riser. If risers are not used, the adjustment of manholes shall be accomplished by the removal of pavement around manhole, grade adjustment of ring and cover, and acceptable replacement and compaction of roadway materials prior to paving. A full depth backfills using asphalt is acceptable. The use of Portland cement for backfill is not acceptable. SECTION IV Page 143 of 175 05/12/2025 SECTION IV — Technical Specifications All manhole and valve box adjustments shall be accomplished prior to the application of final asphaltic concrete surface. Unless otherwise noted in the specs or on the plans, the paving operation shall occur within seven (7) calendar days from the completion of the adjustment. On arterial roadways, the manholes are to be ramped with asphalt during the time period between initial adjustment and final resurfacing. Water and gas valves, sewer cleanouts, valve boxes, tree aeration vents, etc., will be adjusted by the Contractor with the cost for this work to be included in the unit cost of the asphalt. Care must be taken around said appurtenances to ensure that they are not paved over. It is the Contractor's responsibility to inform the owners of all utilities of impending work and coordinate their adjustments, so they are completed prior to the scheduled paving. 703-8. ADDITIONAL ASPHALT REQUIREMENTS 1. All impacted radius returns within project limits shall be paved unless otherwise directed by the Construction Inspector or Engineer, with payment to be included in the per ton bid item for asphalt. 2. All pavement markings impacted by placement of asphalt shall be replaced prior to the road being open to traffic unless otherwise noted in the contract scope and plans. 3. All project related debris shall be hauled off the job site by the Contractor in a timely manner and at their own expense in conformance with all regulatory requirements. 4. The Contractor shall pay particular attention to sweeping when paving. Prior to paving, all construction areas shall be swept with a Municipal type sweeper (either vacuum or mechanical type) that picks up and hauls off, dust and dirt. The sweeper must be equipped with its own water supply for pre -wetting to minimize dust. Moreover, the Contractor shall sweep debris off from sidewalks, driveways, curbs and roadways each day before leaving the job site. 5. The application of tack and prime coats (either required or placed at the Engineer's discretion) shall be placed per Section 300 of FDOT's Standard Specifications. Tack shall also be applied to the face of all curbs and driveways. The cost (including heating, hauling, and applying) shall be included in the per ton bid item for asphalt, unless otherwise noted in the project scope and plans. 6. Leveling course and spot patching shall be applied to sections of the road as noted on the plans, or as directed by the Engineer, per Section 330 of FDOT's Standard Specifications. The cost shall be included in the per ton unit cost for asphalt, unless otherwise noted in the project scope and plans. 7. If an asphalt rubber binder is required, it shall conform to the requirements of Section 336 of FDOT's Standard Specifications. 8. On all streets with curb and gutter, the final compacted asphalt shall be one-quarter inch (1/4") above the lip or face of said curb per City Standard Detail Index 101. 703-9. BASIS OF MEASUREMENT Basis of measurement will be the number of tons of asphaltic concrete completed, in place and accepted. Truck scale weights will be required for all asphaltic concrete used. The scales must be calibrated and certified by an independent party and carry a state certification. 703-10. BASIS OF PAYMENT Payment shall be made at the contract unit price for asphaltic concrete surface as specified and measured above. This price shall include all materials, preparation, hauling, placement, tack and/or prime coat either required or placed at Engineer's discretion, leveling, spot patching, filling of cracks, pothole repair, sweeping, debris removal, labor, equipment, tools, and incidentals necessary to complete the asphalt work in accordance with the plans and specifications. SECTION IV Page 144 of 175 05/12/2025 SECTION IV —Technical Specifications 704. ADJUSTMENT TO THE UNIT BID PRICE FOR ASPHALT When this Section applies to the contract, the unit bid price for asphalt will be adjusted in accordance with the following provisions: 1. Price adjustment for asphalt shall only be made when the current FDOT Asphalt Price Index varies more than ten percent (10%) from the bid price at the time of the bid opening. 2. The Bituminous Material Payment Adjustment Index published monthly by the FDOT shall be used for the adjustment of unit prices. This report is available on FDOT's internet site. The address is: https://www.fdot.gov/construction/fuel-bit/fuel-bit.shtm For additional information, call FDOT at (850) 414-4252. 3. The FDOT Payment Adjustment Index in effect at the time of the bid opening will be used for the initial determination of the asphalt price. 4. The FDOT Payment Adjustment Index in effect at the time of placement of the asphalt will be used for payment calculation. 5. The monthly billing period for contract payment will be the same as the monthly period for the FDOT Payment Adjustment Index. 6. No adjustment in bid prices will be made for either tack coat or prime coat. 7. No price adjustment reflecting any further increases in the cost of asphalt will be made for any month after the expiration of the allowable contract time. 8. The city reserves the right to make adjustments for decreases in the cost of asphalt. 705. ASPHALT DRIVEWAYS New driveways or existing asphalt driveways that must be altered for project construction shall be constructed or replaced in accordance with the specifications for paving the street with the exception that the base shall be six inches (6"). Remove only enough to allow adequate grade for access to the street. Use Section 703 Asphaltic Concrete, of these Technical Specifications, as specified for the street paving. When the finished surface of the existing drive is gravel, replacement shall be of like material. Payment shall be the same as Asphalt Driveways. 705-1. BASIS OF MEASUREMENT Measurement shall be the number of square yards of Asphalt Driveways in place and accepted. 705-2. BASIS OF PAYMENT Payment shall be the unit price per square yard for Asphalt Driveways as measured above, which price shall be full compensation for all work described in this section of the specifications and shall include all materials, equipment, tools, labor and incidentals necessary to complete the work. 706. CONCRETE CURBS Concrete Curbs shall be constructed to the line, grade and dimensions as shown on the plans. Unless otherwise noted, all concrete curbs shall have fiber mesh reinforcement and have a minimum strength of 3000 psi at 28 days. Expansion joints shall be placed at intervals not to exceed a hundred feet (100') and scored joints shall be placed at intervals not to exceed ten feet (10'). In addition, all the requirements of these city Technical Specifications Sections 301, 302 and 303 shall also apply. The Contractor shall notify the Project Inspector a minimum of twenty-four (24) hours in advance of the placement of all concrete curbs. SECTION IV Page 145 of 175 05/12/2025 SECTION IV — Technical Specifications The finished surface must have a reasonably uniform texture, must be within 1/4 inch of a true profile grade, and must have no deviation in excess of 1/4 inch from a straight edge applied to the pavement perpendicular to the centerline. Areas varying from a true surface in excess of the above stated tolerance may be accepted without correction if the Engineer determines that they were caused by preexisting conditions which could not reasonably have been corrected by the milling operations. Any unsuitable texture or profile, as determined by the Engineer, must be corrected by the Contractor at no additional expense to the city. 706-1. BASIS OF MEASUREMENT The basis of measurement shall be linear feet of curb in place and accepted. 706-2. BASIS OF PAYMENT Payment shall be the unit price per linear foot of curb, which price shall be full compensation for all work described in this and other applicable parts of the specifications and shall include all materials, equipment, tools, labor and incidentals necessary to complete the work. 707. CONCRETE SIDEWALKS AND DRIVEWAYS 707-1. CONCRETE SIDEWALKS Concrete sidewalks shall be constructed to the line, grade and dimensions as shown on the plans or herein specified. Unless otherwise noted, all concrete sidewalks shall have fiber mesh reinforcement and have a minimum strength of 3000 psi at 28 days. Unless otherwise specified, all concrete sidewalks shall have a minimum width of four feet (4'). Concrete sidewalks shall have a minimum thickness of four inches (4"), except at driveway crossings where a minimum thickness of six inches (6") is required. Also, 6/6 X 10/10 welded wire mesh reinforcement is required for all sidewalk that crosses driveways. The welded wire mesh shall be positioned in the middle to upper third of the placement. No compensation shall be given if the welded wire mesh is not properly placed. Expansion joints shall be placed at intervals of not more than 100 hundred feet and scoring marks shall be made every five feet (5'). Concrete shall be poured only on compacted subgrade prepared in accordance with Section 702 of these Technical Specifications. In addition, all the requirements of Sections 301, 302 and 303 of these Technical Specifications shall also apply. 707-2. CONCRETE DRIVEWAYS Concrete driveways, whether new construction or replacement, shall be a minimum of six inches (6") in thickness with 6/6 x 10/10 welded wire mesh reinforcement and a minimum horizontal distance between expansion joints of no less than four feet (4') measured in any direction. The welded wire mesh shall be positioned in the middle to upper third of the placement. No compensation shall be given if the welded wire mesh is not properly placed. Concrete shall be poured only on compacted subgrade prepared in accordance with Section 702 of these Technical Specifications. In addition, all the requirements of Sections 301, 302 and 303 of these Technical Specifications shall also apply. The Contractor shall notify the Project Inspector a minimum of twenty-four (24) hours in advance of the placement of all concrete sidewalks and driveways. SECTION IV Page 146 of 175 05/12/2025 SECTION IV — Technical Specifications 707-3. CONCRETE CURB RAMPS The contractor is responsible for constructing ADA compliant concrete curb ramps per the plans and installing detectable warning surfaces on said ramps as called for in the plan set. Concrete curb ramps and detectable warning surfaces are to be constructed per FDOT Standards and Specifications. 707-4. BASIS OF MEASUREMENT The basis of measurement shall be the number of square feet of four inch (4") concrete sidewalk, six inch (6") concrete sidewalk, and six inch (6") concrete driveways in place and accepted. 707-5. BASIS OF PAYMENT Payment shall be the unit price per square foot for each item as measured above, which shall be full compensation for all work described in this section and other applicable parts of the specifications and shall include all materials, equipment, tools, welded wire mesh where required, labor and incidentals necessary to complete the work. 708. MILLING OPERATIONS 708-1. EQUIPMENT, CONSTRUCTION & MILLED SURFACE Unless otherwise noted in the specs, plans or this Section, the milling operation shall be performed in accordance with Section 327 of FDOT's Standard Specifications. The Contractor shall notify the city Project Manager a minimum of twenty-four (24) hours in advance of all milling. 708-2. ADDITIONAL MILLING REQUIREMENTS The following are the additional milling requirements: A. If the milling machine is equipped with preheating devices, the Contractor is responsible to secure any necessary permits, and for complying with all local, state and federal environmental regulations governing operation of this type of equipment. B. All milled surfaces must be repaved within seven (7) days from the time it was milled, unless otherwise noted in the contract documents. C. Prior to paving, all milled areas shall be swept with a Municipal type sweeper either of the vacuum or the mechanical type that picks up and hauls off, dust and dirt. The sweeper must be equipped with its own water supply for pre -wetting to minimize dust. Moreover, the Contractor shall sweep debris off of sidewalks, driveways and curbs in addition to the roadways before leaving the job site. D. In cases where concrete valley swales are present, the adjoining pavement shall be milled to allow for the new asphalt grade to be flush with the concrete surface. E. The Contractor shall be responsible for removing any asphalt that remains in the curb line and/or median curbs after the milling operation of a street is complete. The cost of this removal shall be included in the bid item for milling. F. All radius returns on streets to be milled shall also be milled unless otherwise directed by the Engineer, with payment to be included in the bid item for milling. G. Any leveling or base replacement required after milling shall be applied to sections of the road as noted on the plans, or directed by the Engineer, per Section 330 of FDOT's Standard Specifications The cost shall be included in the per ton unit cost for asphalt, unless otherwise noted in the project scope and plans. SECTION IV Page 147 of 175 05/12/2025 SECTION IV — Technical Specifications H. Any roadway base material exposed as a result of the milling operation shall be primed that same day (unless otherwise directed by the Engineer) per Section 300 of FDOT's Standard Specifications. Repairs required to said base that result from a failure to place the prime in a timely manner shall be done to the city's satisfaction, and at the Contractor's expense. No paving of the exposed base can commence until the city approves the repaired base. The cost of said prime shall be included in the bid item for milling. I. Prior to the placement of asphalt, the face of all curbs and driveways shall be tacked after the milling operation is complete. 708-3. SALVAGEABLE MATERIALS Unless otherwise specified, all salvageable materials resulting from milling operations shall remain the property of the city. The transporting and stockpiling of salvageable materials shall be performed by the Contractor. The Contractor shall contact the city Project Manager to schedule delivery of material at least 48 hours prior to starting work. 708-4. DISPOSABLE MATERIALS All surplus materials not claimed by the city shall become the responsibility of the Contractor. The Contractor shall dispose of the material in a timely manner and in accordance with all regulatory requirements in areas provided by the Contractor at no additional expense to the city. 708-5. ADJUSTMENT AND LOCATION OF UNDERGROUND UTILITIES All private utilities and related structures requiring adjustment shall be located and adjusted by their owners at the owner's expense. city -owned utilities and structures shall be located by the Owner/City and adjusted by the contractor. The Contractor shall arrange their schedule to allow utility owners the time required for such adjustments (minimum 48 hours' notice per State Statute). All utility adjustments shall be completed prior to the commencement of milling and resurfacing operations. 708-6. ADJUSTMENT OF UTILITY MANHOLES The necessary adjustments of sanitary sewer and stormwater utility manholes and appurtenances shall be accomplished by the Contractor in accordance with Section IV, Sections 703-7 of the city's Technical Specifications. 708-7. TYPES OF MILLING There are two types of milling used by the city: A. Wedge — This will consist of milling a six foot (6') wide strip along the curb line of the pavement adjacent to the curb so the new asphalt will align with the original curb height and pavement cross section. B. Full Width — This will consist of milling the entire roadway (i.e. curb line/edge of pavement to curb line/edge of pavement). All existing horizontal and vertical geometry shall remain unless otherwise indicated or approved by the Engineer. SECTION IV Page 148 of 175 05/12/2025 SECTION IV — Technical Specifications 708-8. MILLING OF INTERSECTIONS Intersections, as well as other areas (including radius returns) are to be milled and repaved to restore and/or improve the original drainage characteristics. Said work should extend approximately fifty (50) feet from the low point of the existing swale. 708-9. BASIS OF MEASUREMENT The quantity to be paid for will be the area milled, in square yards, completed and accepted. 708-10. BASIS OF PAYMENT The unit price for milling shall include: all materials, preparation, hauling, transporting and stockpiling of salvageable materials, disposal of all surplus material, any required milling of radius returns and intersections, prime and/or tack coat either required or placed at Engineer's discretion, removal of asphalt from curbs, sweeping, labor, equipment, and all incidentals necessary to complete the milling in accordance with the plans and specifications. SECTION IV Page 149 of 175 05/12/2025 SECTION IV —Technical Specifications 800 SERIES: TRAFFIC SIGNALS, SIGNS AND MARKINGS 801. TRAFFIC SIGNAL EQUIPMENT AND MATERIALS All traffic signal work shall be performed per FDOT's Standard Specifications Sections 603 through 699, unless otherwise specified in the contract documents and plans. This specification includes, but is not limited to, the following items: all necessary equipment, materials, guaranties, acceptance procedures, signal timings, field tests, grounding, conduit, signal and interconnect cable, span wire assemblies, pull and junction boxes, electrical power service assemblies, poles, signal assemblies, pedestrian assemblies, inductive loop detectors, pedestrian detectors, traffic controller assemblies, controller cabinets and accessories, removal of existing traffic signal equipment, and internally illuminated signs. All traffic signal installations shall be mast arms and conform to the requirements of FDOT's Mast Arm Assembly standard and shall be signed and sealed by a professional engineer registered in the State of Florida. All mast arm calculations, as well as the geotechnical report, shall also be signed and sealed by a professional engineer registered in the State of Florida. All mast arm colors shall be determined and approved by the city's Traffic Engineering Division prior to ordering from the manufacturer. All traffic signal indicators for vehicles and pedestrians shall be LEDs and, approved by both the city's Traffic Engineering Division and FDOT. In addition to this, all pedestrian signal indicators shall utilize countdown features. Contractor changes to the operation of an existing signal is prohibited unless directed by the city's Traffic Engineering Division. All damaged inductive loop detectors shall be restored by the contractor per FDOT Index 17781. 801-1. BASIS OF MEASUREMENT AND PAYMENT The basis of measurement and payment shall be specified in the contract documents and/or plans and shall include all equipment, preparation, materials, testing and incidentals required to complete the work per the plans. 802. SIGNING AND MARKING All signing and marking work shall be performed per most current FDOT's Standard Specifications, unless otherwise specified in the contract documents and plans. This specification includes the following work: RPM's (Section 706), painted traffic stripes and markings (Section 710), thermoplastic stripes and markings (Section 711) and tubular delineators/flex posts (Sections 705 and 972). The Contractor is responsible to ensure that striping is correctly placed. Errors in striping or markings shall be "blacked -out" with paint, unless otherwise directed by the Engineer. No payment will be made for these incorrect or "blacked -out" areas. Omissions in striping or markings shall be corrected to the city's satisfaction prior to any payment being made. The Contractor is responsible for restoring all striping in paint and reflective beading per the FDOT indices mentioned above. The city's Traffic Engineering department shall follow up with thermoplastic striping at a later date unless otherwise specified. SECTION IV Page 150 of 175 05/12/2025 SECTION IV — Technical Specifications 802-1. BASIS OF MEASUREMENT AND PAYMENT The basis of measurement and payment shall be specified in the contract documents and/or plans and shall include all equipment, preparation, materials, and incidentals required to complete the work per the plans. 803. ROADWAY LIGHTING All roadway lighting shall be constructed per most current Sections 715 and 992 of FDOT's Standard Specifications, unless otherwise specified in the contract documents and plans. 803-1. BASIS OF MEASUREMENT AND PAYMENT The basis of measurement and payment shall be specified in the contract documents and/or plans and shall include all equipment, materials, testing, and incidentals required to complete the work per the plans. SECTION IV Page 151 of 175 05/12/2025 SECTION IV — Technical Specifications 900 SERIES: LANDSCAPING/RESTORATION 901. WORK IN EASEMENTS OR PARKWAYS Restoration is an important phase of construction, particularly to residents affected by the construction progress. The Contractor will be expected to complete restoration activities within a reasonable time following primary construction activity. Failure by the Contractor to accomplish restoration within a reasonable time shall be justification for a temporary stop on primary construction activity or a delay in approval of partial payment requests. Reasonable care shall be taken for existing shrubbery. Contractor shall replace all shrubbery removed or disturbed during construction. No separate payment shall be made for this work. The Contractor shall make provision and be responsible for the supply of all water, if needed, on any and all phases of the contract work. The Contractor shall not obtain water from local residents or businesses except as the Contractor shall obtain written permission. 902. GENERAL PLANTING SPECIFICATIONS 902-1. IRRIGATION 902-1.1. DESCRIPTION A. The work specified in this Section consists of the installation of an automatic underground irrigation system as shown or noted in the plans. Provide all labor, materials, equipment, services and facilities required to perform all work in connection with the underground sprinkler irrigation system as indicated on the drawings and/or specifications. Work noted as "NIC", "existing", or "by others" is not included in this pay item. B. The irrigation plans are schematic in nature. Valves and pipes shall be located in the turf/landscape areas except at road/paving crossings. All piping under paving shall be sleeved. Changes in the irrigation system layout shall be modified with the approval of the Engineer. 902-1.1.1. QUALITY ASSURANCE A. The irrigation work shall be installed by qualified personnel or a qualified irrigation subcontracting company that has experience in irrigation systems of similar size, scope, mainline, system pressure, controls, etc. B. All applicable ANSI, ASTM, FEDSPEC Standards and Specifications, and all applicable building codes and other public agencies having jurisdiction upon the work shall apply. C. Workmanship: All work shall be installed in a neat, orderly, and responsible manner with the recognized standards of workmanship. The Engineer reserves the right to reject material or work which does not conform to the contract documents. Rejected work shall be removed or corrected at the earliest possible time at the Contractor's expense. D. Operation and Maintenance Manuals: The Contractor shall prepare and deliver to the Engineer within ten (10) calendar days prior to completion of construction a minimum of three (3) hard cover binders, with three rings and a USB with the electronic design files (including the irrigation As Builts), containing the following information: 1. Index sheet stating the Contractor's address and business telephone number, twenty-four (24) hour emergency phone number, person to contact, list of equipment with name(s) and address(es) of SECTION IV Page 152 of 175 05/12/2025 SECTION IV — Technical Specifications local manufacturer's representative(s) and local supplier where replacement equipment can be purchased. 2. Catalog and part sheet on every material and equipment installed under this contract. 3. Complete operating and maintenance instructions on all major equipment. 4. Provide the Engineer and the city maintenance staff with a written the Operations Manual and "hands on" training for major equipment and show evidence in writing to the Engineer at the conclusion of the project that this service has been rendered. a. Four-hour instruction (minimum) for the Irrigation Zones equipment operation and maintenance. b. Two-hour instruction (minimum) for automatic control valve operation and maintenance. 902-1.1.2. PROJECT CONDITIONS A. The Contractor shall coordinate the work with all other trades, all underground improvements, the location and planting of trees and all other planting. Verify planting requiring excavation of twenty- four -inch (24") diameter and larger with the Engineer prior to installation of main lines. B. Provide temporary irrigation at all times to maintain plant materials during the construction period. C. The Contractor is responsible to maintain the work area and equipment until final acceptance by the Engineer. Repairs and replacement of equipment broken, stolen, or missing as well as regular maintenance operations shall be the obligation of the Contractor. D. The Contractor shall submit a traffic control plan (per FDOT specifications) to the Engineer prior to initiating construction on the site. The Contractor shall be responsible for the maintenance of traffic signs, barriers, and any additional equipment to comply with the FDOT standards and to ensure the safety of its employees and the public. 902-1.1.3. WARRANTY A. The Contractor(s) shall warrant the irrigation system components to give satisfactory service for one (1) year period from the date of acceptance by the Engineer and the city. Should any problems develop within the warranty period due to inferior or faulty materials, the Contractor shall be corrected at no expense to the city. 902-1.2. PRODUCTS 902-1.2.1. GENERAL A. All materials throughout the system shall be new and in perfect condition. No deviations from the specifications shall be allowed except as noted. 902-1.2.2. PIPING A. The irrigation system pipe shall be as stated herein and shall be furnished, installed and tested in accordance with these specifications. B. All pipe is herein specified to be Polyvinyl Chloride (PVC) Pipe, 1120, Schedule 40, conforming to ASTM D2665 and D1785. C. All nipples, pipe connections, bushings, swing joints, connecting equipment to the mainline is required to be threaded Polyvinyl Chloride (PVC) Pipe, Schedule 80 per detail drawings. 902-1.2.3. PIPE FITTINGS A. All pipe fittings for Schedule 40 PVC pipe shall be as follows: Fittings shall conform to the requirements of ASTM D2466, Standard Specification for Polyvinyl Chloride (PVC) Plastic Pipe Fittings, Schedule 80. All fittings shall bear the manufacturer's name or trademark, material designation, size, applicable IPS schedule and NSF seal of approval. The connection of mainline pipe SECTION IV Page 153 of 175 05/12/2025 SECTION IV — Technical Specifications to the automatic control valve shall be assembled with threaded Schedule 80 fittings and threaded Schedule 80 nipples. 902-1.2.4. PVC PIPE CEMENT AND PRIMER A. Provide solvent cement and primer for PVC solvent weld pipe and fittings as recommended by the manufacturer. Pipe joints for solvent weld pipe to be belled end. Submit to the city Project Manager for approval. The solvent that cement that should be used is 303 PVC Cement Regular Clear. B. Purple primer shall be applied after the pipe and fittings have been cut and cleaned. The Primer shall be of contrasting color and be easily recognizable against PVC pipe. The purple primer cleaner for PVC is 8800. 902-1.2.5. THREADED CONNECTIONS A. Threaded PVC connections shall be made using Teflon tape or Teflon pipe sealant. 902-1.2.6. GATE VALVES 902-1.2.6.1. MANUAL GATE VALVES TWO INCHES (2") AND SMALLER A. Provide the following, unless otherwise noted on Drawings: 1. 200-250 psi Ball Valve 2. Nibco Brass Body Construction, female threaded on both sides, sized appropriately to source pipe - with Teflon Ball Seals 3. Slip/Threaded Coupler 4. Schedule 80 Nipple 902-1.2.6.2. GATE VALVES TWO AND A HALF INCHES (21/2") AND LARGER A. Provide the following, unless otherwise noted on Drawings: 1. AWWA-0509 2. 200 lb. O.W.G. 3. Cast Iron body - ASTM A 126 Class B 4. Deep socket joints 5. Rising stem 6. Bolted bonnet 7. Double disc 8. Equipped with two inches (2") square operating key with tee handle B. Provide two (2) operating keys for gate valve three inches (3") and larger. The "street key" shall be five feet (5') long with a two inch (2") square operating nut. 902-1.2.7. SLEEVES A. Sleeves: (Existing by city of Clearwater) 1. The Contractor shall verify the location of all existing sleeves as shown on the roadway, utility and/or irrigation plans and notify the Engineer of any discrepancies. B. Schedule 80 or higher, sized two (2) times the diameter of pipe to be sleeved 902-1.2.8. REMOTE CONTROL VALVES A. The electric globe remote control valve shall be a solenoid actuated; balance -pressure across -the - diaphragm type capable of having a flow rate per manufacturer's recommendations with a pressure loss not to exceed 6.1 pounds per square inch (psi). The valve pressure rating shall not be less than 150 psi. Submit to the city Project Manager for approval. SECTION IV Page 154 of 175 05/12/2025 SECTION IV — Technical Specifications B. The valve body and bonnet shall be constructed of high impact weather resistant plastic, stainless steel, and other chemical/UV resistant materials. The valve's one-piece diaphragm shall be of durable santoprene material with a clog resistant metering orifice. C. The valve body shall have a one -inch (1"), 1 1/2", 2", 3" (FNPT) inlet and outlet or a one -inch (1") female threaded inlet and outlet for threaded connections. D. The valve construction shall be as such to provide for all internal parts to be removable from the top of the valve without disturbing the valve installation. E. The valve shall be as manufactured by Irritrol or approved equal. Any valve that is 3" or larger than must submit to the city Project Manager for approval. F. Identify all control valves using Aluminum or Bronze metal I.D. tags numbered to match drawings. G. All electric valves to have gate valves on source side of each valve. 902-1.2.9. VALVE BOXES A. For electronic irrigation valves use a Brooks #36 concrete valve box with #36-T cast iron traffic bearing cover or approved equal. B. For wire splices and gate valves use a Carson with T cover (Heavy Duty) ten inch (10") circular valve box with #181015 cover comparable to Brooks or approved equal. The color of the lids need to be Pantone 522C if reclaimed. 902-1.2.10. AUTOMATIC CONTROL TIMER A. The irrigation controller (control module) shall be programmable by a separate transmitter device only. The program shall be communicated to the Control Module from the Field Transmitter via an infrared connection. The controller shall be of a module type which may be installed in a valve box underground. The controller shall function normally if submerged in water and the communication from the transmitter shall function if submerged in water. B. The control module shall be housed in an ABS plastic cabinet and shall be potted to insure waterproof operation. The control module shall have two mounting slots for screws allowing the module to be securely mounted inside a valve box. C. The controller shall operate on one nine volt (9V) alkaline battery for one full year regardless of the number of stations utilized. The controller shall operate 1, 2, or 4 stations either sequentially or independently. D. The controller shall have three (3) independent programs with eight (8) start times each, station run time capability from one (1) minute to twelve (12) hours in one (1) minute increments, and a seven (7) day calendar. The controller shall turn on stations via latching solenoids installed on the valves. Manual operations shall be initiated by attaching the Field Transmitter to the Control Module and programming a manual start. The controller shall be capable of manual single station or manual program operation. E. The controller shall be as manufactured by Rain Bird Sprinkler Mfg. Corp., Glendora, California USA. Submit to the city Project Manager for approval. 902-1.2.11. FIELD TRANSMITTER A. The irrigation controller shall be programmable by a separate transmitter device (Field Transmitter) only. The Field Transmitter shall communicate to the Control Module via an infrared connection or over air. The Field Transmitter shall be water resistant and housed in ABS plastic and have a removable, reversible protective sheath. The Field Transmitter shall operate on one nine volt (9V) alkaline battery. B. The Field Transmitter shall have a large LCD screen and a seven -key programming pad. A beep sound shall confirm every key stroke. The screen shall automatically turn off after one minute when not in use. C. The Field Transmitter shall be capable of programming an unlimited number of UNIK Control Modules or A/C placed times, whichever is applicable. SECTION IV Page 155 of 175 05/12/2025 SECTION IV — Technical Specifications D. The Field Transmitter shall be as manufactured by Rain Bird Sprinkler Mfg. Corp., Glendora, California USA. E. Field transmitter to be provided to city Parks and Recreation at time of acceptance of project. F. Submit to the city Project Manager for approval. 902-1.3. EXECUTION 902-1.3.1. GENERAL INSTALLATION REQUIREMENTS A. Before work is commenced, hold a conference with the Engineer to discuss general details of the work. B. Verify dimensions and grades at job site before work is commenced. C. During the progress of the work, a competent superintendent and any assistants necessary shall be on site, all satisfactory to the Engineer. This superintendent shall not be changed, except with the consent of the Engineer. The superintendent shall represent the Contractor in Contractor's absence and all directions given to the superintendent shall be as binding as if given to the Contractor. D. Obtain and pay for all irrigation and plumbing permits and all inspections required by outside authorities. E. All work indicated or notes on the Drawings shall be provided whether or not specifically mentioned in these Technical Specifications. F. No irrigation piping or any irrigation component shall be installed in a retention pond bottom or slopes or passing through retention pond. No piping shall be 12" from top of bank. G. If there are ambiguities between the Drawings and Specifications, and specific interpretation or clarification is not issued prior to bidding, the interpretation or clarification will be made only by the Engineer, and the Contractor shall comply with the decisions. In the event the installation contradicts the directions given, the installation shall be corrected by the Contractor at no additional cost. H. Layout of sprinkler lines shown on the Drawing is diagrammatic only. Location of sprinkler equipment is contingent upon and subject to integration with all other underground utilities. Contractor shall employ all data contained in the Contract Documents and shall verify this information at the construction site to confirm the manner by which it relates to the installation. I. Do not proceed with the installation of the sprinkler system when it is apparent that obstructions or grade differences exist or if conflicts in construction details, legend, or specific notes are discovered. All such obstructions, conflicts, or discrepancies shall be brought to the attention of the Engineer. J. The disturbance of existing paving will not be permitted. Install all required sleeving prior to roadway base installation. 902-1.3.2. EXCAVATING AND BACKFILLING 902-1.3.2.1. TRENCHING - GENERAL A. Dig sides of trenches straight(vertically). Provide continuous support for pipe on bottom of trenches. Lay pipe to uniform grade. Trenching excavation shall follow layout indicated on Drawings. B. Maintain six inch (6") horizontal and minimum clearance between sprinkler lines and between all lines of other trades. C. Do not install sprinkler lines directly above another line of any kind. D. Maintain six inch (6") vertical minimum between sprinkler lines which cross at angles of 45° to 90°. E. Exercise care when excavating, trenching, and working near existing utilities. 902-1.3.2.2. BACKFILLING A. All pressure supply lines (mainline) shall have eighteen inches (18") of fill placed over the pipe. B. Initial backfill on all lines shall be of a fine granular material with no foreign matter larger than one half inch ('/2"). C. Compact backfill according to Section 125 of FDOT Standard Specifications. SECTION IV Page 156 of 175 05/12/2025 SECTION IV —Technical Specifications D. Do not, under any circumstances, use equipment or vehicle wheels for compacting soil. E. Restore grades and repair damages where settling occurs before landscape installation begins. F. Compact each layer of fill with approved equipment to achieve a maximum density per AASHTO T180. Under landscaped areas, compaction shall not exceed 95% of maximum density. G. Compaction shall be obtained by the use of mechanical tampers or approved hand tampers. When hand tampers are used, the materials shall be deposited in layers not more than six inches (6") thick. The hand tampers shall be suitable for this purpose and shall have a face area of not more than 100 square inches. Special precautions shall be taken to prevent damage to the irrigation system piping and adjacent utilities. 902-1.3.2.3. ROUTING OF PIPING A. Routing of pressure and non -pressure piping lines are indicated diagrammatically on Drawings. B. Coordinate specimen trees and shrubs with routing of lines. 1. Planting locations shall take precedence over sprinkler and piping locations. 2. Report to Engineer and/or city any major deviation from routing indicated. C. Conform to Drawings layout without offsetting the various assemblies from the pressure supply line. D. Layout all systems using an approved staking method and maintain the staking of approved layout. 902-1.3.3. INSTALLATION 902-1.3.3.1. WATER SUPPLY A. Connections to the water sources shall be at the approximate locations indicated on the Drawings. Make minor changes caused by actual site conditions without additional cost to the city. 902-1.3.3.2. ASSEMBLIES A. Routing or pressure supply lines as indicated on Drawings is diagrammatic only. Install lines and required assemblies in accordance with details on Drawings. B. Do not install multiple assemblies on plastic lines. Provide each assembly with its own outlet. When used, the pressure relief valve shall be the last assembly. C. Install all assemblies in accordance with the respective detail Drawings and these Technical Specifications. D. Plastic pipe and threaded fittings shall be assembled using Teflon tape, applied to the male threads only. 902-1.3.3.3. SLEEVES: (EXISTING BY CITY OF CLEARWATER) A. The Contractor shall verify the location and size of all existing sleeves as shown on the roadway, utility and/or irrigation plans and notify the Engineer of any discrepancies before work begins. 902-1.3.3.4. PLASTIC PIPE A. Install plastic pipe in accord with manufacturer's recommendations. B. Prepare all welded joints with manufacturer's cleaner prior to applying solvent. 1. Allow welded joints as least fifteen (15) minutes setup/curing time before moving or handling. 2. Partially center load pipe in trenches to prevent arching and shifting when water pressure is on. 3. Do not permit water in pipe until a period of at least four (4) hours has elapsed for solvent weld setting and curing, unless recommended otherwise by solvent manufacturer. C. Curing 1. When the temperature is above 80°F, allow soluble weld joints at least twenty-four (24) hours curing time before water is introduced under pressure. D. Flushing the system: 1. After all sprinkler pipelines and risers are in place and connected, open the control valves and flush out the system with a full head of water. E. Installing piping under existing pavement: SECTION IV Page 157 of 175 05/12/2025 SECTION IV — Technical Specifications 1. Piping under existing pavement may be installed by jacking & boring. Refer to Section 503-2.3. of these Technical Specifications. 2. Secure permission from the city Landscape Architect before cutting or breaking any existing pavement. All repairs and replacements shall be approved by city and shall be accomplished at no additional cost. 902-1.3.3.5. CONTROLLERS A. Install all automatic controllers as shown in the plans. 1. The location of all controllers shall be approved by the city's Project Manager and/or Representative prior to installation. 902-1.3.3.6. REMOTE CONTROL VALVES A. Install at final grade. Set in turf areas whenever possible. B. Install valves in turf areas in a plumb position with twenty-four inch (24") minimum maintenance clearance from other equipment, three feet (3') minimum from edges of sidewalks, buildings, and walls, and no closer than seven feet (7') from the back of curb or edge of pavement along roadways. C. Contractor shall adjust the valve to provide the proper flow rate or operating pressure for each sprinkler zone. 902-1.3.3.7. GATE VALVES A. Install where indicated and with sufficient clearance from other materials for proper maintenance. B. Check and tighten valve bonnet packing before backfilling. C. Install in 10" round, Carson Heavy Duty valve box or approved equal (Pantone 522C if reclaim). 902-2. LANDSCAPE 902-2.1. GENERAL 902-2.1.1. REQUIREMENTS OF REGULATORY AGENCIES A. Comply with Federal, State, Local, and other duly constituted authorities, and regulatory agencies, without additional cost to the city in matters pertaining to codes, safety, and environmental matters. B. Any permits for the installation or construction of any of the work included under the contract, which are required by any of the legally constituted authorities having jurisdiction, shall be arranged for by the Contractor and paid for directly by the Contractor, unless otherwise agreed upon in writing. 902-2.1.2. SCOPE OF WORK A. All provisions of Contract, including General and Special Provisions and Plans, apply to the work specified in this Section. The Scope of Work includes everything for and incidental to executing and completing all landscape work shown on the Plans, Schedules, Notes and as specified herein. B. Furnish and provide all labor, plants and materials tools and equipment necessary to prepare the soil for plantings, to install and care for all plant materials (including finish grading if necessary); to remove and/or transplant existing plants if indicated; to furnish, plant, fertilize, guy and brace, water, mulch and prune all new plant materials; and to execute all other Work as described herein or indicated on the Plans. C. Work under this Section shall include labor and materials for final grading and raking to prepare the site for sodding, sprigging, or seeding, so finished lawn or playing field will appear even and uniform, will drain adequately, and will comply with the intent of the landscape drawings. D. Initial maintenance of landscape materials as specified in this document. SECTION IV Page 158 of 175 05/12/2025 SECTION IV — Technical Specifications 902-2.1.3. QUALITY ASSURANCE A. Landscape work shall be contracted to a single firm specializing in landscape work, who shall in turn subcontract no more than 40% of the work specified. All subcontractors under the control of the Contractor involved in the completion of the landscape work, shall be made known to the city and the city Landscape Architect prior to their commencement of work on the project. B. All work of this Section shall conform to the highest standard of landscape practices. C. The Plant Material Schedule included with these Plans is provided only for the Contractor's convenience; it shall not be construed as to conflict or predominate over the Plans. If conflict between the Plans and Specifications exists, submit to the city Project Manager for approval. D. During this work, the Contractor shall be responsible for maintaining safety among persons in their employ in accordance with the standards set by The Occupational Safety and Health Act of 1970 (and all subsequent amendments). City and city Landscape Architect shall be held harmless from any accident, injury or any other incident resulting from compliance or non-compliance with these standards. E. The Contractor shall cooperate with and coordinate with all other trades whose work is built into or affects the work in this Section. F. All appropriate utility companies and agencies shall be contacted 72 hours prior to excavation. Call "One Call"/ "Sunshine 811" at 8-1-1; "Sunshine 811" administrative offices may be reached at (800) 638-4097. G. The Contractor shall carefully examine the site and all existing conditions affecting the work, such as: soil, obstructions, existing trees, utilities, etc. Report any conditions in conflict with the work to the Landscape Architect. 902-2.1.4. SUBMITTALS A. The Contractor is required to submit prior to the expiration of the required maintenance period, two (2) copies of typewritten instructions recommending procedures to be established by the Contractor for maintenance of landscape work for a period of one (1) year. B. Furnish unit prices for all plant materials and inert materials, including labor for all specified work. 902-2.1.5. ALTERNATES, ADDITIONS, DELETIONS, SUBSTITUTIONS A. If there are additions/alternates included in these Plans and Specifications, the Contractor must propose prices to accomplish the work stated as additions/alternates at the time of bidding. B. The city, through their Project Manager, reserves the right to add or deduct any of the work stated herein without rendering the Contract void. C. The Contractor must have written approval by the city Project Manager for any substitutions not previously agreed to in the purchase agreement: installation without approval is entirely at the Contractor's risk. D. All material acquired through additions or substitutions shall be subject to all conditions and warranties stated herein. 902-2.1.6. ABBREVIATIONS/DEFINITIONS O.A. or HT.: The over-all height of the plant measured from the ground to the natural, untied state of the majority of the foliage, not including extreme leaves, branches or fronds. C.T.: Clear trunk is measured from the ground to the bottom of the first leaf or frond stem with no foliage from ground to specified height. For example, on Canary Island Date Palms or similar, the clear trunk measurement includes the "nut" at the base of the fronds. SECTION IV Page 159 of 175 05/12/2025 SECTION IV — Technical Specifications C. W.: Clear wood is measured from the ground to the bottom of the base of the lowest leaf sheath or boot, trimmed in a natural manner. For example, on Canary Island Date Palms or similar, the clear wood measurement does not include the "nut" at the base of the fronds. SPR.: Spread, branches measured in natural untied position to the average crown diameter, not including extreme leaves, branches, or fronds. ST. TR.: Straight trunk. MIN: Minimum. GAL.: Gallon container size, i.e., 1 gallon, 3 -gallon, 7 gallons, etc. O.C.: On center, distance between plant centers. DIA.: Diameter. LVS.: Leaves. D.B.H.: Diameter or caliper of main trunk of tree as measured at breast height at 4-1/2 feet above grade. CAL.: Caliper, the outside diameter of up to a four -inch tree is measured six inches above grade, larger trees are measured at 12 inches above grade. B&B: Balled and burlapped in accordance with horticultural standards of the American Association of Nurserymen. PPP: Plants per pot. FG: Field grown. STD.: Standard, single, straight trunk. Owner: To be known as that entity which holds title or control to the premises on which the work is performed. Owner's Representative: Owner's on-site representative shall be responsible for approval of quantity and quality of materials specified and execution of installation. Contractor: Shall refer to that person or enterprise commonly known as the Landscape Contractor. Landscape Architect: This person or firm is the responsible representative of the Owner who produces the landscape Plans and Specifications. 902-2.1.7. PRODUCT DELIVERY, STORAGE, AND HANDLING 902-2.1.7.1. PLANT MATERIALS A. Use Florida Grades and Standards (most current edition) for all plant materials within these Technical Specifications. B. Provide container -grown or, if appropriate, freshly dug trees and shrubs. Do not prune prior to delivery. Do not bend or bind trees or shrubs in such a manner as to damage bark, break branches or destroy natural shape. Provide protective covering during delivery. If plant delivery is made in open vehicles, the entire load shall be suitably covered. C. All plants are to be handled at all times so that roots or root balls are adequately protected from sun, cold, or drying winds. No root balls for trees and container plants that have been cracked or broken shall be planted except upon special approval. Plants shall not be pulled by the tops or stems, nor handled in a rough or careless manner at any time. D. Trees shall be dug with adequate root balls, burlapped, and wire bound if needed. Root pruning to be done a minimum of four (4) weeks before removal from the field and planting at the site. Root balls SECTION IV Page 160 of 175 05/12/2025 SECTION IV — Technical Specifications may not be encased in "grow bags" or other synthetic material, except plastic shrink wrap for transport only. E. Palms shall be planted within twenty-four (24) hours of delivery. F. Deliver trees and shrubs after preparations for planting have been completed and plant immediately. If planting is delayed more than 6 hours after delivery, set trees and shrubs in shade, protect from weather and mechanical damage, and cover to keep the roots moist. G. Label all plants of each variety with a securely attached waterproof tag bearing legible designation of botanical and common name. H. Time delivery so that sod will be placed within twenty-four (24) hours after stripping. Protect sod against drying and breaking by covering palettes of sod or placing in a shaded area. 902-2.1.8. JOB CONDITIONS 902-2.1.8.1. ACCEPTANCE OF JOB CONDITIONS. A. The Contractor shall examine the sub -grade, verify elevations, observe the conditions under which work is to be performed and notify the city Landscape Architect or Project Manager in writing of unsatisfactory conditions prior to beginning work. Do not proceed with the work until unsatisfactory conditions have been corrected in a manner acceptable to the city Landscape Architect. Start of work shall indicate acceptance of conditions and full responsibility for the completed work. B. Proceed with and complete the landscape work as rapidly as portions of the site become available, working within the seasonal limitations for each kind of landscape work and following the approved schedule. If seasonal limitations apply, notify the city Landscape Architect for adjustments to the Schedule. C. Determine locations of all underground utilities and review for conflicts with planting procedures before plant installations begin. D. When adverse conditions to plant growth are encountered, such as rubble fill, drainage conditions or obstruction, the Contractor shall notify the city Landscape Architect in writing for change approval before work is performed E. Plant trees and shrubs after final grades are established and prior to sod installation or seeding lawns. Protect existing lawn, trees, and promptly repair all damages from planting operations that is satisfactory and approved by the city. 902-2.1.8.2. SCHEDULING OF WORK A. The work shall be carried out to completion with the utmost speed. Immediately upon award of contract, the Contractor shall prepare a construction schedule and furnish a copy to the city's Project Manager and/or the city Landscape Architect for approval. The Contractor shall carry out the work in accordance with the approved schedule. B. If the Contractor incurs unforeseen costs, such as overtime hours, holidays, etc., in order to complete the work within the time stated in the Contract, and/or to maintain the progress schedule, all said costs shall be borne by the Contractor at no additional cost to the city. C. The city's Project Manager and/or Representatives may request work stoppage in writing. Upon written request from the city's Project Manager, the Landscape Contractor shall suspend delivery of material and stop all work for such a period as deemed necessary by the city of Clearwater, the city's Project Manager, or the General Contractor, with respect to any additional costs which may result from work stoppage. 902-2.1.8.3. UTILITIES A. The Contractor shall perform work in a manner which will avoid conflicts with utilities. Hand excavate, as required, to minimize possibility of damage to underground utilities. Maintain grade stakes set by others until removal is mutually agreed upon by all parties concerned. SECTION IV Page 161 of 175 05/12/2025 SECTION IV — Technical Specifications 902-2.2. PRODUCTS 902-2.2.1. MATERIALS 902-2.2.1.1. PLANT MATERIALS: NOMENCLATURE A. Plant species, sizes, etc., shall be per Plans and Specifications on Plant Material Schedule. Nomenclature is per Manual of Cultivated Plant, Standard Encyclopedia of Horticulture, L.H. Bailey, or Standardized Plant Names Dictionary, American Joint Committee on Horticultural Nomenclature (latest editions) or conforms with names accepted in the nursery trade. The scientific and common name both need to be provided for each plant materials. 902-2.2.1.2. PLANT MATERIALS: QUALITY ASSURANCE A. Use Florida Grades and Standards (latest edition) for all plant materials within these Technical Specifications. B. Provide healthy, vigorous stock grown under climatic conditions similar to conditions in the locality of the project. Plants shall have a habit of growth that is normal for the species and be sound, healthy, vigorous, and free from insects, pests or their eggs, plant diseases, defects and injuries. Plants shall be well branched and densely foliated when in leaf and shall have healthy, well-developed root systems. C. Trees shall be heavily branched or, in the case of palms, be heavily leafed. Some plant materials may be collected stock with the approval of the Landscape Architect. Tree species must have a single main trunk (central leader), unless otherwise stated. Trees that have the main trunk forming a "Y" shape or parallel branching are not acceptable. D. Plant materials shall be specified and shall be Florida #1 or better as to shape and quality for the species as outlined in Grades and Standards for Nursery Plants Part I and II, Florida Department of Agriculture and Consumer Services (latest edition). E. The city Landscape Architect reserves the right to inspect plant materials either at the place of growth or at the project site prior to planting for compliance with requirements for name, variety, size, quality, or designated area. F. Landscape materials shall be shipped with certificates of inspection as required by governmental authorities. The Contractor shall comply with all governing regulations that are applicable to landscape materials. G. Do not make substitutions. If specified landscape material is not available, submit to the Landscape Architect proof of it being non -available. In such event, if the Landscape Architect designates an available source, such shall be acquired from designated source. When authorized, a written change order for substitute material will be made by adjustment to Contract amount. H. Height and/or width of trees shall be measured from ground up; width measurement shall be normal crown spread of branches with plants in the normal position. This measurement shall not include immediate terminal growth. All measurements shall be taken after pruning for specified sizes. All trees and shrubs shall conform to measurements specified in the plant material schedule, except that plant material larger than specified may be used with the approval of the city Landscape Architect, with no increase to the Contract price. Plant materials shall not be pruned prior to delivery. I. Plant Material shall be symmetrical, typical for variety and species. Plants used where symmetry is required shall be matched as nearly as possible. J. Balled and burlapped plants shall have firm, natural balls of earth of sufficient diameter and depth to encompass the feeding root system necessary for full development of the plant and to conform with the standards of the American Association of Nurserymen. Root balls and tree trunks shall not be damaged by improper binding and B & B procedures. Only natural biodegradable burlap will be acceptable. K. Container -grown plants may be substituted for balled and burlapped plants or vice -versa provided the quality is equal or better than specified and the Landscape Architect approves the substitution. SECTION IV Page 162 of 175 05/12/2025 SECTION IV — Technical Specifications L. Container -grown stock shall have been grown in containers for at least four months, but not over two years. If requested, samples must be shown to prove no root bound condition exists. 902-2.2.1.3. GRASSES: SOD OR SEED A. Sod or seed (as/if specified) shall be a certified species as stated on the Plan. Solid sod shall be of even thickness and with a good root structure, 95% free of noxious weed, freshly mowed before cutting, and pest and disease free when laid. It must not be stacked more than twenty-four (24) hours before laying and it must be grown in soil compatible to that in which it will be installed. Sod must be kept moist prior to and after installation through the acceptance of the project. B. Sod shall be laid side to side with no gaps and all at level grade, so no scalping occurs. Contractor will make changes as deemed necessary by the city before acceptance of work. C. Seed shall be delivered to the site in unopened bags with certification tags in place. Purity, germination and weed content shall be as certification requirements. 902-2.2.1.4. MULCH A. Mulch shall be as specified in the plans B. Install mulch to an even depth of three inches (3") before compaction, as shown in the PLANTING DETAILS in the plans. 902-2.2.1.5. STAKES AND GUYS A. Use the University of Florida Urban Tree Foundation Planting Details and Specifications Staking details. Use the latest edition of the Staking Details from the Urban Tree Foundation (http://urbantree.org/details_staking.shtml) B. For single trunk palms, stakes shall be cut from 2" x 4" pressure treated (p.t.) stock, with a minimum of three (3) stakes per palm. Batten consisting of 5 layers of burlap and 5 - 2" x 4" by 16" wood connected with two — three-quarter inch (%") steel bands shall be used around the palm trunk. Submit to the city Project Manager for approval. C. Other tree staking systems may be acceptable if approved. 902-2.2.1.6. PLANTING SOIL A. Unless stated on the plans or in the specifications, install plant material in tilled and loosened native soil backfill. It is the responsibility of the Landscape Contractor to test, prior to planting and at no additional cost to the city, any soils which may be unsuitable for the vigorous growth of plants. Unsuitable conditions shall be reported to the Landscape Architect immediately in writing. B. When required, planting soil media shall be provided by the Contractor and shall consist of one-third (1/3) peat and two-thirds (2/3) sandy loam, with no lumps over one inch (1"). C. Backfill and clean fill dirt provided by the Contractor shall be in a native, friable soil with known analysis and composition that is like soil makeup. There must be slight acid reaction to the soil (about 6.0 — 6.5 pH) with no excess of calcium or carbonate, and it shall be free from weeds, clay, stones, stumps, roots and toxic substances or any other materials that might be harmful to plant growth or a hindrance to grading, planting, and maintenance procedures and operations. No heavily organic soil, such as muck or peat shall be used as fill dirt. 902-2.2.1.7. TREE PROTECTION A. Wood fencing shall be 2" x 4" pressure treated stock with flagging on horizontal members. Space vertical members six feet (6') to eight feet (8') on center. The barricade shall be placed so as to protect the critical protection zone area, which is the area surrounding a tree within a circle described by a radius of one foot (1') for each inch of the tree's diameter at breast height DBH (four and one half feet) above grade. SECTION IV Page 163 of 175 05/12/2025 SECTION IV — Technical Specifications 902-2.2.1.8. ROOT BARRIER SYSTEM A. Submit to city Project Manager and Landscape Architect for approval (if applicable). 902-2.2.1.9. PACKAGED MATERIALS A. Deliver packaged materials in containers showing weight, analysis and name of manufacturer. Protect materials from deterioration during delivery and while stored at the site. 902-2.2.1.10. PESTICIDES A. Pesticides shall be only approved, safe brands applied according to manufacturer's directions. 902-2.3. EXECUTION 902-2.3.1. PREPARATION 902-2.3.1.1. OBSTRUCTIONS BELOW GROUND A. It shall be the responsibility of the Contractor to locate and mark all underground utilities, irrigation lines and wiring prior to commencement of the work. B. If underground construction, utilities, or other obstructions are encountered in excavation of planting areas or pits, the city Project Manager and Landscape Architect shall be immediately notified to select a relocated position for any materials necessary. 902-2.3.1.2. GRADING AND PREPARATION FOR PLANT MATERIALS A. All proposed landscape areas containing existing turf grass or weeds shall be treated with mutually agreed on herbicide per manufacturer's specifications. All proposed landscape areas adjacent to water bodies shall be treated with "Rodeo" or approved equal per the manufacturer's specifications. B. New plant materials will not be installed until 98% weed/turf eradication has been achieved. More than one application may be required to produce an acceptable planting bed. C. Pre -emergent herbicides are not a substitute for spray treatment of "Rodeo" or approved equal and may be used only with the written approval of the Landscape Architect. D. Should any plant material in the same or adjacent beds be damaged by these chemicals, the same size, quantity, and quality of plants shall be immediately replaced by the Contractor at no cost to the city. E. Any necessary corrections or repairs to the finish grades shall be accomplished by the Contractor. All planting areas shall be carefully graded and raked to smooth, even finish grade, free from depressions, lumps, stones, sticks or other debris and such that they will conform to the required finish grades and provide uniform and satisfactory surface drainage without puddling. F. The Contractor shall remove debris (sticks, stones, rubbish) over one- and one-half inches (1' Y2") in any dimension from individual tree, shrub and hedge pits and dispose of the excavated material off the site. 902-2.3.1.3. PREPARATION FOR ANNUAL BED PLANTING A. Prepare native subgrade by rototilling or loosening by hand methods. Spread three inches (3") of one- third (1/3) Florida peat and two-thirds (2/3) sandy, or other approved organic soil amendment over the full length and width of planting area for annuals. Rototill organic layer six inches (6") to eight inches (8") into the native soil. Grade the planting bed by "crowning' to ensure that surface drainage, percolation, and aeration occur at rapid rates. 902-2.3.1.4. PREPARATION FOR SEEDING AND SOD AREAS A. All proposed sod areas containing existing turf grass or weeds shall be treated with Monsanto's "Round -Up" per manufacturer's specifications. All proposed sod areas adjacent to water bodies shall be treated with "Rodeo" per the Manufacturer's Specifications. SECTION IV Page 164 of 175 05/12/2025 SECTION IV — Technical Specifications B. Limit preparation to areas which will be planted promptly after preparation. Loosen sub -grade of seed and sod areas to a minimum depth of four inches (4"). C. Immediately prior to any turf work, the Contractor shall finish grade the soil to a smooth, even surface assuring positive drainage away from buildings and the subsequent turf flush to the tops of adjacent curbs and sidewalks. The surface shall be sloped to existing yard drains. D. Moisten prepared seed and sod areas before planting if soil is dry. Water thoroughly and allow surface moisture to dry before planting lawns. Do not create a muddy soil condition. 902-2.3.2. INSTALLATION 902-2.3.2.1. BERM CONSTRUCTION (IF SPECIFIED) A. Install berms at location and design shown on Plans and at the height and slope indicated. Height stated is for finished berm with soil at natural compaction. B. Exact location and configuration of berms may require modification to allow proper drainage; such changes will be coordinated with the Landscape Architect. C. If shown on the Plan, construct berms using clean sandy loam fill dirt which is well -drained, free of rocks, roots, or other debris, with a soil pH of an acid Nature (about 6.0 - 6.5). No heavily organic soil, such as muck or peat shall be used in berm construction. 902-2.3.2.2. LAYOUT OF PLANT MATERIALS A. Unless otherwise stipulated, plant materials shall be approximately located per the plans by scale measurements using established building, columns, curbs, screen walls, etc., as the measuring reference point. Slight shifting may be required to clear wires, prevent blockage of signage, etc. B. Shrubs and ground covers shall be located and spaced as noted on the plant material schedule C. Leave an eighteen -inch (18") (450 millimeters) borders of mulched space between outer leaves of installed plant material and the bed line, curb, or building foundation wall for all plant sizes. D. Any necessary "minor" adjustments in the layout of planting shall be made by the Contractor with the approval of the city Project Manager and Landscape Architect in order to conform as nearly as possible to the intent of the Plans. 902-2.3.2.3. PLANTING PROCEDURES A. All shrubs, trees and ground covers or vines shall be planted in pits having vertical sides and being circular in outline. Planting pit shall be two (2) times the width of the root ball. B. Plants shall be set straight or plumb, in the locations shown, planted "high" withl 0% of the root ball height above the surrounding grade. C. Native soil shall be used in back -filling plant pits or as specified. The Contractor shall be responsible for providing additional soil for building tree saucers. D. When balled and burlapped plants are set, undisturbed native soil shall be left under the base of the root ball to prevent voids. Backfill loosened native soil around the sides of the root ball. Remove the top 4 four inches (4") (100 millimeters) of burlap wire, and all tie -down material from the root ball. Do not remove these materials from the bottom of the root ball. Thoroughly water -in before bringing the back- fill up to the proper grade. Use the Florida Grades and Standards (latest edition). Failure to comply is cause for rejection. E. Containerized plants shall be installed with undisturbed native soil left under the base of the root ball to prevent voids. Planting pit shall be three (3) to five (5) times the width of the root ball. Backfill tilled and loosened native soil around the sides of the root ball. Thoroughly water -in before bringing the backfill up to the proper grade. F. Plant spacing shall be "on center" and varies with the different plant species. Space each variety of plant equally in the planting areas. Shrubs and ground cover adjacent to straight or curved edges shall be triangular - spaced in rows parallel to those edges. Plant a minimum of eighteen inches (18") from the back of the curb to the outside edge of the plant. SECTION IV Page 165 of 175 05/12/2025 SECTION IV — Technical Specifications 902-2.3.2.4. SODDING A. During periods of drought, sod shall be watered sufficiently at its origin to moisten the soil adequately to the depth to which it is to be cut. B. Solid sod shall be laid tightly with closely abutting staggered joints with an even surface edge and sod edge, in a neat and clean manner to the edge of all the paving and shrub areas. Cut down soil level to one inch (1") to one- and one-half inches (1-1/2") below top of walks prior to laying sod. C. Within two (2) hours after installing sod and prior to rolling, irrigate the sod. Sufficient water shall be applied to wet the sod thoroughly and to wet the sod to a depth of two inches (2") (50 millimeters). Watering shall be done in a manner that will avoid erosion due to the application of excessive quantities, and the watering equipment shall be a type that will prevent damage to the finished sod surface. Watering shall be repeated as necessary to keep sod moist until rooted to subgrade. D. The sod shall be pressed firmly into contact with the sod bed using a turf roller or other approved equipment so as to eliminate air pockets, provide a true and even surface and insure knitting without any displacement of the sod or deformation of the surfaces of sodded areas. After the sodding operation has been completed and rolled, the edges of the area shall be smooth and conform to the grades indicated. E. If, in the opinion of the Landscape Architect, top dressing is necessary after rolling, clean silica sand shall be used to fill voids. Evenly apply sand over the entire surface to be leveled, filling-in dips and voids and thoroughly washing into the sod areas. F. On slopes 3:1 or steeper, and as required, a geotextile fabric shall be installed per manufacturer's specifications prior to placing sod. The sod shall be fastened in place with suitable wooden pins or by other approved method. 902-2.3.2.5. SEEDING A. Seed shall be installed per the specifications of the State of Florida Department of Transportation. See plan for type of seed. 902-2.3.2.6. TREE GUYING, BRACING AND STAKING A. Use the latest edition of the Staking Details from the Urban Tree Foundation (http://urbantree.org/details staking.shtml). Submit to the city Project Manager for approval. B. Contractor shall remove all tree guying, staking, and bracing from trees 1 year after the date of final acceptance of the landscape work. 902-2.3.2.7. MULCHING A. All planting beds shall be weed -free prior to mulching. B. All plant beds and tree rings shall be mulched evenly with a three inch (3") layer (before compaction) of 1.5" round pine bark nuggets or brown shredded hard wood mulch, or other mulch as specified on the Plans or General Notes. Submit to the city Project Manager for approval. C. Mulch shall not be placed against the trunks of plant materials or foundations of buildings. Maintain a minimum six-inch (6") clearance for trees and shrub trunks and a minimum six-inch (6") clearance for the walls of buildings. 902-2.3.2.8. CLEAN-UP A. During landscape work, store materials and equipment where directed by the city. B. The Contractor shall promptly remove any materials and equipment used on the job, keeping the area neat at all times. Upon completion of all planting, dispose of all excess soil and debris leaving pavements and work areas in safe and orderly condition. C. The clean-up of the site shall include the removal and proper disposal of the tree guying, staking, and bracing materials as described in specifications. No pruning should be done by the contractor, but can be done by the landscape contractor. SECTION IV Page 166 of 175 05/12/2025 SECTION IV — Technical Specifications 902-2.3.2.9. PROTECTION A. The Contractor shall provide safeguards for the protection of workmen and others on, about, or adjacent to the work, as required under the parameters of the Occupational Safety and Health Administration (OSHA) standards. B. The Contractor shall protect the city's and adjacent property from damage. C. The Contractor shall protect the landscape work and materials from damage due to landscape operations. Maintain protection during installation and maintenance periods. D. The Contractor shall provide protection (tree barricades) for all existing trees and palms as specified. 902-2.3.2.10. REPAIR OF DAMAGES A. The Contractor shall repair all damage caused by their operations to other materials, property, or trades to a level equal in quality to the existing condition prior to damage. B. The Contractor shall be held responsible for all damage done by their work or employees to other materials or trades' work. Patching and replacement of damaged work may be done by others, at the city's direction, but the cost of same shall be paid by the Contractor who is responsible for the damage. 902-2.3.3. MAINTENANCE A. The Contractor shall maintain all plant materials in a first-class condition from the beginning of landscape construction until Final Acceptance. B. Operations: 1. Maintenance shall include, but not be limited to, watering of turf and planting beds, mowing, fertilizing, cultivation, weeding, pruning, disease and pest control, replacement of dead materials, straightening, turf or planter settlement corrections, replacement of rejected materials, staking and guying repair and tightening, wash-out repairs and regrading, and any other procedures consistent with the good horticultural practice necessary to insure normal, vigorous and healthy growth of all work under the Contract. Mowing shall be consistent with the recommended height per the University of Florida Cooperative Extension Service. 2. Within the warranty period, the Contractor shall notify the city of any maintenance practices being followed or omitted which would be detrimental to the healthy, vigorous growth of the landscape. 3. The Contractor shall be responsible for the final watering of not less than one inch (1") of water for all planted materials before leaving the site. 902-2.3.4. INSPECTION, REJECTION, AND ACCEPTANCE 902-2.3.4.1. INSPECTION A. Upon completion of the installation, the Contractor will notify the city or the city's Project Manager that the job is ready for inspection. Within fifteen (15) days of notifications, the installation will be inspected by the Landscape Architect. A written and/or graphic inspection report will be sent to the city and/or Landscape Contractor. 902-2.3.4.2. REJECTION AND REPLACEMENT A. The Landscape Architect shall be final judge as to the suitability and acceptability of any part of the work. Plant material will be rejected if it does not meet the requirements set forth in the Plans and Specifications. B. Replace any rejected materials immediately or within fifteen (15) days and notify the Landscape Architect that the correction has been made. 902-2.3.4.3. ACCEPTANCE A. After replacement of rejected plant material, if any, have been made, and completion of all other correction items, the city or Project Manager will accept the project in writing. SECTION IV Page 167 of 175 05/12/2025 SECTION IV —Technical Specifications B. Upon Final Acceptance, the city assumes responsibility for maintenance within the terms of the Contract. Acceptance will in no way invalidate the Contractor's warranty period. C. The Contractor's warranty period will begin after final acceptance of the project by the Owner. 1. If evidence exists of any lien or claim arising out of or in connection with default in performance of this Contract, the city shall have the right to retain any payment sufficient to discharge such claim and all costs in connection with discharging such claim. 2. Where the Specifications call for any stipulated item or an "approved equivalent", or in words to that effect, the Contractor shall indicate the price of the type and species specified in the proposal, giving the price to be added or deducted from their Contract price. The final selection rests with the city or their representative. 3. Where plants installed do not meet specifications, the city reserves the right to request plant replacement or an appropriate deduction from the Contract amount to compensate for the value not received from the under -specified plant materials. No additional compensation will be made to the Contractor for plants installed that exceed specifications. 902-2.3.5. WARRANTY A. The Contractor shall warranty all palms and trees furnished under this contract for a period of one (1) year and all shrubs for a period of six (6) months. Material which is either dead or in poor health during this period or at completion will be replaced at no charge to the city. Should any of the plant materials show 50% or more defoliation during the warranty period, due to the Contractor's use of poor quality or improper materials or workmanship, the Contractor upon notice, shall replace without delay same with no additional cost to the city. Should any plant require replacing, the new plant shall be given the equal amount of warranty. 903. SODDING Unless otherwise noted herein, the Contractor shall place all sod, either shown on the plans or at the direction of the Engineer, in conformance with the latest editions of Sections 575, 981, 982 and 983 of FDOT's Standard Specifications. The area for sod application shall be loosened and excavated to a suitable depth and finished to a grade compatible with existing grass and structures. Sod shall be placed with edges in contact and shall be compacted to uniform finished grade with a sod roller immediately after placement. In sloped areas, the sod shall be graded and placed so as to prohibit erosion and undermining of the adjacent sidewalk. No sod that has been cut for more than seventy-two (72) hours can be used. The city shall be notified in advance by 2 business days and reserves the right to view and inspect the sod before installation. A city Project Manager shall inspect the sod at the site once delivered and will not be allowed to be laid until approved. The sod shall be thoroughly watered immediately after placement. The Contractor shall continue to water sod as needed and/or directed by the Engineer as indicated by sun exposure, soil, heat, and rain conditions, to establish and assure growth, until termination of the contract. Dead sod, or sod not acceptable to the Engineer, shall be removed and replaced by the Contractor at no additional compensation. Any questions concerning the type of existing sod shall be determined by the Engineer. Unless otherwise noted on the plans, payment for sod (including labor, equipment, materials, placement, rolling, watering, etc.) shall be included in other bid items. Payment for these associated bid items may be withheld until the Contractor provides the city a healthy, properly placed stand of grass. When this work is given as a separate bid item, it shall cover all labor, equipment and materials, (including water) required for this work and shall be paid for on the basis of each square foot in place and accepted. No payment for sod shall be made until the Contractor provides the city a healthy, properly placed stand of grass. SECTION IV Page 168 of 175 05/12/2025 SECTION IV — Technical Specifications 904. SEEDING Seed, or seed and mulch, shall only be used when specified for certain demolition projects. The seed and/or mulch shall be placed as called for on the plans in the following manner. The area to be seeded shall be brought to the required line and grade, fertilized, and seeded in basic conformance with FDOT's Standard Specifications Sections 570, 981, 982 and 983. However, no wildflower seed shall be used, and Argentine Bahia Seed shall be used instead of Pensacola Bahia. No sprigging will be required. Also, the addition of 20 lb. of Rye Seed (to total 60 lb. of seed per acre) will be required during the stated periods. It is also required that the Contractor maintain said seed until growth is assured. When this work is given as a bid item, the item shall cover all labor, material, equipment (including water), required for this work, and shall be paid for on the basis of each square yard in place and accepted. If called for on the plans, but not shown as a bid item, then the cost of such work as stated above shall be included in the cost of other work. 905. LAWN MAINTENANCE SPECIFICATIONS 905-1. SCOPE To remove trash and debris from landscape and paved area; maintenance and fertilization of plant beds and landscape materials; maintenance, repair, and operation of irrigation systems; ornamental pest control; palm pruning; maintenance of traffic; and the cleaning of hard surfaces at designated areas. The Contractor is to work with the city in coordinating maintenance activities and reporting irregularities in the work zone. The Contractor(s) will provide the labor and materials required to maintain the specified landscaped street areas including: • Traffic safety and Maintenance of Traffic. • Trash and debris removal from the job site. • Removal of weeds in landscaped areas and hard surfaces. • Proper trimming and pruning of landscape plants and palms. • Proper fertilization and pest control of landscape and palms (may be subcontracted). • Irrigation service and repair. • Mulch replacement. • Cleaning of hard surfaces; and the • Reporting of irregularities at the job site. 905-2. SCHEDULING OF WORK The Contractor(s) shall accomplish all landscape maintenance required under the contract between the hours of 7:00 a.m. and 6:00 p.m. Monday through Saturday, excluding observed holidays. The city may grant, on an individual basis, permission to perform contract maintenance at other hours. All work shall be completed in a continuous manner, such as cleanup, weeding, trimming, etc., be completed before leaving the job site. SECTION IV Page 169 of 175 05/12/2025 SECTION IV — Technical Specifications 905-3. WORK METHODS 905-3.1. MAINTENANCE SCHEDULING The Contractor(s) will adhere to a work schedule provided by the city (see Level of Service). Any variations to that schedule, requested by either party, must be approved, either verbally or in writing by an authorized representative of the other party. 905-3.2. DUTIES PER SERVICE VISIT The Contractor(s) shall provide the following service at each scheduled visit to the designated location: 905-3.2.1. LITTER AND DEBRIS Remove trash and debris from the project site. Proper disposal of collected trash and debris is the Contractor's responsibility. Extraordinary amounts of debris caused by hurricanes, tornadoes, vandalism, etc., would be the responsibility of the city to clean up. The Contractor should report such accumulations of debris when they are encountered. Bids for the extraordinary cleanup from the Contractor would be considered. Work sites should be left in a clean and neat appearance upon completion. All debris from pruning process is to be removed from the job site and disposed of by the Contractor. 905-3.2.2. VISUAL CHECK The site should be checked for irregularities, such as irrigation leaks, vehicle damage, dead or damaged plant material, vandalism, etc., which should be reported to the city within twenty-four (24) hours after providing the service. 905-3.2.3. PLANT TRIMMING AND PALM PRUNING All plant material should be trimmed in a manner that promotes the natural shape and mature size of the particular species. Trimming should be performed at intervals that will maintain plants in a neat appearance. Trimming should be performed to promote fullness of the plants, while maintaining height restrictions in Clear Sight Zones as established on the landscape plans. Plants shall be kept trimmed to the back of curb. Brown foliage shall be removed from Liriope. Palm pruning to be performed at least once per year, preferably in late June or July following flower formation, consistent with the following specification. 1. PHOENIX SPECIES (CANARY DATE, INDIA DATE, PYGMY DATE, ETC.): Remove all descending fronds, to the base of the frond; all parallel and ascending fronds are to remain in order to leave a full, rounded head; seed heads may remain, but remove old faded heads that are encountered in the pruning process; and remove loose frond boots; remove vegetation, such as strangler figs, Brazilian Pepper, Asparagus fern, etc., growing in the frond boots or on the trunk. Provide the rounded, classic cut on all Medjool palm boots. No climbing spikes allowed on palms. 905-3.2.3.1. TRAFFIC CONTROL Proper and safe work zones in vehicular traffic areas are to be set up and maintained by the Contractor, according to the approved Maintenance of Traffic specifications. 905-3.2.3.2. PEDESTRIAN SAFETY Contractor is responsible for maintaining safe work zones in areas where pedestrian and park users are present. The city reserves the right to limit the hours of operation in certain high pedestrian use areas. SECTION IV Page 170 of 175 05/12/2025 SECTION IV — Technical Specifications 905-3.2.4. WEED REMOVAL IN LANDSCAPED AREA Weeds should be removed on a regular basis in order to keep them from being visibly noticeable. Weed control with the use of appropriate herbicides is allowable, given they are properly applied by a certified applicator. Herbicide damage to landscape material will be remedied by Contractor at their expense. 905-3.2.5. MULCH CONDITION Should be maintained at a thickness that will discourage weed growth as well as help retain soil moisture, usually three inches (3"). 905-3.2.6. IRRIGATION SERVICE AND REPAIR Should be performed at each visit to assure the system's proper operation and timing. Drip tubing should be kept covered with mulch. Timer should be checked for proper time of day and operating schedule. Leaks or breaks in the system should be repaired before the next scheduled system running time. 905-3.2.7. LAWN AND ORNAMENTAL PEST CONTROL Should be performed by a properly licensed and certified applicator to keep pest populations at a less than damaging level. Landscape materials lost to or extensively damaged by pests will be replaced by the Contractor at the Contractor's expense. Diazinon products are not to be used on city properties. 905-3.2.8. PALM FERTILIZATION Apply three (3) pounds of Magnesium sulfate and one pound of Potassium evenly, per tree, across the root zone (typically within the dripline), annually in early February. 905-3.2.9. FREEZE PROTECTION The city will provide a freeze/frost protection fabric for the Contractor to install over freeze/frost sensitive plants (Lantana and Pentas). The covering material will be stored at a city facility. Contractor will remove the covering material from storage and install over the sensitive plants, securely fastening edges of the material to the ground per manufacturer's directions. The city will furnish metal pins needed for securing fabric to the ground. The city will notify the Contractor one (1) day or twenty-four (24) hours minimum prior to the need to protect plant material. After uses, the Contractor will prepare the fabric for storage and return it to the designated city facility. Protective covering shall be removed the following afternoon or remain in place as directed by the city. The city shall notify the Contractor by 11:00 a.m. about removing the cover or keeping it in place due to continued freezing temperatures. The city may cancel the freeze protection event at any time prior to the end of the scheduled installation day (5:00 p.m.) The Contractor will be compensated for the number of hours mobilization or on-site work at the contracted rate per man- hour unit price. The Contractor shall provide a unit price for the installation and removal of the covering fabric on a per event basis, as well as an hourly rate per employee required. The city and Contractor will coordinate appropriate irrigation operations with weather conditions. Should freeze/frost damage occur, the Contractor shall perform remedial work as per unit basis, as directed by the city. 906. LEVEL OF SERVICE The Project Site is to be serviced weekly. Repairs to damage or vandalism to be made within seven (7) working days of reported irregularity. Weekly visits should occur no closer than six (6) and no further than ten (10) calendar days apart. SECTION IV Page 171 of 175 05/12/2025 SECTION IV — Technical Specifications 907. COMPLETION OF WORK Within twenty-four (24) hours of completing work, notify the city Project Manager either in writing of said completion and request the substantial completion letter. 908. INSPECTION AND APPROVAL Upon receiving notification from the Contractor, the city shall inspect the serviced location the following business day. If, upon inspection, the work specified has not been completed, the city shall contact the Contractor to indicate the necessary corrective measures. The Contractor will be given forty-eight (48) hours from this notification to make appropriate corrections. If the work has been completed successfully then the city will pay for services billed. 909. SPECIAL CONDITIONS 1. This location will be newly installed and under warranty by the installer for a twelve (12) month period on plants, trees, and palms. Landscape installer will coordinate irrigation operation with the Maintenance contractor to assure adequate irrigation to the landscape materials. Installer will also be responsible for the untying of palm heads/fronds as they feel appropriate. 2. All listed acreage or square footage figures are estimates. 3. All work shall be performed in a good and workmanlike manner, consistent with trade practices and standards which prevail in the industry. 4. The Contractor shall be responsible for damage to any plant material or site feature caused by the Contractor or their employees. The Contractor shall be notified in writing of the specific nature of the damage and cost of repair. The city shall, at its option, invoice the Contractor for the payment, or reduce by the amount of the repairs on the next regular payment to the Contractor. 5. Occasionally circumstances (standing water, prolonged inclement weather, parked vehicles, etc.) may make all or portions of a location unserviceable during the regular schedule. The Contractor shall notify the city Supervisor of such occurrences and shall schedule to perform the required work to the location as soon as the pertaining circumstances are relieved. 910. TREE PROTECTION 910-1. TREE BARRICADES A. A protective barrier shall be placed around all protected trees and palms prior to land preparation or construction activities within or adjacent to the work zone, including all staging and/or lay down areas. Protective barriers shall be installed as follows: 1. At or greater than the full dripline of all species of Mangroves and Cabbage Palms. 2. At or greater than the full dripline or all protected native pine trees and other conifer species. 3. At or greater than two-thirds (2/3) of the dripline of all other protected species 4. At or greater than the full dripline of trees within a specimen tree stand. B. Protective barriers are to be constructed using no less than two-inch (2") lumber for upright posts. Upright posts are to be at least four feet (4') in length with a minimum of one foot (1') anchored in the ground. Upright posts are to be placed at a maximum distance of eight feet (8') apart. Horizontal rails are to be constructed using no less than one -inch (1") by four -inch (4") lumber and shall be securely attached to the top of the upright post. The city's Project Manager must approve any variation from the above requirements. SECTION IV Page 172 of 175 05/12/2025 SECTION IV — Technical Specifications C. Whenever a protective barrier is required, it shall be in place until all construction activity is terminated. The area within the barrier limits shall remain undisturbed by any activity during construction. Native ground cover and understory vegetation existing within the barriers shall remain throughout construction. Exotic plant species may only be removed by manual labor utilizing hand tools or by other means if authorized in writing by the city's Project Manager D. Prior to the erection of any required protective barrier, all surface foreign material, trash or debris shall be removed from the area enclosed by the barrier, and after erection of the barrier no such material or litter shall be permitted to remain within the protected area. No equipment, chemicals, soil deposits or construction materials shall be placed within such protective barriers. E. No signs, building permits, wires, or other attachments of any kind shall be attached to any protected tree or palm. F. At all times, due care shall be taken to protect the critical root zone of trees protected by this section, and root pruning requirements shall apply to such trees. 910-2. ROOT PRUNING A. Where proposed construction improvements involve excavation and/or impacts to the critical root zone of protected trees, the Contractor shall be required to have an International Society of Arboriculture (ISA) certified arborist perform, or directly supervise root pruning to reduce the impacts of construction. The critical root zone is equivalent to the tree's dripline. Prior to any clearing, grubbing or excavation activities, the affected roots must be severed by clean pruning cuts at the point where grubbing or excavation impacts the root system. Roots can be pruned utilizing specified root pruning equipment designed for that purpose or by hand digging a trench and pruning roots with a pruning saw, chain saw, or other equipment designed for tree pruning. Root pruning by trenching equipment or excavation equipment is strictly prohibited. Roots located in the critical root zone that will be impacted by construction activities shall be pruned to a minimum depth of eighteen inches (18") below existing grade or to the depth of the proposed impact if less than eighteen inches (18") from existing grade. Any questions should be addressed to the city's Project Manager. B. Root pruning shall only be performed by or under the direct supervision of an International Society of Arboriculture (ISA) certified arborist. C. Any proposed root pruning trenches shall be identified on site (i.e. staked or painted) inspected and approved by the city's Project Manager and/or Representative prior to actual root pruning. D. Root pruning shall be performed as far in advance of other construction activities as is feasible, but at a minimum shall be performed prior to ANY impacts to the soil. Associated tree protection measures should be implemented upon completion of said root pruning. E. If there is a likelihood of excessive wind and/or rain exceptional care shall be taken on any root pruning activities. F. Root pruning shall be limited to a minimum of ten inches (10") per one inch (1") of the trunk diameter from the tree base. Any exception must be approved by the city's Project Manager prior to said root pruning. G. Roots shall be cut cleanly, as far from the trunk of the tree as possible. Root pruning shall be done to a minimum depth of eighteen inches (18") from existing grade, or to the depth of the disturbance if less than eighteen inches (18"). H. Root pruning shall be performed using a root cutting machine specifically designed for this purpose. Alternate equipment or techniques must be approved by the city's Project Manager, prior to any work adjacent to trees to be preserved. I. Root pruning shall be completed, inspected, and accepted prior to the commencement of any excavation or other impacts to the critical root zones of trees to be protected. J. Excavations in an area where root are present shall not cause the tearing or ripping of tree roots. Roots must first be cleanly severed prior to continuing with the excavation or tunneled around to prevent damage to the root. SECTION IV Page 173 of 175 05/12/2025 SECTION IV — Technical Specifications K. Tree roots shall not be exposed to drying out. Root ends shall be covered with native soil or burlap and kept moist until final backfill or final grades has been established. L. When deemed appropriate (e.g., during periods of drought) the city Project Manager may require a temporary irrigation system be utilized in the remaining critical root zones of root pruned trees. M. When underground utility lines are to be installed within the critical root zone, the root pruning requirement may be waived if the lines are installed via tunneling or directional boring as opposed to open trenching. 910-3. PROPER TREE PRUNING A. All tree pruning and/or root pruning on existing trees to remain shall only be performed by or under the direct supervision of an International Society of Arboriculture (ISA) certified arborist. Furthermore, all tree work shall conform to the American National Standards Institute (ANSI) 2001, American National Standard for tree care operations — Tree, Shrub, and other Woody Plant Maintenance — Standard practices (pruning) ANSI A-300. B. Proper pruning techniques for all lateral branches of protected trees are required. Flush cuts (pruning cuts that remove the branch collar) and stub cuts (cuts that leave a stub on the tree) are improper techniques. Any protected tree that has been improperly pruned will not be recognized as a tree left on the project in a healthy growing condition and will require replacement consistent with the current City Code of Ordinances and Community Development Code. C. No protected tree shall have more than thirty percent (30%) of its foliage removed. D. No protected tree shall be topped, hat racked, or lion tailed. Any protected tree that has been improperly pruned will not be recognized as a tree left on the project in a healthy growing condition and will require replacement consistent with the current City Code of Ordinances and Community Development Code. E. Tree Trunks and limbs shall be protected. The use of tree spikes or other devices that damage trunk and bark tissue on protected trees shall be prohibited. Any protected tree that has been damaged in such a manner will not be recognized as a tree left on the project in a healthy growing condition and will require replacement consistent with the current City Code of Ordinances and Community Development Code. 911. IRRIGATION SYSTEM DESIGN The requirements for Irrigation System Design are the following: A. The application rate must not exceed the ability of the soil to absorb and retain the water applied during any one application. B. The design operating pressure must not be greater than the available source pressure. C. The design operating pressure must account for peak use times and supply line pressures at final buildout for the entire system. D. Distribution devices and pipes should be designed for optimum uniform coverage. The first and last distribution device should have no more than a 10% difference in flow rate. This usually corresponds to about a 20% difference in pressure. E. "Head to head" placement of sprinklers to achieve 100% coverage. F. Flexibility must exist to meet a site's peak water requirements and allow for the modification of the system's operation to meet seasonal irrigation changes or local restrictions. G. Distribution equipment (such as pop -ups, rotors, bubblers and drip) in a given zone must have the same precipitation rate. H. Turf and landscape areas should be zoned separately based on plant water requirements. Bubblers, drip, rotors and pop -ups will all be on separate zones. I. All water delivery devices (heads, tree bubblers, valves) shall be free of buried obstructions 8-10" below each device to be acceptable. SECTION IV Page 174 of 175 05/12/2025 SECTION IV — Technical Specifications J. Install valves in Turf areas where possible K. Install all irrigation heads at finish grade unless approved by Parks and Rec. before installation. L. The design package should include a general irrigation schedule with recommendations and instructions on modifying the schedule for local climatic and growing conditions. M. If required by plant species, the design should account for the need to leach out salt buildup from poor quality water. N. Water supply systems (such as wells and pipelines) should be designed for varying control devices, and backflow prevention. O. Water conveyance systems should be designed with thrust blocks and air release valves, such that flow velocity is 5 feet per second or less. P. Pipelines should be designed to provide the system with the appropriate pressure required for maximum irrigation uniformity. Q. Pressure regulating or compensating equipment must be used where the system pressure exceeds the manufacturer's recommendations. R. Equipment with check valves must be used in low areas to prevent low head drainage. S. A rain -sensing device must be used to automatically shut off system when raining. T. Non -planted areas, including impervious surfaces should not be irrigated. U. The city of Clearwater, Parks and Beautification must approve irrigation plan before irrigation construction begins. 912. IRRIGATION SYSTEM INSTALLATION The requirements for Irrigation System Installation are the following: A. Only qualified specialists under the direct supervision of a "Certified Irrigation Designer" or a "Certified Irrigation Contractor" should install the irrigation system. Certifications are through "The Irrigation Association". B. The construction must be consistent with the design. C. The designer must approve any design changes before construction. D. Construction and materials should meet existing standards and criteria. E. Mainline — To be laid with tracking wire / tape firmly attached throughout project. Leave 18" of excess cable at terminal ends in 6" round valve boxes. See Parks and Rec Irrigation Spec page for type. F. Sleeve size will be 2 times the diameter of pipe to be sleeved. Example 1.5" feed pipe dia. = 3" sleeve diameter. G. Acceptable safety practices must be followed during construction. H. All underground cables, pipes and other obstacles should be identified, and their locations flagged. I. Obtain all permits before construction. J. Always give the city Engineering and Parks & Recreation Department a copy of the As -Built plans, operating manuals, warranties, and written instructions on how to change the irrigation system's timers/clock/controllers. K. At the end of construction, the site must be cleaned of all construction materials. SECTION IV Page 175 of 175 05/12/2025 BRIGHT AND BEAUTIFUL • BAY TO BEACH SECTION IVa SUPPLEMENTAL TECHNICAL SPECIFICATIONS Section Title SECTION IVa — Supplemental Technical Specifications CITY OF CLEARWATER NORTHEAST WRF SAND FILTER REHABILITATION BID SET TABLE OF CONTENTS DIVISION 1— GENERAL REQUIREMENTS 01005 Project Requirements 01010 Summary of Project 01041 Project Coordination 01070 Abbreviations and Symbols 01091 Reference Specifications 01100 Special Project Procedures 01200 Project Meetings 01310 Construction Progress Schedules 01340 Shop Drawings, Working Drawings, and Samples 01370 Schedule of Values 01505 Mobilization and Demobilization 01600 Material and Equipment 01650 Start-up and Demonstration 01700 Contract Closeout 01710 Project Housekeeping/Cleaning 01720 Project Record Documents 01740 Warranties and Bonds DIVISION 2 — NOT USED DIVISION 3 — CONCRETE 03180 Concrete Coating System DIVISIONS 4 —10 — NOT USED DIVISION 11— EQUIPMENT 11287 11366 Hydraulic Gates Sand Filters DIVISION 15 — MECHANICAL 15000 Mechanical - General Requirements 15050 Piping, Fittings, Valves and Accessories 1PT/Imc/specs/toc Tt #200-41125-24002 toc-i 051625 Section Title SECTION IVa - Supplemental Technical Specifications CITY OF CLEARWATER NORTHEAST WRF SAND FILTER REHABILITATION BID SET TABLE OF CONTENTS (Continued) DIVISION 16 - ELECTRICAL 16050 Basic Electrical Requirements 16060 Grounding 16070 Supporting Devices 16075 Electrical Identification 16120 Wires and Cables 16130 Raceways J PT/I m c/specs/toc Tt #200-41125-24002 toc-ii 051625 BRIGHT AND BEAUTIFUL • BAY TO BEACH DIVISION 1 GENERAL REQUIREMENTS SECTION IVa — Supplemental Technical Specifications SECTION 01005 PROJECT REQUIREMENTS PART 1- GENERAL 1.01 DESCRIPTION A. Scope of Work: 1. The Work to be done consists of the furnishing of all labor, materials, and equipment, and the performance of all Work included in this Contract. The summary of the work is presented in Section 01010: Summary of Project. 2. Work Included: a. The Contractor shall furnish all labor, superintendence, materials, plant power, light, heat, fuel, water, tools, appliances, equipment, supplies, and means of construction necessary for proper performance and completion of the Work. The Contractor shall obtain and pay for all necessary local building and other regulatory permits. The Contractor shall perform and complete the Work in the manner best calculated to promote rapid construction consistent with safety of life and property and to the satisfaction of the Engineer, and in strict accordance with the Contract Documents. The Contractor shall clean up the Work and maintain it during and after construction, until accepted, and shall do all Work and pay all costs incidental thereto. He shall repair or restore all structures and property that may be damaged or disturbed during performance of the Work. b. The cost of incidental work described in these Project Requirements, for which there are no specific Contract Items, shall be considered as part of the general cost of doing the Work and shall be included in the prices for the various Contract Items. No additional payment will be made therefore. c. The Contractor shall provide and maintain such modern plant, tools, and equipment as may be necessary, in the opinion of the Engineer, to perform in a satisfactory and acceptable manner all the Work required by this Contract. Only equipment of established reputation and proven efficiency shall be used. The Contractor shall be solely responsible for the adequacy of his workmanship, materials, and equipment, prior approval of the Engineer notwithstanding. J PT/LMC/specs/01005 Tt #200-41125-24002 01005-1 102824 SECTION IVa —Supplemental Technical Specifications 3. Public Utility Installations and Structures: a. Public utility installations and structures shall be understood to include all poles, tracks, pipes, wires, conduits, vaults, manholes, and all other appurtenances and facilities pertaining thereto whether owned or controlled by the Owner, other governmental bodies, or privately owned by individuals, firms, or corporations, used to serve the public with transportation, traffic control, gas, electricity, telephone, sewerage, drainage, water, or other public or private property which may be affected by the Work shall be deemed included hereunder. b. The Contract Documents contain data relative to existing public utility installations and structures above and below the ground surface. These data are not guaranteed as to their completeness or accuracy and it is the responsibility of the Contractor to make his own investigations to inform himself fully of the character, condition, and extent of all such installations and structures as may be encountered and as may affect the construction operations. c. The Contractor shall protect all public utility installations and structures from damage during the Work. Access across any buried public utility installation or structure shall be made to avoid any damage to these facilities. All required protective devices and construction shall be provided by the Contractor at his expense. All existing public utilities damaged by the Contractor shall be repaired by the Contractor, at his expense. No separate payment shall be made for such protection or repairs to public utility installations or structures. d. Public utility installations or structures owned or controlled by the Owner or other governmental body which are shown on the Drawings to be removed, relocated, replaced, or rebuilt by the Contractor shall be considered as a 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 therefor. e. Where public utility installations of structures owned or controlled by the Owner or other governmental body are encountered during the course of the Work, and are not indicated on the Drawings or in the Specifications, and when, in the opinion of the Engineer, removal, relocation, replacement, or rebuilding is necessary to complete the Work under this Contract, such Work shall be accomplished by the utility having jurisdiction, or such Work may be ordered, in writing by the Engineer, for the Contractor to accomplish. 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 required. If such work is accomplished by the Contractor, it will be paid for as extra work as provided in the Agreement. J PT/LMC/specs/01005 Tt #200-41125-24002 01005-2 102824 SECTION IVa — Supplemental Technical Specifications f. The Contractor shall, at all times in performance of the Work, employ acceptable methods and exercise reasonable care and skill so as to avoid unnecessary delay, injury, damage, or destruction of public utility installations and structures; and shall, at all times in the performance of the Work, avoid unnecessary interference with, or interruption of, public utility services, and shall cooperate fully with the owners thereof to that end. g. The Contractor shall give written notice to Owner and other governmental utility departments and other owners of public utilities of the location of his proposed construction operations, at least 48 -hours in advance of breaking ground in any area or on any unit of the Work. h. The maintenance, repair, removal, relocation, or rebuilding of public utility installations and structures, when accomplished by the Contractor as herein provided, shall be done by methods approved by the owners of such utilities. i. Contractor will need to coordinate with Evoqua well in advance of construction, and in advance of necessary inspections, to ensure a representative is available. 1.02 DRAWINGS AND PROJECT MANUAL A. Drawings: When obtaining data and information from the Drawings, figures shall be used in preference to scaled dimensions, and large-scale drawings in preference to small-scale drawings. B. Supplementary Drawings: 1. When, in the opinion of the Engineer, it becomes necessary to explain more fully the Work to be done or to illustrate the Work further or to show any changes which may be required, drawings known as Supplementary Drawings, with specifications pertaining thereto, will be prepared by the Engineer, and the Contractor will be furnished one (1) complete set of Construction Drawings (24 inches by 36 inches) and one (1) reproducible copy of the Project Manual. 2. The Supplementary Drawings shall be binding upon the Contractor with the same force as the Contract Drawings. Where such Supplementary Drawings require either less or more than the estimated quantities of Work, credit to the Owner or compensation therefor to the Contractor shall be subject to the terms of the Agreement. C. Contractor to Check Drawings and Data: 1. The Contractor shall verify all dimensions, quantities, and details shown on the Drawings, Supplementary Drawings, schedules, Specifications, or other data J PT/LMC/specs/01005 Tt #200-41125-24002 01005-3 102824 SECTION IVa — Supplemental Technical Specifications received from the Engineer, and shall notify him of all errors, omissions, conflicts, and discrepancies found therein. Failure to discover or correct errors, conflicts, or discrepancies shall not relieve the Contractor of full responsibility for unsatisfactory work, faulty construction, or improper operation resulting therefrom, nor from rectifying such conditions at his own expense. He will not be allowed to take advantage of any errors or omissions, as full instructions will be furnished by the Engineer, should such errors or omissions be discovered. 2. All schedules are given for the convenience of the Engineer and the Contractor and are not guaranteed to be complete. The Contractor shall assume all responsibility or the making of estimates of the size, kind, and quality of materials and equipment included in work to be done under the Contract. D. Specifications: The Technical Specifications consist of three (3) parts: General, Products, and Execution. The General part of a Specification contains General Requirements which govern the Work. The Products and Execution parts modify and supplement the General Requirements by detailed requirements for the Work and shall always govern whenever there appears to be a conflict. E. Intent: 1. All Work called for in the Specifications applicable to this Contract, but not shown on the Drawings in their present form, or vice versa, shall be of like effect as if shown or mentioned in both. Work not specified in either the Drawings or in the Specifications, but involved in carrying out their intent or in the complete and proper execution of the Work, is required and shall be performed by the Contractor as though it were specifically delineated or described. 2. The apparent silence of the Specifications as to any detail, or the apparent omission from them of a detailed description concerning any work to be done and materials to be furnished, shall be regarded as meaning that only the best general practice is to prevail and that only material and workmanship of the best quality is to be used, the interpretation of these Specifications shall be made upon that basis. 1.03 MATERIALS AND EQUIPMENT A. Manufacturer: 1. All transactions with the manufacturers or subcontractors shall be through the Contractor, unless the Contractor shall request and at the Engineer's option, that the manufacturer or subcontractor deal directly with the Engineer. Any such transactions shall not in any way release the Contractor from his full responsibility under this Contract. 2. Any two (2) or more pieces of material or equipment of the same kind, type, or classification, and being used for identical types of service, shall be made by the same manufacturer. J PT/LMC/specs/01005 Tt #200-41125-24002 01005-4 102824 SECTION IVa — Supplemental Technical Specifications B. Delivery: 1. The Contractor shall deliver materials in ample quantities to ensure the most speedy and uninterrupted progress of the Work so as to complete the Work within the allotted time. 2. The Contractor shall also coordinate deliveries in order to avoid delay in, or impediment of, the progress of the work of any related Contractor. 3. The Contractor shall be fully responsible for all tarrifs associated with materials, equipments, and their delivery. C. Tools and Accessories: 1. The Contractor shall, unless otherwise stated in the Contract Documents, furnish with each type, kind, or size of equipment, one (1) complete set of suitably marked high grade special tools and appliances which may be needed to adjust, operate, maintain, or repair the equipment. Such tools and appliances shall be furnished in approved painted steel cases, properly labeled and equipped with good grade cylinder locks and duplicate keys. 2. Spare parts shall be furnished as specified herein and as recommended by the manufacturer necessary for the operation of the equipment, not including materials required for routine maintenance. 3. Each piece of equipment shall be provided with a substantial nameplate, securely fastened in place and clearly inscribed with the manufacturer's name, year of manufacture, serial number, weight, and principal rate data. D. Service of Manufacturer's Engineer: 1. The Contract Prices for equipment shall include the cost of furnishing a competent and experienced engineer or superintendent who shall represent the manufacturer and shall assist the Contractor, when required, to install, adjust, test, and place in operation, the equipment in conformity with the Contract Documents. 2. After the equipment is placed in permanent operation by the Owner, such engineer or superintendent shall make all adjustments and tests required by the Engineer to prove that such equipment is in proper and satisfactory operating condition, and shall instruct such personnel as may be designated by the Owner in the proper operation and maintenance of such equipment. J PT/LMC/specs/01005 Tt #200-41125-24002 01005-5 102824 SECTION IVa — Supplemental Technical Specifications 1.04 INSPECTION AND TESTING A. General: 1. For tests specified to be made by the Contractor, the testing personnel shall make the necessary inspections and tests, and the reports thereof shall be in such form as will facilitate checking to determine compliance with the Contract Documents. Five (5) copies of the reports shall be submitted, and authoritative certification thereof must be furnished to the Engineer as a prerequisite for the acceptance of any material or equipment. 2. If, in the making of any test of any material or equipment, it is ascertained by the Engineer that the material or equipment does not comply with the Contract Documents, the Contractor will be notified thereof, and he will be directed to refrain from delivering said material or equipment, or to remove it promptly from the site or from the Work and replace it with acceptable material, without cost to the Owner. 3. Tests of electrical and mechanical equipment and appliances shall be conducted in accordance with the recognized test codes of the ANSI, ASME, or the IEEE, except as may otherwise be stated herein. 4. The Contractor shall be fully responsible for the proper operation of equipment during testing and instruction periods and shall neither have nor make any claim for damage which may occur to equipment prior to the time when the Owner formally takes over the operation thereof. B. Costs: 1. All inspection and testing of materials furnished under this Contract will be provided by the Contractor, unless otherwise expressly specified. 2. The cost of shop and field tests of equipment and of certain other tests specifically called for in the Contract Documents shall be borne by the Contractor, and such costs shall be deemed to be included in the Contract Price. 3. Materials and equipment submitted by the Contractor as the equivalent to those specifically named in the Contract may be tested by the Owner for compliance. The Contractor shall reimburse the Owner for the expenditures incurred in making such tests of materials and equipment which are rejected for non-compliance. C. Certificate of Manufacture: 1. Contractor shall furnish to Engineer authoritative evidence in the form of a certificate of manufacture that the materials to be used in the Work have been manufactured and tested in conformity with the Contract Documents. J PT/LMC/specs/01005 Tt #200-41125-24002 01005-6 102824 SECTION IVa — Supplemental Technical Specifications 2. These certificates shall be notarized and shall include copies of the results of physical tests and chemical analyses, where necessary, that have been made directly on the product or on similar products of the manufacturer. D. Shop Tests: 1. Each piece of equipment for which pressure, duty, capacity, rating, efficiency, performance, function, or special requirements are specified shall be tested in the shop of the maker in a manner which shall conclusively prove that its characteristics comply fully with the requirements of the Contract Documents. 2. Five (5) copies of the manufacturer's actual test data and interpreted results thereof, accompanied by a certificate of authenticity sworn to by a responsible official of the manufacturing company and/or independent laboratory, shall be submitted to the Engineer for approval. 3. The cost of shop tests and of furnishing manufacturer's preliminary and shop test data of operating equipment shall be borne by the Contractor. E. Start-up Tests: 1. As soon as conditions permit, the Contractor shall furnish all labor, materials, and instruments and shall make start-up tests of equipment. 2. If the start-up tests disclose any equipment furnished under this Contract which does not comply with the requirements of the Contract Documents, the Contractor shall, prior to demonstration tests, make all changes, adjustments, and replacements required. The furnishing Contractor shall assist in the start-up tests as applicable. F. Demonstration Tests: 1. Prior to Contractor's request for a Substantial Completion inspection, all equipment and piping installed under this Contract shall be subjected to demonstration tests as specified or required to prove compliance with the Contract Documents. 2. The Contractor shall furnish labor, fuel, energy, water, and all other materials, equipment, and instruments necessary for all demonstration tests, at no additional cost to the Owner. Contractor shall assist in the demonstration tests as applicable. 1.05 LINES AND GRADES A. Grade: J PT/LMC/specs/01005 Tt #200-41125-24002 01005-7 102824 SECTION IVa — Supplemental Technical Specifications 1. All work under this Contract shall be constructed in accordance with the lines and grades shown on the Drawings, or as given by the Engineer. The full responsibility for keeping alignment and grade shall rest upon the Contractor. 2. Adjustments of grades shown on Drawings may be necessary to conform to actual field conditions or to maintain cover under proposed future grades. Such adjustments shall be considered part of the job conditions and no extra compensation will be allowed for such changes, except where specifically otherwise noted in the Drawings or Specifications. Such adjustments must be approved by the Engineer prior to being made. B. Surveys: 1. The Contractor shall furnish and maintain, at his own expense, stakes and other such materials. 2. The Contractor shall check such reference marks by such means as he may deem necessary and, before using them, shall call the Engineer's attention to any inaccuracies. 3. The Contractor shall, at his own expense, establish all working or construction lines and grades as required from the reference marks set by the Engineer, and shall be solely responsible for the accuracy thereof. He shall, however, be subject to the check and review by the Engineer. C. Safeguarding Marks: 1. The Contractor shall safeguard all points, stakes, grade marks, monuments, and bench marks made or established on the Work, bear the cost of re-establishing them if disturbed, and bear the entire expense of rectifying work improperly installed due to not maintaining or protecting or to removing without authorization such established points, stakes, and marks. 2. The Contractor shall safeguard all existing and known property corners, monuments, and marks adjacent to but not related to the Work and shall bear the cost of re-establishing them if disturbed or destroyed. PART 2 - PRODUCTS (NOT USED) PART 3 - EXECUTION (NOT USED) END OF SECTION J PT/LMC/specs/01005 Tt #200-41125-24002 01005-8 102824 SECTION IVa — Supplemental Technical Specifications SECTION 01010 SUMMARY OF PROJECT PART 1 - GENERAL 1.01 WORK COVERED BY CONTRACT DOCUMENTS A. This Contract is for the Northeast WRF Sand Filter Rehabilitation project as shown on the Drawings and specified herein. The Work consists of furnishing all labor, equipment, and materials for the repair of the structure consisting of, but not limited to, the following: 1. Removal, hauling, and disposal of all filter media and debris. 2. Cleaning of all filter cells. 3. Repair of concrete walls and floor as recommended by the Engineer. 4. Rehabilitate filter components as recommended by the Filter Equipment Manufacturer (Evoqua). 5. Replace air supply piping and diffusers as shown on the drawings and specified herein. 6. Replace various valves, actuators, and related components and pneumatic tubing as shown on the drawings and specified herein. 7. Remove and replace the 30" x 42" Sluice Gate located at the opening of the Equalization Pump Station Wet well. 1.02 CONTRACTOR'S USE OF PREMISES A. The Contractor shall assume full responsibility for the protection and safekeeping of products and materials at the job site. If additional storage or work areas are required, they shall be obtained by the Contractor at no additional cost to the Owner. Payment will only be made for that portion of the work, which is fully installed including all materials, labor, and equipment. 1.03 PROJECT SEQUENCE A. Refer to Section IV - Scope of Work for sequencing requirements. END OF SECTION J PT/LMC/specs/01010 Tt#200-41125-24002 01010-1 042425 SECTION IVa — Supplemental Technical Specifications SECTION 01041 PROJECT COORDINATION PART 1 - GENERAL 1.01 WORK INCLUDED A. Furnish personnel and equipment that will be efficient, appropriate and large enough to secure a satisfactory quality of work and a rate of progress that will ensure the completion of the work within the Contract Time. If at any time, such personnel appear to the Engineer to be inefficient, inappropriate or insufficient for securing the quality of work, he may order the Contractor to increase the efficiency, change the character or increase the personnel and equipment, and the Contractor shall conform to such order. Failure of the Engineer to give such order shall in no way relieve the Contractor of his obligations to secure the quality of the work and rate of progress. 1.02 TECHNICAL SPECIFICATION CONFLICTS A. Where conflicts exist between the City of Clearwater Technical Specifications and the Tetra Tech Supplemental Technical Specifications and/or Contract Drawings, the more stringent requirements shall apply. PART 2 - PRODUCTS (NOT USED) PART 3 - EXECUTION 3.01 PIPE LOCATIONS A. All pipes shall be located substantially as indicated on the Drawings, but the Engineer reserves the right to make such modifications in locations as may be found desirable to avoid interference with existing structures or for other reasons. Where fittings are noted on the Drawings, such notation is for the Contractor's convenience and does not relieve him from laying and jointing different or additional items where required. 3.02 OPEN EXCAVATIONS A. Contractor shall adequately safeguard all open excavations by providing temporary barricades, caution signs, lights, and other means to prevent accidents to persons, and damage to property. The Contractor shall, at his own expense, provide suitable and safe bridges and other crossings for accommodating travel by workmen. All open excavations shall comply with applicable OSHA Standards. J PT/LMC/specs/01041 Tt #200-41125-24002 01041-1 102824 SECTION IVa — Supplemental Technical Specifications 3.03 TEST PITS A. Test pits for the purpose of locating underground pipelines or structures in advance of the construction shall be excavated and backfilled by the Contractor. Test pits shall be backfilled immediately after their purpose has been satisfied and maintained in a manner satisfactory to the Engineer. The costs for such test pits shall be borne by the Contractor. 3.04 CARE AND PROTECTION OF PROPERTY A. The Contractor shall be responsible for the preservation of all public and private property and shall use every precaution necessary to prevent damage thereto. If any direct or indirect damage is done to public or private property by or on account of any act, omission, neglect, or misconduct in the execution of the Work on the part of the Contractor, such property shall be restored by the Contractor, at his expense, to a condition similar or equal to that existing before the damage was done, or he shall make good the damage in other manner acceptable to the Engineer. 3.05 PROTECTION OF CONSTRUCTION AND EQUIPMENT A. All newly constructed work shall be carefully protected from damage in any way. No wheeling or walking or placing of heavy loads on it shall be allowed and all portions damaged shall be reconstructed by the Contractor at no additional expense to the Owner. B. Protect all structures in a suitable manner to prevent damage. Should any part of a structure become heaved, cracked or otherwise damaged, all such damaged portions of the work shall be completely repaired and made good by the Contractor at his own expense and to the satisfaction of the Engineer. If, in the final inspection of the work, any defects, faults or omissions are found, the Contractor shall cause the same to be repaired or removed and replaced by proper materials and workmanship without extra compensation for the materials and labor required. Further, the Contractor shall be fully responsible for the satisfactory maintenance and repair of the construction and other work undertaken herein, for at least the guarantee period described in the Contract. C. Further, the Contractor shall take all necessary precautions to prevent damage to any structure due to water pressure during and after construction and until such structure is accepted and taken over by the Owner. 3.06 MAINTENANCE OF TRAFFIC A. Unless permission to close a street is received in writing from the proper authority (County, City, FDOT, etc.), all excavated material shall be placed so that vehicular and pedestrian traffic may be maintained at all times. If the Contractor's operations cause traffic hazards, he shall repair the road surface, provide temporary ways, erect wheel guards or fences, or take other measures for safety satisfactory to the Engineer. J PT/LMC/specs/01041 Tt #200-41125-24002 01041-2 102824 SECTION IVa — Supplemental Technical Specifications B. Detours around construction will be subject to the approval of the Owner and the Engineer. Where detours are permitted, the Contractor shall provide all necessary barricades and signs as required to divert the flow of traffic. While traffic is detoured, the Contractor shall expedite construction operations and periods when traffic is being detoured will be strictly controlled by the Owner. All maintenance of traffic plans required for construction shall be approved by the local governmental entity having jurisdiction. C. The Contractor shall take precautions to prevent injury to the public due to open excavation. Night watchmen may be required where special hazards exist, or police protection provided for traffic while work is in progress. The Contractor shall be fully responsible for damage or injuries whether police protection has been provided. 3.07 PRIVATE LAND A. The Contractor shall not enter or occupy private land outside the site, except by written permission of the appropriate owners. Contractor shall provide Owner a copy of such written permission prior to entering private land. B. The Contractor shall ensure that all individuals are signed -in and signed-out of the site using the City log located on the first floor of the Maintenance Building each day. List all individual names and do not sign -in or sign -out as a group. 3.08 COOPERATION WITHIN THIS CONTRACT A. The Contractor shall, prior to interrupting a utility service (water, sewer, etc.) for the purpose of making cut -ins to the existing lines or for any other purposes, contact the Owner and make arrangements for the interruption, which will be satisfactory to the Owner. 3.09 COOPERATION WITH OTHER CONTRACTS A. This Contract may require a portion of the work to be connected to work done under other contract(s). It will be necessary for the Contractor to plan his work and cooperate with other contractors insofar as possible to prevent any interference and delay. END OF SECTION J PT/LMC/specs/01041 Tt #200-41125-24002 01041-3 102824 SECTION IVa — Supplemental Technical Specifications SECTION 01070 ABBREVIATIONS AND SYMBOLS PART 1- GENERAL 1.01 STANDARDS AND ABBREVIATIONS A. Referenced Standards: Any reference to published specifications or standards of any organization or association shall comply with the requirements of the specification or standard which is current on the date of Advertisement for Bids. In case of a conflict between the referenced specifications or standards, the one having the more stringent requirements shall govern. In case of conflict between the referenced specifications or standards and the Contract Documents, the Contract Documents shall govern. B. Abbreviations: AA Aluminum Association AAA American Arbitration Association AABC Associated Air Balance Council AAMA Architectural Aluminum Manufacturers Association AASHO The American Association of State Highway Officials ABA American Bar Association ABMA American Boiler Manufacturers Association ABPA Acoustical and Board Products Association ACI American Concrete Institute ACPA American Concrete Pipe Association AEIC Association of Edison Illuminating Companies AFBMA Anti -Friction Bearing Manufacturers Association AGA American Gas Association AGC Associated General Contractors of America AGMA American Gear Manufacturers Association AHA American Hardboard Association Al The Asphalt Institute AIA American Institute of Architects AIA American Insurance Association AIEE American Institute of Electrical Engineers (Now IEEE) AIMA Acoustical and Insulating Materials Association AISC American Institute of Steel Construction AISI American Iron and Steel Institute AITC American Institute of Timber Construction AMCA Air Moving and Condition Association ANSI American National Standard Institute APA American Plywood Association API American Petroleum Institute J PT/LMC/specs/01070 Tt #200-41125-24002 01070-1 102824 SECTION IVa —Supplemental Technical Specifications APWA American Public Works Association AREA American Railway Engineering Association ARI American Refrigeration Institute ASA American Standards Association (Now ANSI) ASAHC American Society of Architectural Hardware Consultants ASCE American Society of Civil Engineers ASHRAE American Society of Heating, Refrigerating and Air Conditioning Engineers ASME American Society of Mechanical Engineers ASSCBC American Standard Safety Code for Building Construction ASSHTO American Association of State Highway Transportation Officials ASTM American Society for Testing and Materials AWG American Wire Gauge AWI Architectural Woodwork Institute AWPA American Wood Preservers Association AWPB American Wood Preservers Bureau AWPI American Wood Preservers Institute AWS American Welding Society AWWA American Water Works Association BHMA Builders Hardware Manufacturers Association BIA Brick Institute of America (formerly SCPI) CDA Copper Development Association CFS Cubic Feet Per Second CMAA Crane Manufacturers Association of America CRSI Concrete Reinforcing Steel Institute CS Commercial Standard DHI Door and Hardware Institute DIPRA Ductile Iron Pipe Research Association DOT Spec Standard Specification for Road and Bridge Construction Florida Department of Transportation, 1982 E/A Engineer and/or Architect EDA Economic Development Association EEI Edison Electric Institute EPA Environmental Protection Agency FCI Fluid Control Institute FDEP Florida Department of Environmental Protection FDOT Florida Department of Transportation Fed Spec Federal Specification FGS Florida Geological Survey FPS Feet Per Second FS Federal Standards GPM Gallons Per Minute GSP Galvanized Steel Pipe HMI Hoist Manufacturers Institute HP Horsepower HSBII Hartford Steam Boiler Inspection and Insurance Co. ID Inside Diameter IEEE Institute of Electrical and Electronic Engineers J PT/LMC/specs/01070 Tt #200-41125-24002 01070-2 102824 SECTION IVa — Supplemental Technical Specifications IFI Industrial Fasteners Institute IPCEA Insulated Power Cable Engineers Association IPS Iron Pipe Size MGD Million Gallons Per Day MHI Materials Handling Institute MMA Monorail Manufacturers Association NaOCI Sodium Hypochlorite NBFU National Board of Fire Underwriters NBHA National Builders' Hardware Association NBS National Bureau of Standards NCSA National Crushed Stone Association NCSPA National Corrugated Steel Pipe Association ND Nominal Diameter NEC National Electrical Code NECA National Electrical Contractors' Association NEMA National Electrical Manufacturers' Association NFPA National Fire Protection Association NLA National Lime Association NPC National Plumbing Code NPT National Pipe Threads NSC National Safety Council NSF National Sanitation Foundation OD Outside Diameter OSHA U.S. Department of Labor, Occupational Safety and Health Act PCA Portland Cement Association PCI Prestressed Concrete Institute PS United States Products Standards PSI Pounds per Square Inch PSIA Pounds per Square Inch Absolute PSIG Pounds per Square Inch Gauge RAS Return Activated Sludge RPM Revolutions Per Minute SAE Society of Automotive Engineers SDI Steel Decks Institute SJI Steel Joists Institute SWFWMD Southwest Florida Water Management District SMACNA Sheet Metal and Air Conditioning Contractors' National Association SSI Scaffolding and Shoring Institute SSPC Steel Structures Painting Council SSPC Structural Steel Painting Council SST Stainless Steel STA Station (100 feet) TDH Total Dynamic Head TH Total Head UBC Uniform Building Code UL Underwriter's Laboratories, Inc. USASI or United States of America Standards Institute J PT/LMC/specs/01070 Tt #200-41125-24002 01070-3 102824 USGS WAS SECTION IVa — Supplemental Technical Specifications United States Geological Survey Waste Activated Sludge C. Additional abbreviations and symbols are shown on the Drawings. PART 2 - PRODUCTS (NOT USED) PART 3 - EXECUTION (NOT USED) END OF SECTION J PT/LMC/specs/01070 Tt #200-41125-24002 01070-4 102824 SECTION IVa — Supplemental Technical Specifications SECTION 01091 REFERENCE SPECIFICATIONS PART 1 - GENERAL 1.01 GENERAL A. Applicable Publications. Whenever in these specifications references are made to published specifications, codes, standards, or other requirements, it shall be understood that wherever no date is specified, only the latest specifications, standards, or requirements of the respective issuing agencies which have been published as of the date that the Work is advertised for bids, shall apply; except to the extent that said standards or requirements may be in conflict with applicable laws, ordinances, or governing codes. No requirements set forth herein or shown on the drawings shall be waived because of any provision of or omission from said standards or requirements. B. Assignment of Specialists. In certain instances, specification test requires (or implies) that specific Work is to be assigned to specialist or expert entities who must be engaged for the performance of the Work. Such assignments shall be recognized as special requirements over which the Contractor has no choice or option. These requirements shall not be interpreted so as to conflict with the enforcement of building codes and similar regulations governing the Work. They are not intended to interfere with local union jurisdiction settlements and similar conventions. Such assignments are intended to establish which party or entity involved in a specific unit of Work is recognized as "expert" for the indicated construction processes or operations. Nevertheless, the final responsibility for fulfillment of the entire set of contract requirements remains with the Contractor. 1.02 REFERENCE SPECIFICATIONS, CODES AND STANDARDS A. Without limiting the generality of other requirements of the specifications, all Work specified herein shall conform to or exceed the requirements of such documents are not in conflict with the requirements of these specifications not the applicable codes. B. References herein to "Building Code" shall mean the Florida Building Code (FBC). The latest edition of the code as approved and used by the local agency as of the date of award as adopted by the agency having jurisdiction shall apply to the Work herein, including all addenda, modifications, amendments, or other lawful changes thereto. C. In case of conflict between codes, reference standards, drawings, and the other Contract Documents, the most stringent requirements shall govern. All conflicts shall be brought to the attention of the Engineer for clarification and directions prior to ordering or providing any materials or labor. The Contractor shall bid the most stringent requirements. J PT/LMC/specs/01091 Tt #200-41125-24002 01091-1 102824 SECTION IVa — Supplemental Technical Specifications D. Applicable Standard Specifications. The Contractor shall construct the Work specified herein in accordance with the requirements of the Contract Documents and the referenced portions of those referenced codes, standards, and specifications listed. PART 2 - PRODUCTS (NOT USED) PART 3 - EXECUTION (NOT USED) END OF SECTION J PT/LMC/specs/01091 Tt #200-41125-24002 01091-2 102824 SECTION IVa — Supplemental Technical Specifications SECTION 01100 SPECIAL PROJECT PROCEDURES PART 1- GENERAL 1.01 PUBLIC NUISANCE A. The Contractor shall not create a public nuisance including, but not limited to, encroachment on adjacent lands, flooding of adjacent lands, or excessive noise. B. Sound levels measured by the Engineer shall not exceed 50 dBA from 7 P.M. to 7 A.M. or 60 dBA 7 A.M. to 7 P.M. This sound level shall be measured at the exterior of the nearest exterior wall of the nearest residence. Levels at the equipment shall not exceed 85 dBA at any time. Sound levels in excess of these values are sufficient cause to have the Work halted until equipment can be quieted to these levels. Work stoppage by the Engineer or Owner for excessive noise shall not relieve the Contractor of the other portions of this Specification including, but not limited to, completion dates and bid amounts. C. No extra charge may be made for time lost due to work stoppage resulting from the creation of a public nuisance. 1.02 PIPE LOCATIONS AND EXISTING UTILITIES A. Pipe Locations. All pipes shall be located substantially as indicated on the Drawings, but the Engineer reserves the right to make such modifications in locations as may be found desirable to avoid interference with existing structures or for other reasons. Where fittings are noted on the Drawings, such notation is for the Contractor's convenience and does not relieve him from laying and jointing different or additional items where required. B. Utility Conflicts. Contractor must identify all locations where there is the possibility of conflicts with existing utilities. Contractor will promptly notify the Owner and Engineer in writing in accordance with these documents. Contractor acknowledges that resolving utility conflicts, can sometimes require permitting. The Owner will grant additional days to the Contractor to cover the length of unanticipated delay in writing. However, under no circumstances will the Contractor be eligible for remobilization costs. 1.03 LANDSCAPING RESTORATION A. Contractor shall be responsible for replacing all landscaping disturbed during construction with landscaping of equal or better quality, quantity, material, and size. The extent of existing landscaping is not shown on drawing and shall be the responsibility of Contractor and field inspected prior to bidding. JPT/LMC/specs/01100 Tt #200-41125-24002 01100-1 102824 SECTION IVa — Supplemental Technical Specifications 1.04 OPEN EXCAVATIONS A. All open excavations shall be adequately safeguarded by providing temporary barricades, caution signs, lights, and other means to prevent accidents to persons, and damage to property. The Contractor shall, at his own expense, provide suitable and safe bridges and other crossings for accommodating travel by workmen. 1.05 TEST PITS A. Test pits for the purpose of locating underground pipeline or structures in advance of the construction shall be excavated and backfilled by the Contractor. Test pits shall be backfilled immediately after their purpose has been satisfied and maintained in a manner satisfactory to the Engineer. The costs for such test pits shall be borne by the Contractor. 1.06 JURISDICTIONAL DISPUTES A. It shall be the responsibility of the Contractor to pay all costs that may be required to perform any of the Work shown on the Drawings or specified herein in order to avoid any work stoppages due to jurisdictional disputes. The basis for subletting Work in question, if any, shall conform to precedent agreements and decisions on record with the Building and Construction Trades Department, AFL-CIO, dated June, 1973, including any amendments thereto. 1.07 INCLEMENT WEATHER A. In the event of inclement weather, or whenever the Engineer directs; the Contractor shall, and shall cause subcontractors to protect carefully the Work and materials against damage or injury from the weather. If, in the opinion of the Engineer, any portion of work or materials 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 the Contractor. 1.08 COORDINATION OF WORK A. The Contractor shall cooperate fully so as to eliminate or minimize the creation of conflicts. Adjustments from time to time may be required in the Contractor's work location and/or schedule provided a reasonable notice is given by the Owner or Engineer. 1.09 USE OF PUBLIC/PRIVATE STREETS A. The use of public/private streets and roads shall be such as to provide a minimum of an inconvenience to the public and to other traffic. Any earth or other excavated materials spilled from trucks shall be removed by the Contractor and the streets and roads cleaned to the satisfaction of the Owner. J PT/LMC/specs/01100 Tt #200-41125-24002 01100-2 102824 SECTION IVa — Supplemental Technical Specifications B. Access to properties along the Project must always be maintained throughout the duration of the Project as shown in the Drawings. 1.10 TRAFFIC A. All safety precautions shall be taken and all traffic controls be furnished satisfactorily to the City, FDOT, and/or other government agencies having jurisdiction, where partial or complete obstruction of highways, roadways, streets, drives or sidewalks is required in the performance of the Work. 1.11 CHEMICALS A. All chemicals used during project construction, or furnished for project operations, whether herbicide, pesticide, disinfectant, polymer, reactant or of other classification, must show approval of the State Department of Health, Florida Department of Environmental Protection and if required, also the EPA or USDA. Use of all such chemicals and disposal of residues shall be in strict conformance with the manufacturer's instructions or recommended use procedures. 1.12 SAFETY AND HEALTH REGULATIONS A. The Contractor shall comply with the Department of Labor Safety & Health Regulations for construction promulgated under the Occupational Safety & Health Act of 1970, (PL 91-596) and under Section 107 of the Contract Work Hours & Safety Standards Act (PL 91-54). B. All equipment furnished and installed under this Contract shall comply to Part 1910, Occupational Safety & Health Standards & Amendments thereto. C. The Contractor shall comply with the Florida Trench Safety Act (90-96, Florida Law). 1.13 STATE AND FEDERAL PERMITS A. Construction in Florida Department of Transportation rights-of-way, wetlands and navigable water bodies will be governed by applicable State and Federal permits. All conditions set forth on the permits shall be a part of the Contract and they shall be attached by addendum. 1.14 INSPECTION A. The authorized representatives and agents of the Environmental Protection Agency and Controlling State and Local Pollution Control Agencies shall be permitted to inspect all work, material, payrolls, personnel records, invoices of materials and any other relevant data and records. The Owner and Engineer shall be permitted access to any work area for the inspection of work and materials. The Owner may, at the Contractor's expense, order the uncovering or removal of any finished work if circumstances indicate faulty work or materials were used in the original installation. The Owner and Engineer shall J PT/LMC/specs/01100 Tt #200-41125-24002 01100-3 102824 SECTION IVa — Supplemental Technical Specifications also be permitted to inspect material invoices, payrolls or any other relevant data or records as may be necessary or required to satisfy the requirements of the Contract. 1.15 ENVIRONMENTAL PROTECTION A. General: 1. Contractor shall comply with all Federal, State and Local laws and regulations controlling pollution of the environment. He shall take necessary precautions to prevent pollution of streams, lakes, ponds, and reservoirs with fuels, oils, bitumens, chemicals, or other harmful materials and to prevent pollution of the atmosphere from particulate and gaseous matter. In the event of conflict between such laws and regulations and the requirements of the Specifications, the more restrictive requirements shall apply. Environmental protection requirements specified in other Sections shall be considered as supplementing the requirements of this Section. 2. Failure of the Contractor to fulfill any of the requirements of this Section may result in the Owner ordering the stopping of construction operations. 3. Failure on the part of the Contractor to perform the necessary measures to control erosion, siltation, and pollution will result in the Owner notifying the Contractor to take such measures. In the event that the Contractor fails to perform such measures within 24 hours after receipt of such notice, the Owner may stop the Work as provided above, or may proceed to have such measures performed by others. The cost of such work performed by others plus related fees by the Engineer will be deducted from monies due the Contractor on his Contract. 4. All erosion and pollution control features installed by the Contractor shall be acceptably maintained by the Contractor during the time that construction work is being done. 5. Repair or replace damaged or inoperative erosion and pollution control devices as directed by the Engineer or the Owner's Representative. 6. Where there is a high potential for erosion and possible water pollution, the Contractor shall not expose, by his construction methods or procedures, an area of erosive land at any one time larger than the minimum amount required for the proper and efficient construction operation. If the exposure of any incomplete work corresponding to the exposure period required for erosion is anticipated, temporary protective measures shall be taken to prevent the erosion or collapse of land in that immediate construction area. B. Erosion and Pollution Control Schedule: At or prior to the preconstruction conference, the Contractor shall submit to the Owner for his information, three (3) copies of his erosion and pollution control work schedule. This schedule shall show the time relationship between phases of the Work which must be coordinated to reduce erosion J PT/LMC/specs/01100 Tt #200-41125-24002 01100-4 102824 SECTION IVa — Supplemental Technical Specifications and pollution and shall describe construction practices and temporary control measures which will be used to minimize erosion and pollution. The schedule shall also show the Contractor's proposed method of erosion control on haul roads and borrow and material pits, and his plan for disposal of waste materials or other sources of pollution. Maps or other documents may also be required to show the proposed final surface gradient of proposed borrow pits, soil type base course pits, and waste areas. No work shall be started until the erosion and pollution control schedules and methods of operations have been submitted to the Owner for his information. C. Air Pollution Controls: 1. Contractor shall control dust caused by his operations in the construction of the Project, including but not specifically limited to the following: a. Clearing, grubbing, and stripping. b. Excavation and placement of embankment. c. Cement and aggregate handling. d. Limerock stabilization. e. Use of haul roads. f. Sandblasting or grinding. 2. Contractor shall control air pollution from the following causes in constructing the project: a. Volatiles escaping from asphalt and cutback materials. b. Use of herbicides or fertilizers. 3. Control of dust and other air pollutants by the Contractor shall include: a. Exposing the minimum area of land. b. Applying temporary mulch with or without seeding. c. Use of water sprinkler trucks. d. Use of covered haul trucks. e. Use of stabilizing agents in solution. f. Use dust palliatives and penetration asphalt on temporary roads. g. Use of wood chips in traffic and work areas. J PT/LMC/specs/01100 Tt #200-41125-24002 01100-5 102824 SECTION IVa — Supplemental Technical Specifications h. Use of vacuum -equipped sandblasting systems. J. Use of plastic sheet coverings. Restricting the application rate of herbicides to recommended dosage. Materials shall be covered and protected from the elements. Application equipment and empty containers shall not be rinsed and discharged so as to pollute a stream, river, lake, pond, water impoundment, or the ground water. k. Relay of operations until climate or wind conditions dissipate or inhibit the potential pollutants. D. Open Burning of Combustible Wastes: No open burning of combustible waste materials or vegetation shall be permitted. All waste materials shall be removed from the site or within public rights-of-way and disposed in a legal manner. E. Permanent and Temporary Water Pollution Control (Soil Erosion): 1. Sufficient precautions shall be taken during construction to minimize the run-off of polluting substances such as silt, clay, fuels, oils, bitumens, calcium chloride, or other polluting materials harmful to humans, fish, or other life, into the supplies and surface waters of the State. Control measures must be adequate to assure that turbidity in the receiving water will not be increased more than allowed by the State or controlling agency. Such measures may consist of construction of berms, dikes, dams, drains and sediment basins, or use of fiber mats, woven plastic filter cloths, gravel, mulches, quick growing grasses, sod, bituminous spray and other erosion control devices or methods approved by the State or controlling agency. 2. The Contractor shall promptly clear all waterways and drainage patterns of false work, piling, debris, or other obstructions placed during construction work and not a part of the finished work. 3. The Contractor shall remove and dispose of silt accumulations as directed by the Engineer or the Owner's Representative. 4. If new and additional erosion control structures are to be installed, under this project, to prevent possible future erosion as a result of work under this contract, they shall be constructed concurrently with the other work, as early as possible, and as conditions permit. F. Noise Control: The Contractor shall provide adequate protection against objectionable noise levels caused by the operation of construction equipment in order to comply with all current City ordinances and these Specifications. Sound levels shall be measured at the exterior of the nearest exterior wall of the nearest residence or building. Levels at construction equipment shall not exceed 85 dBA at any time. Sound levels in excess of allowable values are sufficient cause to have the work halted until equipment can be J PT/LMC/specs/01100 Tt #200-41125-24002 01100-6 102824 SECTION IVa — Supplemental Technical Specifications quieted to these levels. Work stoppage by the Engineer or Owner for excessive noise shall not relieve the Contractor of the other portions of this Specification including, but not limited to completion dates and bid amounts. 1.16 SITE CLEANUP AND RESTORATION A. The Contractor shall keep the working area free at all times of tools, materials, and equipment not essential to the progress of the Work. Debris, waste materials, and rubbish shall be properly disposed of and not allowed to accumulate. If the Contractor should fail to do this, the Owner will make the necessary arrangements to affect the cleanup by others and will back charge the cost to the Contractor. If such action becomes necessary on the part of and in the opinion of the Owner, the Owner will not be responsible for the inadvertent removal of material which the Contractor would not have disposed of had he effected the required cleanup. B. Where material or debris has washed or flowed into or been placed in watercourses, ditches, gutters, drains, catch basins, or elsewhere as result of the Contractor's operations, such material or debris shall be entirely removed and satisfactorily disposed of during progress of the Work, and the ditches, channels, drains etc., kept in a clean and neat condition. C. On or before the completion of the Work, the Contractor shall, unless otherwise especially directed or permitted in writing, tear down and remove all temporary buildings and structures built by him; shall remove all temporary works, tools, and machinery or other construction equipment furnished by him; shall remove, acceptably disinfect, and cover all organic matter and material containing organic matter in, under, and around privies, houses, and other buildings used by him; shall remove all rubbish from any grounds he has occupied; and shall leave the roads and all parts of the premises and adjacent property affected by his operations, in a neat and satisfactory condition. D. The Contractor shall restore the entire project site to its original or better condition, except for any area(s) designated for alteration by the Contract Documents. The Contractor shall restore or replace; when and as directed, any public or private property damaged by his work, equipment, or employees to a condition at least equal to that existing immediately prior to the beginning of operations. To this end the Contractor shall do as required all necessary highway or driveway, walk, and landscaping work. Suitable materials, equipment, and methods shall be used for such restoration. E. The Contractor shall thoroughly clean all materials and equipment installed by him and his subcontractors and on completion of the Work shall deliver it undamaged and in fresh and new appearing condition. J PT/LMC/specs/01100 Tt #200-41125-24002 01100-7 102824 SECTION IVa — Supplemental Technical Specifications 1.17 LAWS AND REGULATIONS A. It shall be the responsibility of the Contractor to give all notices and comply with all the laws, rules, regulations, ordinances, etc., that may be applicable at the time the Work is started on the project. Should the Contractor discover the Drawings or Specifications are contradictory to, or in variance with the above, he shall notify the Engineer immediately, in writing, in order that any required changes or modifications can be made. It is not the Contractor's responsibility to make certain that the Drawings or Specifications are in non-compliance with any of the above; however, should he be aware of any existing discrepancy, or have reason to believe such may exist and performs work without proper notice to the Engineer, the Contractor shall be responsible for any cost involved in making the necessary alterations or corrections. 1.18 CONTRACTOR'S USE OF PREMISES A. All project construction work will be accomplished on the Owner's property, public/private rights-of-way/easements or within temporary construction easements and the Contractor shall confine his activity to those designated areas. The Contractor shall not enter upon private property for any reason without securing prior permission from the property owner. Such permission, including any stipulations, shall be in writing and a copy shall be delivered to the Engineer prior to the Contractor's entry or occupation of the subject property. This requirement will be rigidly enforced, particularly with regard to the utilization of vacant areas adjacent to the work site for the storage of materials or parking equipment. B. The Contractor shall perform his work in such manner that he will not damage adjacent public or private property. Any damage to existing physical structures or utility services shall be repaired or restored promptly at no expense to the Owner. C. The Contractor shall avoid damage to and preserve all existing vegetation (grass, shrubs, trees, etc.) on or near the work area which do not, within reason, interfere with construction. The Contractor will be responsible for and required to replace or restore all such vegetation damaged or destroyed at no cost to the Owner. The Contractor will also be responsible for any unauthorized cutting or damage to trees, shrubs, etc., and also damage caused by careless operation of equipment, storage of materials and rutting or tracking of grass by equipment. D. The Contractor shall conduct access, hauling, filling, and storage operations as specified herein and as shown on the Contract Drawings. 1. On-site borrow areas are designated as follows: Suitable material, as approved by Engineer, from excavations for project structures. Any additional borrow material required shall be provided by the Contractor from off-site. 2. On-site spoil areas will become property of the Contractor and are to be disposed off-site. E. Construct all fill areas so runoff will not flood improved areas. JPT/LMC/specs/01100 Tt #200-41125-24002 01100-8 102824 SECTION IVa — Supplemental Technical Specifications F. All connections to existing piping systems shall be made as shown or indicated on the Drawings after consultation, cooperation, and coordination with the Owner. Some such connections may have to be made during off-peak hours (late night or early morning hours). The Contractor shall give a minimum of 72 hours' notice to the Owner when tie- ins with the existing plant utilities are required. 1.19 HAZARDOUS LOCATIONS A. The Contractor shall be responsible for identification of hazardous locations, appropriate construction methods, and all other safety issues. 1.20 ADDITIONAL PROVISIONS A. The Contractor shall provide at his own cost all necessary temporary facilities for access to, and for protection of, all existing structures. The Contractor is responsible for all damage to existing structures, equipment, and facilities caused by his construction operations, and must repair all such damage when and as ordered by the Engineer. B. All coatings and materials that come in contact with reclaimed water shall comply with ANSI -NSF Standard 61. The manufacturer shall provide documentation to demonstrate certification and compliance. PART 2 - PRODUCTS (NOT USED) PART 3 - EXECUTION (NOT USED) END OF SECTION J PT/LMC/specs/01100 Tt #200-41125-24002 01100-9 102824 SECTION IVa — Supplemental Technical Specifications SECTION 01200 PROJECT MEETINGS PART 1- GENERAL 1.01 DESCRIPTION A. Scope of Work: 1. The Contractor shall cooperate and coordinate with the Engineer to schedule and administer the preconstruction meeting, periodic progress meetings, and specifically called meetings throughout the progress of the Work. The Contractor shall: a. Prepare agenda for meetings. b. Make physical arrangements for meetings. c. Preside at Progress meetings. d. Take and distribute meeting minutes. 2. Representatives of Contractor, subcontractors, and suppliers attending meetings shall be qualified and authorized to act on behalf of the entity each represents. 3. The Owner shall attend meetings to ascertain that the Work is expedited consistent with Contract Documents and construction schedules. 4. The Contractor shall record the preconstruction meeting and each progress meeting in its entirety, and shall provide the Engineer with a copy of such recording, having good quality and clarity, and a typed transcript of the minutes of each meeting. A copy of the minutes of each progress meeting shall be available five business days after the meeting. B. Related Requirements Described Elsewhere: 1. Construction Progress Schedules: Section 01310. 2. Shop Drawings, Working Drawings, and Samples: Section 01340. 3. Project Record Documents: Section 01720. J PT/LMC/specs/01200 Tt #200-41125-24002 01200-1 102824 SECTION IVa — Supplemental Technical Specifications 1.02 PRECONSTRUCTION MEETING A. Engineer will schedule a preconstruction meeting no later than twenty (20) days after date of Notice to Proceed. The meeting shall be scheduled at the convenience of all parties. B. Location: A local site, convenient for all parties, designated by the Owner. C. Attendance: 1. Owner's representative. 2. Engineer and his professional consultants. 3. Resident project representative. 4. Contractor and his superintendent. 5. Major subcontractors. 6. Representatives of major suppliers and manufacturers as appropriate. 7. Governmental representatives as appropriate. 8. Others as requested by the Contractor, Owner, and Engineer. D. The Engineer shall preside at the preconstruction meeting. The Contractor shall provide for keeping minutes and distribution of minutes to the Owner, Engineer and others. The purpose of the preconstruction meeting is to designate responsible personnel and establish a working relationship. Matters requiring coordination will be discussed and procedures for handling such matters established. E. Contractor shall provide a preliminary construction schedule to demonstrate complete fulfillment of contract requirements utilizing critical path method at the Pre - Construction Meeting. F. The suggested agenda for the preconstruction meeting would include the following: 1. Distribution and discussion of: a. List of major subcontractors and suppliers. b. Projected schedules. c. Schedule of Values. 2. Critical work sequencing: Relationships and coordination with other contracts and/or work. J PT/LMC/specs/01200 Tt #200-41125-24002 01200-2 102824 SECTION IVa — Supplemental Technical Specifications 3. Major equipment deliveries and priorities. 4. Project coordination: Designation and responsible personnel. 5. Procedures and processing of: a. Field decisions. b. Proposal requests. c. Request for Information. d. Submittals. d. Change Orders. f. Applications for Payment. 6. Submittal of Shop Drawings, project data and samples. 7. Adequacy of distribution of Contract Documents. 8. Procedures for maintaining Record Documents 9. Use of premises: a. Office, work, and storage areas. b. Owner's requirements. c. Access and traffic control. 10. Construction facilities, controls, and construction aids. 11. Temporary utilities. 12. Safety and first aid procedures. 13. Check of required Bond and Insurance certifications. 14. Completion time for contract and liquidated damages. 15. Request for extension of Contract Time. 16. Procedures for periodic monthly (or whatever interval is deemed appropriate or necessary, however, a minimum of monthly meetings will be required) progress meetings, for all involved. J PT/LMC/specs/01200 Tt #200-41125-24002 01200-3 102824 SECTION IVa — Supplemental Technical Specifications 17. Security procedures. 18. Procedures for making partial payments. 19. Guarantees on completed work. 20. Equipment to be used. 21. Project layout and staking of work. 22. Project inspection. 23. Labor requirements. 24. Laboratory testing of material requirements. 25. Provisions for material stored (well casing only) on site and monthly inventory of materials stored. 26. Requirements of other organizations such as utilities, railroads, highway departments, building departments. 27. Rights-of-way and easements. 28. Housekeeping procedures. 29. Liquidated damages. 30. Posting of signs and installation of Project Sign. 31. Pay request submittal dates. 32. Equal opportunity requirements. 1.03 PROGRESS MEETINGS A. The Engineer shall schedule regular periodic meetings. The progress meetings will be held as needed and at other times as required by the progress of the Work. The first meeting shall be held within thirty (30) days after the preconstruction meeting. B. Hold called meetings as required by progress of the Work. C. Location of the meetings: Owner's Offices. D. Attendance: 1. Engineer and his professional Subconsultants as needed. J PT/LMC/specs/01200 Tt #200-41125-24002 01200-4 102824 SECTION IVa — Supplemental Technical Specifications 2. Resident Project Representative. 3. Contractor and his Superintendent. 4. Owner's representatives. 5. Subcontractors (active on the site, as appropriate to the agenda). 6. Others as appropriate to the agenda (suppliers, manufacturers, other subcontractors, etc.). E. The Contractor shall preside at the meetings and provide for keeping minutes and distribution of the minutes to the Owner, Engineer, and others. The purpose of the meetings will be to review the progress of the Work. Contractor shall provide updated progress construction schedule at each progress meeting. F. The suggested agenda for the progress meetings will include but not be limited to the following: 1. Review approval of minutes of previous meeting. 2. Review of Work progress since previous meeting and Work scheduled (3 -week look ahead schedule). 3. Field observations, problems, conflicts. 4. Problems which impede construction schedule. 5. Review of off-site fabrication, delivery schedules. 6. Corrective measures and procedures to regain projected schedule. 7. Status of approved Construction Schedule and revisions to the Construction Schedule as appropriate. 8. Progress schedule during succeeding work period. 9. Coordination of schedules. 10. Review status of submittals and submittal schedule, expedite as required. 11. Maintenance of quality standards. 12. Pending changes and substitutions. 13. Shop drawing problems. 14. Review proposed changes for: J PT/LMC/specs/01200 Tt #200-41125-24002 01200-5 102824 SECTION IVa — Supplemental Technical Specifications a. Effect on Construction Schedule and on completion date. b. Effect on other contracts of the Project. 15. Critical/long lead items. 16. Other business. G. The Contractor is to attend progress meetings and is to study previous meeting minutes and current agenda items, and be prepared to discuss pertinent topics and provide specific information including but not limited to: 1. Status of all submittals and what specifically is being done to expedite them. 2. Status of all activities behind schedule and what specifically will be done to regain the schedule. 3. Status of all material deliveries, latest contact with equipment manufacturer, and specific actions taken to expedite materials. 4. Status of open deficiencies and what is being done to correct the same. H. The Contractor is to provide a current submittal log at each progress meeting in accordance with Section 01340: Shop Drawings, Working Drawings, and Samples. PART 2- PRODUCTS (NOT USED) PART 3 - EXECUTION (NOT USED) END OF SECTION J PT/LMC/specs/01200 Tt #200-41125-24002 01200-6 102824 SECTION IVa — Supplemental Technical Specifications SECTION 01310 CONSTRUCTION PROGRESS SCHEDULES PART 1 - GENERAL 1.01 DESCRIPTION A. Scope of Work: 1. Promptly after award of the Contract, prepare and submit to the Engineer estimated construction progress schedules demonstrating complete fulfillment of all Contract requirements utilizing a Critical Path Method (hereinafter referred to as CPM) in planning, coordinating, and performing the Work under this Contract (including all activities of subcontractors, equipment vendors, and suppliers). The principles and definition of CPM terms used herein shall be as set forth in the Associated General Contractors of America (AGC) publication, The Use of CPM in Construction, A Manual for General Contractors and the Construction Industry, Copyright 1976, but the provisions of this Specification shall govern the planning, coordinating, and performance of the Work. 2. Submit revised progress schedules on a monthly basis. No partial payments shall be approved until there is an updated construction progress schedule on hand. B. Related Requirements Described Elsewhere: 1. Conditions of the Contract. 2. Summary of Project: Section 01010. 3. Project Meetings: Section 01200. 4. Shop Drawings, Working Drawings, and Samples: Section 01340. 5. Schedule of Values: Section 01370. 1.02 QUALIFICATIONS A. A statement of computerized CPM capability shall be submitted and shall verify that either Contractor's organization has in-house capability to use the CPM technique or that Contractor will employ a CPM consultant who is so qualified. JPT/LMC/specs/01310 Tt #200-41125-24002 01310-1 042425 SECTION IVa — Supplemental Technical Specifications 1.03 FORM OF SCHEDULES A. Prepare schedules in the form of a horizontal bar chart. 1. Provide a separate horizontal bar for each trade or operation within each structure or item. 2. Horizontal time scale: a. Show starting and completion dates for each activity in terms of the number of days after Notice to Proceed. All completion dates shown shall be within the period specified for contract completion. b. Identify the first work day of each month. 3. Scale and Spacing: Sufficient to allow space for notations and future revisions. 4. Maximum Sheet Size: 24 inches by 36 inches. B. Format of Listings: The chronological order of the start of each item of work for each structure. C. Identification of Listings: By major specification section numbers as applicable and by structure. D. Construction Progress Schedules shall be computer generated using software equal to Primavera Project Planner for Windows by the following: 1. Primavera Systems, Inc. 2. Bala Cynwyd, P.A. 3. Microsoft Project 4. Equal as approved by the City PM and EOR 1.04 CONTENT OF SCHEDULES A. Construction Progress Schedule: 1. Show the complete sequence of construction by activity and by structure. 2. Show the dates for the beginning and completion of each major element of construction in no more than a two (2) week increment scale. 3. Show projected percentage of completion for each item, as of the first day of each month. JPT/LMC/specs/01310 Tt#200-41125-24002 01310-2 042425 SECTION IVa — Supplemental Technical Specifications 4. Show projected dollar cash flow requirements for each month of construction and for each activity as indicated by the approved Schedule of Values. B. Submittals for construction progress schedules shall be in accordance with Section 01340: Shop Drawings, Work Drawings, and Samples. Indicate on the schedule the following: 1. The dates for Contractor's submittals. 2. The dates submittals will be required for Owner -furnished products, if applicable. 3. The dates approved submittals will be required from the Engineer. C. A typewritten list of all long lead items (equipment, materials, etc.). D. Failure to include any element of work required for the performance of this Contract shall not excuse the Contractor from completing all work required within any applicable completion date. E. Scheduling Constraints: The work within Owner's property must be completed within the maximum number of days start to finish, as indicated in the Contract. Additionally, work must proceed on a continuous basis, without stoppages, except for nights and weekends. There shall be no lapses between phases of construction. 1.05 PROGRESS REVISIONS A. Indicate progress of each activity to date of submission. B. Show changes occurring since previous submission of schedule: 1. Major changes in scope. 2. Activities modified since previous submission. 3. Revised projections of progress and completion. 4. Other identifiable changes. C. Provide a narrative report as needed to define: 1. Problem areas, anticipated delays, and the impact on the schedule. 2. Corrective action recommended, and its effect. 3. The effect of changes on schedules of other prime contractors. J PT/LMC/specs/01310 Tt #200-41125-24002 01310-3 042425 SECTION IVa — Supplemental Technical Specifications D. If the Work falls behind the critical path schedule by two (2) weeks or more, the Contractor shall prepare a recovery schedule. 1.06 SUBMISSIONS A. Submittal Requirements. 1. Logic network and/or time -phased bar chart, computer generated. 2. Narrative description of the logic and reasoning of the schedule. B. Time of Submittals: Within ten (10) working days after Notice to Proceed, Contractor shall submit a network diagram describing the activities to be accomplished in the project and their dependency relationships, (predecessor/successor) as well as a tabulated schedule as herein defined. The total length of time indicated on the initial CPM schedule shall equal the exact number of days as defined in the Contract. The schedule produced and submitted shall also indicate calendar dates, including project starting and completion dates, based on the Contract Commencement and completion dates indicated in the Notice to Proceed. The Engineer will complete the review of the complete schedule within fifteen (15) working days after receipt. During the review process, the Engineer may meet with a representative of Contractor to review the proposed plan and schedule to discuss any clarifications that may be necessary. C. Within ten (10) working days after the conclusion of the Engineer's review period, Contractor shall revise the network diagram as required and resubmit the network diagram and a tabulated schedule produced therefrom. The revised network diagram and tabulated schedule shall be reviewed and accepted or rejected by the Engineer within fifteen (15) working days after receipt. The network diagram and tabulated schedule, when accepted by the Engineer, shall constitute the project work schedule unless a revised schedule is required due to substantial changes in the Work, a change in Contract Time or a recovery schedule is required and requested. D. Acceptance. The finalized schedule will be acceptable to the Engineer when, in the opinion of the Engineer, it demonstrates an orderly progression of the Work to completion in accordance with the Contract Documents. Such acceptance will neither impose on the Engineer responsibility for the progress or scheduling of the Work nor relieve Contractor from full responsibility therefore. The finalized schedule of shop drawing submittals will be acceptable to the Engineer when, in the opinion of the Engineer, it demonstrates a workable arrangement for processing the submittals in accordance with the requirements. The finalized Schedule of Values (lump sum price breakdown), as applicable, will be acceptable to the Engineer as to form and content when, in the opinion of the Engineer, it demonstrates a substantial basis for equitably distributing the Contract Price. When the network diagram and tabulated schedule have been accepted, the Contractor shall submit to the Engineer six (6) copies of the time -scaled network diagram, six (6) copies of a computerized tabulated schedule in which the activities have been sequenced by numbers, six (6) copies of a computerized tabulated schedule in which the activities have been sequenced by early starting date, JPT/LMC/specs/01310 Tt #200-41125-24002 01310-4 042425 SECTION IVa — Supplemental Technical Specifications and six (6) copies of a computerized, tabulated schedule in which activities have been sequenced by total float, and six (6) copies sorted by predecessor/successor. E. Revised Work Schedules. Contractor, if requested by the Engineer, shall provide a revised work schedule if, at any time, the Engineer considers the completion date to be in jeopardy because of "activities behind schedule." The revised work schedule shall include a new diagram and tabulated schedule conforming to the requirements of Paragraph 1.09 herein, designed to show how Contractor intends to accomplish the Work to meet the completion date. The form and method employed by Contractor shall be the same as for the original work schedule. No payment will be made if activities fall more than two (2) weeks behind schedule and a revised work schedule is not furnished. F. Schedule Revisions. The Engineer may require Contractor to modify any portions of the work schedule that become infeasible because of "activities behind schedule" or for any other valid reason. An activity that cannot be completed by its original latest completion date shall be deemed to be behind schedule. No change may be made to the sequence, duration, or relationships of any activity without approval of the Engineer. 1.07 DISTRIBUTION A. Distribute copies of the reviewed schedules to: 1. Engineer. 2. Jobsite file. 3. Subcontractors. 4. Other concerned parties. 5. Owner (two copies). B. Instruct recipients to report promptly to the Contractor, in writing, any problems anticipated by the projections shown in the schedules. 1.08 CHANGE ORDERS A. Upon approval of a change order, the approved changes shall be reflected in the next scheduled revision or update submittal of the construction progress schedule by the Contractor. 1.09 CPM STANDARDS A. CPM, as required by this Section, shall be interpreted to be generally as outlined in the Associated General Contractor's (AGC) publication, The Use of CPM in Construction, A Manual for General Contractors and the Construction Industry, Copyright 1976. J PT/LMC/specs/01310 Tt#200-41125-24002 01310-5 042425 SECTION IVa — Supplemental Technical Specifications B. Work schedules shall include a graphic network and computerized, tabulated schedules as described below. To be acceptable the schedule must demonstrate the following: 1. A logical succession of work from start to finish. 2. Definition of each activity. Activities shall be identified by major specification section numbers, as applicable, and by major structure. 3. A logical flow of work crews/equipment (crews are to be defined by manpower category and man-hours; equipment by type and hours). 4. Show all work activities and interfaces including submittals as well as major material and equipment deliveries. C. Networks. 1. The CPM network, or diagram, shall be in the form of a time -scaled diagram of the customary activity -on -type and may be divided into a number of separate pages with suitable notation relating the interface points among the pages. Notation on each activity line shall include a brief work description and a duration, as described in Paragraph 1.09, D. herein. 2. All construction activities and procurement shall be indicted in a time -scaled format, and a calendar shall be shown on all sheets along the entire sheet length. Each activity arrow shall be plotted so the beginning and completion dates of said activity can be determined graphically by comparison with the calendar scale. All activities shall be shown using the symbols that clearly distinguish between critical path activities, non-critical path activities, and float for each non-critical activity. All non-critical path activities shall show estimated performances time and float time in scaled form. D. The duration indicated for each activity shall be in calendar days and shall represent the single best time considering the scope of the work and resources planned for the activity including time for inclement weather. Except for certain non -labor activities, such as curing concrete or delivering materials, activity durations shall not exceed fourteen (14) days nor be less than one (1) day unless otherwise accepted by the Engineer. E. Tabulated Schedules. The initial schedule shall include the following minimum data for each activity. 1. Activity Beginning and Ending Numbers (i -j numbers) (single activity numbers may be used). 2. Duration. 3. Activity Description. J PT/LMC/specs/01310 Tt #200-41125-24002 01310-6 042425 SECTION IVa — Supplemental Technical Specifications 4. Early Start Date (Calendar Dated). 5. Late Start Date (Calendar Dated). 6. Early Finish Date (Calendar Dated). 7. Late Finish Date (Calendar Dated). 8. Identified Critical Path. 9. Total Float (Note: No activity may show more than 20 days float). 10. Cost of Activity. 11. Equipment Hours, by type; Man -Power Hours, by crew or trade. F. Project Information. Each tabulation shall be prefaced with the following summary data. 1. Project Name. 2. Contractor. 3. Type of Tabulation (Initial or Updated). 4. Project Duration. 5. Project Scheduled Completion Date. 6. Effective or Starting Date of the Schedule. 7. New Project Completion Date and Project Status (if an updated or revised schedule). 8. Actual Start Date and Actual Finish Date (for all updated schedules.) 1.10 SCHEDULE MONITORING A. At not less than monthly intervals or when specifically requested by Engineer, Contractor shall submit to the Engineer a computer printout of an updated schedule for those activities that remain to be completed. Typically, the updated schedule will be submitted with the application for payment as specified below. B. The updated schedule shall be submitted in the form, sequence, and number of copies requested for the initial schedule. J PT/LMC/specs/01310 Tt#200-41125-24002 01310-7 042425 SECTION IVa — Supplemental Technical Specifications 1.11 PROGRESS MEETINGS For the monthly progress meeting, Contractor shall submit a revised CPM schedule and a three- week Zook -ahead schedule, showing all activities completed, in progress, uncompleted, or scheduled to be worked during the weeks. The three weeks include the current week plus the next two weeks. All activities shall be from the approved CPM and must be as shown on the CPM unless behind or ahead of schedule. One copy of the revised CPM schedule shall be submitted with each copy of that month's application for payment, six (6) copies minimum. PART 2 - PRODUCTS (NOT USED) PART 3 - EXECUTION (NOT USED) END OF SECTION JPT/LMC/specs/01310 Tt #200-41125-24002 01310-8 042425 SECTION IVa — Supplemental Technical Specifications SECTION 01340 SHOP DRAWINGS, WORKING DRAWINGS, AND SAMPLES PART 1- GENERAL 1.01 DESCRIPTION A. Scope of Work: 1. The Contractor shall submit to the Engineer for review and approval, such Shop Drawings, Test Reports, and Product Data on materials and equipment (hereinafter in this Section called Data), and material samples (hereinafter in this Section called Samples) as are required for the proper control of work, including but not limited to those Shop Drawings, Data, and Samples for materials and equipment specified elsewhere in the Specifications and in the Drawings. 2. Within fourteen (14) calendar days after the Effective Date of the Agreement, the Contractor shall submit to the Engineer a complete list of preliminary data on items for which Shop Drawings are to be submitted. Included in this list shall be the names of all proposed manufacturers furnishing specified items. Review of this list by the Engineer shall in no way expressed or implied relieve the Contractor from submitting complete Shop Drawings and providing materials, equipment, etc., fully in accordance with the Contract Documents. This procedure is required in order to expedite final review of Shop Drawings. 3. The Contractor is to maintain an accurate updated submittal log and will bring this log to each scheduled progress meeting with the Owner and the Engineer. This log should include the following items: a. Submittal description and number assigned. b. Date to Engineer. c. Date returned to Contractor (from Engineer). d. Status of submittal (Approved, Approved as Noted, Amend and Resubmit, and Rejected). e. Date of resubmittal and return (as applicable). f. Date material release (for fabrication). g. Projected date of fabrication. h. Projected date of delivery to site. JPT/LMC/specs/01340 Tt #200-41125-24002 01340-1 042425 SECTION IVa — Supplemental Technical Specifications i. Status of O&M manuals submittal. j. Specification Section. k. Drawings sheet number. B. Related Requirements Described Elsewhere: 1. General Requirements: Division 1 2. Construction Progress Schedules: Section 01310 3. Shop Drawings, Working Drawings, and Samples: Section 01340 4. Material and Equipment: Section 01600 5. Project Record Documents: Section 01720 1.02 CONTRACTOR'S RESPONSIBILITY A. It is the responsibility of the Contractor to check all drawings, data and samples prepared before submitting them to the Engineer for review. Each and every copy of the Drawings and data shall bear the Contractor's stamp showing that they have been so checked. Shop drawings submitted to the Engineer without the Contractor's stamp will be returned to the Contractor for conformance with this requirement. Shop drawings shall indicate any deviations in the submittal from requirements of the Contract Documents. If the Contractor takes exception to the specifications, the Contractor shall note the exception in the letter of transmittal to the Engineer. The City of Clearwater does not pay the contractor for shop drawing review. B. Determine and verify: 1. Field measurements. 2. Field construction criteria 3. Catalog numbers and similar data. 4. Conformance with Specifications. C. The Contractor shall furnish the Engineer a schedule of Shop Drawing submittals fixing the respective dates for the submission of shop and working drawings, the beginning and ending of manufacture, testing, and installation of materials, supplies, and equipment. This schedule shall indicate those that are critical to the progress schedule. J PT/LMC/specs/01340 Tt #200-41125-24002 01340-2 042425 SECTION IVa — Supplemental Technical Specifications D. The Contractor shall not begin any of the work covered by a Shop Drawing, Data, or a Sample returned for correction until a revision or correction thereof has been reviewed and returned to him, by the Engineer, with approval. E. The Contractor shall submit to the Engineer all drawings and schedules sufficiently in advance of construction requirements to provide no less than thirty (30) calendar days for checking and appropriate action from the time the Engineer receives them. F. All submittals shall be accompanied with a transmittal letter prepared in duplicate containing the following information: 1. Date. 2. Project Title and Number. 3. Contractor's name and address. 4. The number of each Shop Drawings, Project Data, and Sample submitted. 5. Notification of Deviations from Contract Documents. a. The Contractor shall indicate in bold type at the top of the cover sheet of submittal of shop drawing if there is a deviation from the Drawings, Specifications, or referenced specifications or codes. b. The Contractor shall also list any deviations from the Drawings, Specifications, or referenced specifications or codes and identify in green ink prominently on the applicable Shop Drawings. 6. Submittal Log Number conforming to Specification Section Number. G. The Contractor shall submit five (5) copies of descriptive or product data information and Shop Drawings to the Engineer plus the number of copies which the Contractor requires returned. H. The Contractor shall be responsible for and bear all costs of damages which may result from the ordering of any material or from proceeding with any part of Work prior to the completion of the review by the Engineer of the necessary Shop Drawings. I. The Contractor shall be fully responsible for observing the need for and making any changes in the arrangement of piping, connections, wiring, manner of installation, etc., which may be required by the materials/equipment he proposes to supply both as pertains to his own work and any work affected under other parts, headings, or divisions of the Drawings and Specifications. J. The Contractor shall not use Shop Drawings as a means of proposing alternate items to demonstrate compliance with the Drawings and Specifications. J PT/LMC/specs/01340 Tt #200-41125-24002 01340-3 042425 SECTION IVa — Supplemental Technical Specifications K. Each submittal will bear a stamp indicating that Contractor has satisfied Contractor's obligations under the Contract Documents with respect to Contractor's review and approval of that submittal. The Contractor stamp shall be similar to the sample given below. (OWNER'S NAME) (PROJECT NAME) (PROJECT NUMBER) SHOP DRAWING NO.: SPECIFICATION SECTION: DRAWING NO. WITH RESPECT TO THIS SHOP DRAWING OR SAMPLE, I HAVE DETERMINED AND VERIFIED ALL QUANTITIES, DIMENSIONS, SPECIFIED PERFORMANCE CRITERIA, INSTALLATION REQUIREMENTS, MATERIALS, CATALOG NUMBERS, AND SIMILAR DATA WITH RESPECT THERETO AND REVIEWED OR COORDINATED THIS SHOP DRAWING OR SAMPLE WITH OTHER SHOP DRAWINGS AND SAMPLES AND WITH THE REQUIREMENTS OF THE WORK AND THE CONTRACT DOCUMENTS. NO VARIATION FROM CONTRACT DOCUMENTS VARIATION FROM CONTRACT DOCUMENTS AS SHOWN (CONTRACTOR'S NAME) (CONTRACTOR'S ADDRESS) BY: DATE: AUTHORIZED SIGNATURE L.. Drawings and schedules shall be checked and coordinated with the work of all trades and sub -contractors involved, before they are submitted for review by the Engineer and shall bear the Contractor's stamp of approval as evidence of such checking and coordination. Drawings or schedules submitted without this stamp of approval shall be returned to the Contractor for resubmission. J PT/LMC/specs/01340 Tt #200-41125-24002 01340-4 042425 SECTION IVa — Supplemental Technical Specifications 1.03 ENGINEER'S REVIEW OF SHOP DRAWINGS A. The Engineer's review of Shop Drawings, Data, and Samples as submitted by the Contractor will be to determine if the items(s) generally conforms to the information in the Contract Documents and is compatible with the design concept. The Engineer's review and exceptions, if any, will not constitute an approval of dimensions, connections, quantities, and details of the material, equipment, device, or item shown. B. The review of drawings and schedules will be general, and shall not be construed: 1. As permitting any departure from the Contract Documents. 2. As relieving the Contractor of responsibility for any errors, including details, dimensions, and materials. 3. As approving departures from details furnished by the Engineer, except as otherwise provided herein. C. If the drawings or schedules as submitted describe variations and show a departure from the Contract Documents which the Engineer finds to be in the interest of the Owner and to be so minor as not to involve a change in Contract Price or contract time, the Engineer may return the reviewed drawings without noting an exception. D. "Approved As Noted" - Contractor shall incorporate Engineer's comments into the submittal before release to manufacturer. The Contractor shall send a letter to the Engineer acknowledging the comments and their incorporation into the Shop Drawing. E. "Amend And Resubmit" - Contractor shall resubmit the Shop Drawing to the Engineer. The resubmittal shall incorporate the Engineer's comments highlighted on the Shop Drawing. F. "Rejected" - Contractor shall correct, revise and resubmit Shop Drawing for review by Engineer. G. Resubmittals will be handled in the same manner as first submittals. On resubmittals the Contractor shall direct specific attention, in writing or on resubmitted Shop Drawings, to revisions other than the corrections requested by the Engineer on previous submissions. The Contractor shall make any corrections required by the Engineer. H. If the Contractor considers any correction indicated on the drawings to constitute a change to the Drawings or Specifications, the Contractor shall give written notice thereof to the Engineer. I. When the Shop Drawings have been completed to the satisfaction of the Engineer, the Contractor shall carry out the construction in accordance therewith and shall make no further changes therein except upon written instructions from the Engineer. J PT/LMC/specs/01340 Tt#200-41125-24002 01340-5 042425 SECTION IVa — Supplemental Technical Specifications J. No partial submittals will be reviewed. Submittals not deemed complete will be stamped "Rejected" and returned to the Contractor for resubmittal. Unless otherwise specifically permitted by the Engineer, make all submittals in groups containing all associated items for: 1. Systems. 2. Processes. 3. As indicated in specific Specifications Sections. All drawings, schematics, manufacturer's product data, certifications, and other Shop Drawing submittals required by a system specification shall be submitted at one time as a package to facilitate interface checking. K. Only the Engineer shall utilize the color "red" in marking Shop Drawing submittals. L. Shop drawing and submittal data shall be reviewed by the Engineer for each original submittal and first resubmittal; thereafter review time for subsequent resubmittals shall be charged to the Contractor and the Contractor shall reimburse the Owner for services rendered by the Engineer as specified in the Supplementary Conditions. 1.04 SHOP DRAWINGS A. When used in the Contract Documents, the term "Shop Drawing" shall be considered to mean Contractor's plans for materials and equipment which become an integral part of the Project. Shop Drawings shall be complete and detailed and shall consist of fabrication, erection, setting and schedule drawings, manufacturer's scale drawings, and wiring and control diagrams. Catalogs cuts, catalogs, pamphlets, descriptive literature, and performance and test data shall be considered only as supportive information to required Shop Drawings as defined above. As used herein, the term "manufactured" applies to standard units usually mass-produced; and "fabricated" means items specifically assembled or made out of selected materials to meet individual design requirements. B. Manufacturer's catalog sheets, brochures, diagrams, illustrations, and other standard descriptive data shall be clearly marked to identify pertinent materials, products, or models. Delete information which is not applicable to the Work by striking or cross- hatching. C. Each Shop Drawing shall be submitted with an 8-1/2" by 11" cover sheet which shall include a title block for the submittal. Each Shop Drawing cover sheet shall have a blank area 3-1/2 inches high by 4-1/2 inches wide, located adjacent to the title block. The title block/cover sheet shall display the following: 1. Project Title and Number. 2. Name of project building or structure. J PT/LMC/specs/01340 Tt #200-41125-24002 01340-6 042425 SECTION IVa — Supplemental Technical Specifications 3. Number and title of the Shop Drawing. 4. Date of Shop Drawing or revision. 5. Name of Contractor and subcontractor submitting drawing. 6. Supplier/manufacturer. 7. Separate detailer when pertinent. 8. Specification title and Section number. 9. Applicable Drawing number. D. Data on materials and equipment shall include, without limitation, materials and equipment lists, catalog data sheets, catalog cuts, performance curves, diagrams, verification of conformance with applicable standards or codes, materials of construction, and similar descriptive material. Materials and equipment lists shall give, for each item thereon, the name and location of the supplier or manufacturer, trade name, catalog reference, size, finish, and all other pertinent Data. E. For all mechanical and electrical equipment furnished, the Contractor shall provide a list including the equipment name, and address, and telephone number of the manufacturer's representative and service company so that service and/or spare parts can be readily obtained. F. If drawings show variations from Contract requirements because of standard shop practice or for other reasons, the Contractor shall describe such variations in his letter of transmittal. If acceptable, proper adjustment in the Contract shall be implemented where appropriate. If the Contractor fails to describe such variations, he shall not be relieved of the responsibility for executing the Work in accordance with the Contract, even though such drawings have been reviewed. G. All manufacturers or equipment suppliers who propose to furnish equipment or products shall submit an installation list to the Engineer along with the required shop drawings. The installation list shall include at least five (5) installations where identical equipment has been installed and has been in operation for a period of at least two (2) years unless specified otherwise in the Specification Section applicable. 1.05 WORKING DRAWINGS A. When used in the Contract Documents, the term "Working Drawings" shall be considered to mean the Contractor's plan for temporary structures such as temporary bulkheads, support of open cut excavation, support of utilities, ground water control systems, forming and falsework for underpinning, and for such other work as may be required for construction but does not become an integral part of the Project. J PT/LMC/specs/01340 Tt #200-41125-24002 01340-7 042425 SECTION IVa — Supplemental Technical Specifications B. Copies of working drawings as noted in paragraph 1.05 A. above, shall be submitted to the Engineer where required by the Contract Documents or requested by the Engineer, and shall be submitted at least thirty (30) calendar days (unless otherwise specified by the Engineer) in advance of their being required for the Work. C. Working Drawings shall be signed by a registered Professional Engineer, currently licensed to practice in the State of Florida, and shall convey, or be accompanied by, calculations or other sufficient information to completely explain the structure, machine, or system described and its intended manner of use. Prior to commencing such work, working drawings must have been reviewed without specific exceptions by the Engineer, which review will be for general conformance and will not relieve the Contractor in any way from his responsibility with regard to the fulfillment of the terms of the Contract. All risks to new or existing work are assumed by the Contractor; the Owner and Engineer shall have no responsibility therefor. 1.06 SAMPLES A. The Contractor shall furnish, for the approval of the Engineer, samples required by the Contract Documents or requested by the Engineer. Samples shall be delivered to the Engineer as specified or directed. The Contractor shall prepay all shipping charges on samples. Materials or equipment for which samples are required shall not be used in the Work until approved by the Engineer. B. Samples shall be of sufficient size and quantity to clearly illustrate: 1. Functional characteristics of the product, with integrally related parts and attachment devices. 2. Full range of color, texture, and pattern. 3. A minimum of two (2) samples of each item shall be submitted. C. Each sample shall have a label indicating: 1. Name of Project. 2. Name of Contractor and subcontractor. 3. Material or equipment represented. 4. Place of origin. 5. Name of producer/supplier and brand (if any). 6. Location in Project. 7. Submittal and specification numbers. J PT/LMC/specs/01340 Tt #200-41125-24002 01340-8 042425 SECTION IVa — Supplemental Technical Specifications (Samples of finished materials shall have additional marking that will identify them under the finished schedules.) D. The Contractor shall prepare a transmittal letter and a description sheet for each shipment of samples. The description sheet shall contain the information required in Paragraphs 1.06B and C above. He shall enclose a copy of the letter and description sheet with the shipment and send a copy of the letter and description sheet to the Engineer. Approval of a sample shall be only for the characteristics or use named in such approval and shall not be construed to change or modify any Contract requirements. E. Approved samples not destroyed in testing shall be sent to the Engineer or stored at the site of the Work. Approved Samples of the hardware in good condition will be marked for identification and may be used in the Work. Materials and equipment incorporated in the Work shall match the approved Samples. Samples which failed testing or were not approved will be returned to the Contractor at his expense, if so requested at time of submission. PART 2 - PRODUCTS (NOT USED) PART 3 - EXECUTION (NOT USED) END OF SECTION J PT/LMC/specs/01340 Tt #200-41125-24002 01340-9 042425 SECTION IVa — Supplemental Technical Specifications SECTION 01370 SCHEDULE OF VALUES PART 1 - GENERAL 1.01 DESCRIPTION A. Scope of Work: 1. Submit to the Engineer a Schedule of Values allocated to the various lump sum portions of the Work, at the Pre -Construction Conference. 2. Upon request of the Engineer support the values with data which will substantiate their correctness. The data shall include, but not be limited to quantity of materials, all sub -elements of the activity, and their units of measure. The City of Clearwater does not pay the contractor for shop drawing review. 3. The Schedule of Values shall establish the actual value for each activity of the Work to be completed taken from the Critical Path Method (CPM) Construction Schedule, and shall be used as the basis for the Contractor's Applications for Payment. B. Related Requirements Described Elsewhere: 1. Conditions of the Construction Contract. 1.02 FORM AND CONTENT OF SCHEDULE OF VALUES A. Type schedule on 8-1/2 inch x 11 inch white paper. Contractor's standard forms and computer printouts may be considered for approval by the Engineer upon Contractor's request. Identify schedule with: 1. Title of project and location. 2. Owner and purchase order number. 3. Engineer and project number. 4. Name and address of Contractor. 5. Contract designation. 6. Date of submission. J PT/LMC/specs/01370 Tt #200-41125-24002 01370-1 051525 SECTION IVa — Supplemental Technical Specifications B. Schedule shall list the installed value of the component parts of the Work in sufficient detail to serve as a basis for computing item prices for progress payments during construction. C. Identify each line item with the number and the title of the respective section of the Specifications. D. For each major item of the Work, list sub -values of major products or operations under the major item. E. For the various portions of the Work: 1. The amount for each item shall reflect a total installed cost including a directly proportional amount of the Contractor's overhead and profit. Payment will only be made for that portion of the work, which is fully installed including all materials, labor and equipment. F. Round off figures to nearest dollar amount. G. The sum of the costs of all items listed in the schedule shall equal the total Contract Price. H. For each item which has an installed value of more than $15,000, provide a breakdown of costs to list major products or operations under each item. 1.03 SUBSCHEDULE OF UNIT MATERIAL VALUES A. The unit values for the materials shall be broken down into: 1. Cost of the material, delivered and unloaded at the site, with taxes paid. 2. Copies of paid invoices for component material shall be included with the payment request in which the material first appears. B. Materials of standard use such as conduit, wire, small -diameter pipe, steel, etc., shall not be accepted for payment. C. The installed unit value multiplied by the quantity listed shall equal the cost of that item in the Schedule of Values. 1.04 REVIEW AND RESUBMITTAL A. After review by Engineer, revise and resubmit Schedule of Values and Schedule of Unit Material Values as required. B. Resubmit revised schedules in same manner. JPT/LMC/specs/01370 Tt #200-41125-24002 01370-2 051525 SECTION IVa — Supplemental Technical Specifications PART 2 - PRODUCTS (NOT USED) PART 3 - EXECUTION (NOT USED) J PT/LMC/specs/01370 Tt #200-41125-24002 END OF SECTION 01370-3 051525 SECTION IVa — Supplemental Technical Specifications SECTION 01505 MOBILIZATION AND DEMOBILIZATION PART 1- GENERAL 1.01 DEFINITION AND SCOPE A. Mobilization shall include the obtaining of all permits, insurance, and bonds; moving onto the site of all equipment; and furnishing and erecting temporary construction facilities; all as required for the proper performance and completion of the Work. Mobilization shall include, but not be limited to, the following principal items. 1. Move onto the site all Contractor's plant and equipment required for first month operations. 2. Install temporary construction power, wiring, and lighting facilities, as required. 3. Establish fire protection plan and safety program. 4. Secure construction water supply. 5. Provide on-site sanitary facilities and potable water facilities as required by agencies having jurisdiction. 6. Arrange for and erect Contractor's work and storage yard and employee's parking facilities. 7. Submit all required insurance certificates and bonds. 8. Obtain all required permits. 9. Post all OSHA, EPA, Department of Labor, and all other required notices. 10. Submit a detailed construction schedule acceptable to the Engineer as specified. 11. Submit a schedule of values of the Work. Mobilization and Demobilization shall not be more than 5.0% of the bid amount. 12. Submit a schedule of submittals. 13. Install project sign. JPT/LMC/specs/01505 Tt #200-41125-24002 01505-1 102824 SECTION IVa — Supplemental Technical Specifications 1.02 DEMOBILIZATION A. Demobilization is the timely and proper removal of all Contractor owned material, equipment or plant, from the job site and the proper restoration or completion of work necessary to bring the site into full compliance with the Contract Documents. PART 2 - PRODUCTS (NOT USED) PART 3 - EXECUTION (NOT USED) END OF SECTION J PT/LMC/specs/01505 Tt #200-41125-24002 01505-2 102824 SECTION IVa — Supplemental Technical Specifications SECTION 01600 MATERIAL AND EQUIPMENT PART 1 - GENERAL 1.01 DESCRIPTION A. Scope of Work: Material and equipment incorporated into the Work: 1. Manufactured and fabricated products: a. Design, fabricate and assemble in accord with the best engineering and shop practices. b. Manufacture like parts of duplicate units to standard sizes and gauges, to be interchangeable. c. Two (2) or more items of the same kind shall be identical, by the same manufacturer. d. Products shall be suitable for service conditions. e. Equipment capacities, sizes and dimensions shown or specified shall be adhered to unless variations are specifically approved in writing. 2. Do not use material or equipment for any purpose other than that for which it is designed or specified. 1.02 MANUFACTURER'S INSTRUCTIONS FOR INSTALLATION A. Contractor will need to coordinate with Evoqua well in advance of construction, and in advance of necessary inspections, to ensure a representative is available. B. When Contract Documents require that installation of work shall comply with manufacturer's printed instructions, obtain and distribute copies of such instructions to parties involved in the installation, including five copies of the Engineer. 1. Maintain one (1) set of complete instructions at the job site during installation and until completion. C. Handle, install, connect, clean, condition and adjust products in strict accord with such instructions and in conformity with specified requirements. 1. Should job conditions or specified requirements conflict with manufacturer's instructions, consult with Engineer for further instructions. J PT/LMC/specs/01600 Tt #200-41125-24002 01600-1 051525 SECTION IVa — Supplemental Technical Specifications 2. Do not proceed with work without clear instructions. D. Perform work in accordance with manufacturer's instructions. Do not omit any preparatory step or installation procedure unless specifically modified or exempted by Contract Documents. 1.03 TRANSPORTATION AND HANDLING A. Arrange deliveries of products in accordance with progress schedules, coordinate to avoid conflict with work and conditions at the site. City employees will not accept deliveries, sign receipts for materials, inspect deliveries, assist in unloading or participate in any activities related to the Contractor receiving materials or equipment. Deliveries shall be scheduled during normal working hours and a representative of the Contractor must be present to receive all shipments. 1. Deliver products in undamaged condition, in manufacturer's original containers or packaging, with identifying labels intact and legible. 2. Immediately on delivery, inspect shipments to assure compliance with requirements of Contract Documents and approved submittals, and that products are properly protected and undamaged. B. Provide equipment and personnel to handle products by methods to prevent soiling or damage to products or packaging. 1.04 STORAGE AND PROTECTION A. The Contractor shall furnish a covered, weather -protected storage structure providing a clean, dry, noncorrosive environment for all mechanical equipment, valves, architectural items, electrical and instrumentation equipment, and special equipment to be incorporated into this Project. Storage of equipment shall be in strict accordance with the "instructions for storage" of each equipment supplier and manufacturer including connection of heaters, placing of storage lubricants in equipment, etc. Corroded, damaged or deteriorated equipment and parts shall be replaced before acceptance of the project. B. Store products in accordance with manufacturer's instructions, with seals and labels intact and legible. 1. Store products subject to damage by the elements in weather -tight enclosures. 2. Maintain temperature and humidity within the ranges required by manufacturer's instructions. 3. Store fabricated products above the ground, on blocking or skids, prevent soiling or staining. Cover products which are subject to deterioration with impervious sheet coverings, provide adequate ventilation to avoid condensation. JPT/LMC/specs/01600 Tt #200-41125-24002 01600-2 051525 SECTION IVa — Supplemental Technical Specifications 4. Store loose granular materials in a well -drained area on solid surfaces to prevent mixing with foreign matter. C. All materials and equipment to be incorporated in the work shall be handled and stored by the Contractor before, during and after shipment in a manner to prevent warping, twisting, bending, breaking, chipping, rusting, and any injury, theft or damage of any kind whatsoever to the material or equipment. D. Cement, sand and lime shall be stored under a roof and off the ground and shall be kept completely dry at all times. All structural and miscellaneous steel, and reinforcing steel shall be stored off the ground or otherwise to prevent accumulations of dirt or grease, and in a position to prevent accumulations of standing water and to minimize rusting. Beams shall be stored with the webs vertical. Precast concrete beams shall be handled and stored in a manner to prevent accumulations of dirt, standing water, staining, chipping or cracking. Brick, block and similar masonry products shall be handled and stored in a manner to reduce breakage, chipping, cracking and spalling to a minimum. E. All materials, which, in the opinion of the Engineer, have become so damaged as to be unfit for the use intended or specified shall be promptly removed from the site of the work, and the Contractor shall receive no compensation for the damaged material or its removal. F. Arrange storage in a manner to provide easy access for inspection. Make periodic inspections of stored products to assure that products are maintained under specified conditions, and free from damage or deterioration. G. Protection After Installation: Provide substantial coverings as necessary to protect installed products from damage from traffic and subsequent construction operations. Remove covering when no longer needed. H. The Contractor shall be responsible for all material, equipment and supplies sold and delivered to the Owner under this Contract until final inspection of the work and acceptance thereof by the Owner. In the event any such material, equipment and supplies are lost, stolen, damaged or destroyed prior to final inspection and acceptance, the Contractor shall replace same without additional cost to the Owner. I. Should the Contractor fail to take proper action on storage and handling of equipment supplied under this Contract within seven (7) days after written notice to do so has been given, the Owner retains the right to correct all deficiencies noted in previously transmitted written notice and deduct the cost associated with these corrections from the Contractor's Contract. These costs may be comprised of expenditures for labor, equipment usage, administrative, clerical, engineering and any other costs associated with making the necessary corrections. JPT/LMC/specs/01600 Tt#200-41125-24002 01600-3 051525 SECTION IVa — Supplemental Technical Specifications 1.05 STORAGE AND HANDLING OF EQUIPMENT ON SITE A. Because of the long period allowed for construction, special attention shall be given to the storage and handling of equipment on site. As a minimum, the procedure outlined below shall be followed: 1. Materials shall not be shipped until approved by the Engineer. The intent of this requirement is to avoid unnecessary delivery of unapproved materials and to reduce on-site storage time prior to installation and/or operation. Under no circumstances shall major equipment or finish products be delivered to the site more than one month prior to installation without written authorization from the Engineer. Materials shipped to the site, or temporarily stored off-site in approved locations, shall be stored in accordance with Paragraph 1.04, herein. 2. All equipment having moving parts such as gears, electric motors, etc. and/or instruments shall be stored in a temperature and humidity controlled building approved by the Engineer, until such time as the equipment is to be installed. 3. All equipment shall be stored fully lubricated with oil, grease, etc. unless otherwise instructed by the manufacturer. 4. Manufacturer's storage instructions shall be carefully studied by the Contractor and reviewed with the Engineer by him. These instructions shall be carefully followed and a written record of this kept by the Contractor. 5. Moving parts shall be rotated a minimum of once weekly to insure proper lubrication and to avoid metal -to -metal "welding". Upon installation of the equipment, the Contractor shall start the equipment, at least half the load, once weekly for an adequate period of time to insure that the equipment does not deteriorate from lack of use. 6. Lubricants shall be changed upon completion of installation and as frequently as required thereafter during the period between installation and acceptance. Mechanical equipment to be used in the work, if stored for longer than ninety (90) days, shall have the bearings cleaned, flushed and lubricated prior to testing and startup, at no extra cost to the Owner. 7. Prior to acceptance of the equipment, the Contractor shall have the manufacturer inspect the equipment and certify that its condition has not been detrimentally affected by the long storage period. Such certifications by the manufacturer shall be deemed to mean that the equipment is judged by the manufacturer to be in a condition equal to that of equipment that has been shipped, installed, tested and accepted in a minimum time period. As such, the manufacturer will guarantee the equipment equally in both instances. If such a certification is not given, the equipment shall be judged to be defective. It shall be removed and replaced at the Contractor's expense. J PT/LMC/specs/01600 Tt #200-41125-24002 01600-4 051525 SECTION IVa — Supplemental Technical Specifications 8. Payment will only be made for that portion of the work, which is fully installed including all materials, labor and equipment. 1.06 SPARE PARTS A. Spare parts for certain equipment provided under Divisions 11: Equipment; 13: Special Construction; 15: Mechanical; and 16: Electrical have been specified in the pertinent sections of the Specifications. The Contractor shall collect and store all spare parts so required in an area to be designated by the Engineer. In addition, the Contractor shall furnish to the Engineer an inventory listing all spare parts, the equipment they are associated with, the name and address of the supplier, and the delivered cost of each item. Copies of actual invoices for each item shall be furnished with the inventory to substantiate the delivered cost. 1.07 GREASE, OIL AND FUEL A. All grease, oil and fuel required for testing of equipment shall be furnished with the respective equipment. The Owner shall be furnished with a year's supply of required lubricants including grease and oil of the type recommended by the manufacturer with each item of equipment supplied. B. The Contractor shall be responsible for changing the oil in all drives and intermediate drives of each mechanical equipment after initial break-in of the equipment, which in no event shall be any longer than three (3) weeks of operation. PART 2 - PRODUCTS (NOT USED) PART 3 - EXECUTION (NOT USED) END OF SECTION J PT/LMC/specs/01600 Tt #200-41125-24002 01600-5 051525 SECTION IVa — Supplemental Technical Specifications SECTION 01650 START-UP AND DEMONSTRATION PART 1 - GENERAL 1.01 DESCRIPTION A. Scope of Work: Demonstrate to Owner and Engineer that the Work functions as a complete and operable system under normal and emergency operating conditions. B. Requirements 1. Contractor shall provide all materials, personnel, equipment and expendables as needed and as specified to perform the required start-up and demonstration tests. 2. Equipment testing and facility start-up is requisite to satisfactory completion of the contract and, therefore, shall be completed within the required contract time for substantial completion. C. Related Work Described Elsewhere: 1. Construction Progress Schedules: Section 01310. 2. Equipment: Division 11. PART 2 - PRODUCTS 2.01 START-UP PLAN A. Submit for approval by the Engineer a detailed start-up plan outlining the schedule and sequence of all tests and start-up activities, including submittal of check-out forms. Start-up and commissioning may not begin until the plan is approved by the Engineer. PART 3 - EXECUTION 3.01 COMPONENT TEST AND CHECK-OUT A. Start-up Certification: Prior to system start-up, successfully complete all the testing required of the individual components of the Work. Electronically submit check-out forms for each set of two (2) filters, signed by the Contractor or the subcontractor. These forms shall be completed and submitted before submitting requests for initiating any final inspections. JPT/LMC/specs/01650 Tt#200-41125-24002 01650-1 102824 SECTION IVa — Supplemental Technical Specifications B. Demonstrate to the Engineer and the Owner's representative, that all temporary jumpers and/or bypasses have been removed and that all of the components are operating under their own controls as designated. C. Coordinate start-up activities with the Owner's operating personnel at the site and with the Engineer prior to commencing system start-up. 3.02 START-UP A. Each filter shall be started up and placed on line as soon as the mechanical rehabilitation work associated with the specific filter cell has been completed, and the cell has been cleared and is ready for service. B. Confirm that all equipment is properly energized. C. Observe the component operation and make adjustments as necessary to optimize the performance of the Work. D. In each filter cell, level sensors shall be tested by filling the filter cell with water. Contractor shall confirm the following: 1. Level sensor on/off elevations are installed at the setpoint elevations recommended by the filter equipment manufacturer (Evoqua). 2. Level sensors are wired in the normally open (NO) position. 3. Upper switch activates Backwash routine. 4. Lower switch activates Air Mix/Pulse Mix routine E. The Chem Clean System shall be tested as recommended and approved by the filter equipment manufacturer to be cleared for service. F. Filter Influent and Backwash Trough valves shall be tested as recommended and approved by the valve manufacturer to be cleared for service. H. Coordinate with Owner for any adjustments desired or operational problems requiring debugging. H. Make adjustments as necessary. 3.03 START-UP DEMONSTRATION AND TESTING (PER SET OF TWO (2) FILTERS) A. After all Work components have been constructed, field tested, and started up in accordance with the individual Specifications and manufacturer requirements, and after all Check -Out Forms have been completed and submitted, perform the Start -Up Demonstration and Testing. JPT/LMC/specs/01650 Tt #200-41125-24002 01650-2 102824 SECTION IVa — Supplemental Technical Specifications B. The demonstration period shall be held upon completion of all systems at a starting date to be agreed upon in writing by the Owner or Engineer. C. The Start -Up Demonstration Testing will be as instructed by the Filter Equipment Manufacturer. D. Repairs and additional tests shall be made by the Contractor at no additional cost to the Owner. E. Acceptability of the Work's performance will be based on the Filter Equipment Manufacturers criteria which shall be identified and agreed upon prior to commencement of Work. The intent of the start-up demonstration and testing is for the Contractor to demonstrate to the Owner and the Engineer that the Work will function as a complete and operable system under normal, as well as emergency operating conditions, and is ready for final acceptance. F. Electronically submit to the Engineer a Certificate of Completed Demonstration Form, for each item of equipment or system in the Work, signed by the Contractor, Subcontractor, Engineer, and the Owner. Samples of the Check Out Form and Certificate of Completed Demonstration Form are provided at the end of this Section. JPT/LMC/specs/01650 Tt #200-41125-24002 01650-3 102824 [] OWNER [] ENGINEER: [] ARCHITECT: [] CONTRACTOR: [] FIELD: [] OTHER: SECTION IVa — Supplemental Technical Specifications CHECK OUT FORM City of Clearwater Tetra Tech No. Copies CHECK-OUT No. Copies MEMO NO. No. Copies No. Copies No. Copies No. Copies PROJECT DATA CONTRACT DATA NAME: NUMBER: LOCATION: DATE: OWNER: DRAWING NO: OTHER: SPECIFICATION SECTION: Name of equipment checked: Name of manufacturer of equipment: 1. The equipment furnished by us has been checked on the job by us. We have reviewed, where applicable, the performance verification information submitted to us by the Contractor. 2. The equipment is properly installed, except for items noted below.* 3. The equipment is operating satisfactorily, except for items noted below.* Checked By: Name of Manufacturer's Rep. Name of General Contractor Address and Phone # of Rep. Authorized Sig./Title/Date Sig./Title/Pers. Making Chk. Name of Subcontractor Date Checked Authorized Sig./Title/Date J PT/LMC/specs/01650 Tt #200-41125-24002 01650-4 102824 SECTION IVa — Supplemental Technical Specifications Manufacturer's Representative Notations: Exceptions noted at time of check were: Manufacturer's Representative to note adequacy of related equipment that directly affects operation, performance or function of equipment checked. (No comment presented herein will indicate adequacy of related systems or equipment): J PT/LMC/specs/01650 Tt #200-41125-24002 01650-5 102824 SECTION IVa —Supplemental Technical Specifications CERTIFICATE OF COMPLETED DEMONSTRATION FORM [] OWNER City of Clearwater No. Copies CERTIFICATE [] ENGINEER: Tetra Tech No. Copies OF COMPLETED [] ARCHITECT: No. Copies DEMONSTRATION [] CONTRACTOR: No. Copies MEMO NO. [] FIELD: No. Copies [] OTHER: No. Copies PROJECT DATA CONTRACT DATA NAME: NUMBER: LOCATION: DATE: OWNER: DRAWING NO: OTHER: SPECIFICATION SECTION: NOTE TO CONTRACTOR: Submit five (5) copies of all information listed below for checking at least one (1) week before scheduled demonstration of the Work. After all information has been approved by the Engineer, give the Owner a Demonstration of Completed Systems as specified and have the Owner sign five (5) copies of this form. After this has been done, a written request for a final inspection of the system shall be made. MEMORANDUM: This memo is for the information of all concerned that the Owner has been given a Demonstration of Completed Systems on the work covered under this Specification Section. This conference consisted of the system operation, a tour on which all major items of equipment were explained and demonstrated, and the following items were given to the Owner: (a) Owner's copy of Operation and Maintenance Manual for equipment or systems specified under this Section containing approved submittal sheets on all items, including the following: (1) Maintenance information published by manufacturer on equipment items. (2) Printed warranties by manufacturers of equipment items. (3) Performance verification information as recorded by the Contractor. (4) Check -Out Memo on equipment by manufacturer's representative. (5) Written operating instructions on any specialized items. (6) Explanation of guarantees and warranties on the system. (b) Prints showing actual "As -Built" conditions. (c) A demonstration of the system in operation and of the maintenance procedures which will be required. J PT/LMC/specs/01650 Tt #200-41125-24002 01650-6 102824 By: By: SECTION IVa — Supplemental Technical Specifications (Name of General Contractor) (Authorized Signature, Title and Date (Name of Subcontractor) (Authorized Signature, Title and Date Operation and Maintenance Manuals, Instruction Prints, Demonstration and Instruction in Operation Received: (Name of Owner) By: (Authorized Signature/Title/Date END OF SECTION J PT/LMC/specs/01650 Tt #200-41125-24002 01650-7 102824 SECTION IVa — Supplemental Technical Specifications SECTION 01700 CONTRACT CLOSEOUT PART 1 - GENERAL 1.01 DESCRIPTION A. Scope of Work: Comply with requirements stated in Conditions of the Contract and in Specifications for administrative procedures in closing out the Work. B. Related Requirements Described Elsewhere: 1. Contract Closeout: Section 01700. 2. Project Housekeeping/Cleaning: Section 01710. 3. Project Record Documents: Section 01720. 4. Warranties and Bonds: Section 01740. 1.02 SUBSTANTIAL COMPLETION A. The Work will not be substantially complete, and Contractor may not request substantial completion inspection unless the following submittals and work is completed: 1. Project Record Documents are complete and have been submitted and reviewed to the requirements of Section 01720. 2. All start-up and demonstration testing completed, and Certificates of Completed Demonstration submitted to the requirements of Section 01650. 3. All areas to be used and occupied are safe, operable in automatic and complete. 4. All building occupancy certificates have been issued by the appropriate building permitting agency. 5. All painting, finishes, fencing, cleanup, final grading, grassing, planting, sidewalk construction, and paving shall have been completed and are ready for inspection. 6. All deficiencies noted on inspection reports or nonconformances are corrected or the correction plan approved. B. When the conditions of Paragraph 1.02 A. are met the Contractor shall submit to the Engineer: J PT/LMC/specs/01700 Tt #200-41125-24002 01700-1 102824 SECTION IVa — Supplemental Technical Specifications 1. A written notice that he considers the Work, or portion thereof, is substantially complete, and request an inspection. 2. A punchlist of items to be corrected. (Uncompleted work which is not related to the safe, effective, efficient use of the Project may be allowed on the punchlist with the Engineer's approval.) C. Within a reasonable time after receipt of such notice, the Engineer will make an inspection to determine the status of completion. D. Should the Engineer determine that the Work is not substantially complete: 1. The Engineer will promptly notify the Contractor in writing, giving the reasons therefor. 2. Contractor shall remedy the deficiencies in the Work and send another written notice of substantial completion to the Engineer. 3. The Engineer will within reasonable time, reinspect the Work. The Contractor will be liable for reinspection fees as described in Paragraph 1.04, herein. E. When the Engineer finds that the Work is substantially complete, he will: 1. Schedule a walk-through of the facility to include the Owner. Engineer shall determine the completeness of the punchlist and readiness of the facility for occupancy by the Owner. 2. Prepare and deliver to Owner a tentative Certificate of Substantial Completion with the tentative punchlist of items to be completed or corrected before final inspection. 3. After consideration of any objections made by the Owner as provided in Conditions of the Contract, and when the Engineer considers the Work substantially complete, he will execute and deliver to the Owner and the Contractor a definite Certificate of Substantial Completion with a revised tentative list of items to be completed or corrected. Any incomplete work allowed on a punchlist must be reinspected upon completion and any deficiencies found will be added to the punchlist. 1.03 FINAL PROJECT INSPECTION A. Prior to Contractor's request for a final project inspection the following submittals and work must be complete: 1. Project Record Documents must be approved. 2. All spare parts and maintenance materials must be suitably delivered to the Owner per the requirements of the Technical Sections of the Specifications. J PT/LMC/specs/01700 Tt #200-41125-24002 01700-2 102824 SECTION IVa — Supplemental Technical Specifications 3. Contractor to submit evidence of compliance with requirements of governing authorities. B. After satisfying the requirements of Paragraph 1.03 A. and when Contractor considers the Work complete, he shall submit written certification that: 1. Contract Document requirements have been met. 2. Work has been inspected for compliance with Contract Documents. 3. Work has been completed in accordance with Contract Documents. 4. Equipment and systems have been tested in the presence of the Owner's representative and are operational. 5. All punchlist items have been corrected or completed and the Work is ready for final inspection. C. The Engineer will, within reasonable time, make an inspection to verify the status of completion after receipt of such certification. D. Should the Engineer consider that the Work is incomplete or defective: 1. The Engineer will promptly notify the Contractor in writing, listing the incomplete or defective work. 2. Contractor shall take immediate steps to remedy the stated deficiencies, and send another written certification to the Engineer that the Work is complete. 3. The Engineer will, within a reasonable amount of time, reinspect the Work and the Contractor shall be liable for reinspection fees as described in Paragraph 1.04, herein. E. When the Engineer finds that the Work is acceptable under the Contract Documents, the Contractor may make closeout submittals. 1.04 REINSPECTION FEES A. Should the Engineer perform re -inspections due to failure of the Work to comply with the claims of status of completion made by the Contractor: 1. Contractor will compensate the Owner for such additional services. 2. Owner will deduct the amount of such compensation from the final payment to the Contractor. 1.05 CONTRACTOR'S CLOSEOUT SUBMITTALS J PT/LMC/specs/01700 Tt #200-41125-24002 01700-3 102824 SECTION IVa — Supplemental Technical Specifications A. Warranties and Bonds: To requirements of Section 01740. B. Evidence of Payment and Release of Liens: To requirements of General and Supplementary Conditions. C. Certificate of Insurance for Products and Completed Operations. 1.06 FINAL ADJUSTMENT OF ACCOUNTS A. Submit a final statement of accounting to the Engineer. B. Statement shall reflect all adjustments to the Contract Sum: 1. The original Contract Sum. 2. Additions and deductions resulting from: a. Previous change orders or written amendments. b. Allowances. c. Unit prices. d. Deductions for uncorrected work. e. Penalties and bonuses. f. Deductions for liquidated damages. g. Deductions for reinspection payments. h. Other adjustments. 3. Total Contract Sum, as adjusted. 4. Previous payments. 5. Sum remaining due. 1.07 FINAL APPLICATION FOR PAYMENT A. Contractor shall submit the final Application for Payment in accordance with procedures and requirements stated in the Agreement between City and Contractor. PART 2 - PRODUCTS (NOT USED) PART 3 - EXECUTION (NOT USED) J PT/LMC/specs/01700 Tt #200-41125-24002 01700-4 102824 SECTION IVa — Supplemental Technical Specifications END OF SECTION J PT/LMC/specs/01700 Tt #200-41125-24002 01700-5 102824 SECTION IVa — Supplemental Technical Specifications SECTION 01710 PROJECT HOUSEKEEPING/CLEANING PART 1- GENERAL 1.01 DESCRIPTION A. Scope of Work: Execute cleaning, during progress of the Work and at completion of the Work. 1.02 DISPOSAL REQUIREMENTS A. Conduct cleaning and disposal operations to comply with codes, ordinances, regulations, and anti -pollution laws. PART 2 - PRODUCTS 2.01 MATERIALS A. Use only those cleaning materials which will not create hazards to health or property and which will not damage surfaces. B. Use only those cleaning materials and methods recommended by manufacturer of the surface material to be cleaned. C. Use cleaning materials only on surfaces recommended by cleaning material manufacturer. PART 3 - EXECUTION 3.01 DURING CONSTRUCTION A. Execute daily cleaning to keep the Work, the site and adjacent properties free from accumulations of waste materials, rubbish and windblown debris, resulting from construction operations or personal activities. B. Provide on-site containers for the collection of waste materials, debris and rubbish. C. Remove waste materials, debris and rubbish from the site periodically, or as directed by the Owner, and dispose of at legal disposal areas away from the site. JPT/LMC/specs/01710 Tt#200-41125-24002 01710-1 102824 SECTION IVa —Supplemental Technical Specifications 3.02 DUST CONTROL A. The Contractor shall employ construction techniques that minimize the production and distribution of dust. B. Clean interior spaces prior to the start of finish painting and continue cleaning on an as - needed basis until painting is finished. C. Schedule operations so that dust and other contaminants resulting from cleaning process will not fall on wet or newly -coated surfaces. 3.03 FINAL CLEANING A. Employ skilled workmen for final cleaning. B. Remove grease, mastic, adhesives, dust, dirt, stains, fingerprints, labels, and other foreign materials from sight -exposed interior and exterior surfaces. C. Prior to final completion, or Owner occupancy, Contractor shall conduct an inspection of sight -exposed interior and exterior surfaces and all work areas, to verify that the entire Work is clean. END OF SECTION J PT/LMC/specs/01710 Tt #200-41125-24002 01710-2 102824 SECTION IVa — Supplemental Technical Specifications SECTION 01720 PROJECT RECORD DOCUMENTS PART 1 - GENERAL 1.01 DESCRIPTION A. Scope of Work: Maintain at the site for the Owner one (I) record copy of: 1. Drawings. 2. Specifications. 3. Addenda. 4. Change Orders and other modifications of the Contract. 5. Engineer's Field Orders or written instructions. 6. Approved Shop Drawings, Working Drawings and Samples. 7. Field test records. 8. Construction photographs. B. Related Requirements Described Elsewhere: 1. Shop Drawings, Working Drawings and Samples: Section 01340. 1.02 MAINTENANCE OF DOCUMENTS AND SAMPLES A. Store documents and samples in Contractor's field office apart from documents used for construction. 1. Provide files and racks for storage of documents. 2. Provide locked cabinet or secure storage space for storage of samples. B. File documents and samples in accordance with CSI format with section numbers as provided herein. C. Maintain documents in a clean, dry, legible, condition and in good order. Do not use record documents for construction purposes. D. Make documents and samples available at all times for inspection by the Engineer or the Owner. J PT/LMC/specs/01720 Tt#200-41125-24002 01720-1 102824 SECTION IVa — Supplemental Technical Specifications E. As a prerequisite for monthly Progress payments, the Contractor is to exhibit the currently updated "Record Documents" for review by the Engineer and Owner. Payment may be withheld if record documents are not satisfactorily maintained. 1.03 MARKING DEVICES A. Provide felt tip marking pens for recording information in the color code designated by the Engineer. 1.04 RECORDING A. Label each document "PROJECT RECORD" with a rubber stamp having one (1) inch high letters. B. Record information concurrently with construction progress. 1. Do not conceal any work until required information is recorded. C. Drawings: Legibly and clearly mark, to scale, each drawing to record actual construction: 1. Depths of various elements of foundation in relation to finish first floor datum. 2. All underground piping with elevations and dimensions. Changes to piping location. Horizontal and vertical locations of underground utilities and appurtenances, referenced to permanent surface improvements. Actual installed pipe material, class, etc. 3. Location of internal utilities and appurtenances concealed in the construction, referenced to visible and accessible features of the structure. 4. Field changes of dimension and detail. 5. Changes made by Field Order or by Change Order. 6. Details not on original Contract Drawings. 7. Equipment and piping relocations. 8. Major architectural and structural changes including relocation of doors, windows, etc. 9. Architectural schedule changes according to Contractor's records and shop drawings. D. Specifications and Addenda: Legibly mark each section to record: J PT/LMC/specs/01720 Tt #200-41125-24002 01720-2 102824 SECTION IVa — Supplemental Technical Specifications 1. Manufacturer, trade name, catalog number of Supplier of each product and item of equipment actually installed. 2. Changes made by Field Order or by Change Order. E. Shop Drawings (after final review and approval): Provide six (6) sets of record shop drawings, for each process equipment, piping, electrical system and instrumentation system (see Section 01340). 1.05 SUBMITTAL A. At Contract closeout, deliver Record Documents to the Engineer for the Owner. B. Accompany submittal with transmittal letter in duplicate, containing: 1. Date. 2. Project title and number. 3. Contractor's name and address. 4. Title and number of each Record Document. 5. Signature of Contractor or his authorized representative. PART 2 - PRODUCTS (NOT USED) PART 3 - EXECUTION (NOT USED END OF SECTION J PT/LMC/specs/01720 Tt #200-41125-24002 01720-3 102824 SECTION IVa — Supplemental Technical Specifications SECTION 01740 WARRANTIES AND BONDS PART 1- GENERAL 1.01 DESCRIPTION A. Related Work Described Elsewhere: 1. Contract Closeout: Section 01700. 1.02 SUBMITTAL REQUIREMENTS A. Assemble warranties, bonds and service and maintenance contracts, executed by each of the respective manufacturers, suppliers, and subcontractors. B. Number of original signed copies required: Two (2) each. C. Table of Contents: Neatly typed, in orderly sequence. Provide complete information for each item. 1. Product of work item. 2. Firm, with name of principal, address and telephone number. 3. Scope. 4. Date of beginning of warranty, bond or service and maintenance contract. 5. Duration of warranty, bond or service maintenance contract. 6. Provide information for Owner's personnel: a. Proper procedure in case of failure. b. Instances which might affect the validity or warranty or bond. 7. Contractor, name of responsible principal, address and telephone number. 1.03 FORM OF SUBMITTALS A. Prepare in duplicate packets. J PT/LMC/specs/01740 Tt #200-41125-24002 01740-1 102824 SECTION IVa — Supplemental Technical Specifications B. Format: 1. Size 8-1/2 inches by 11 inches, punch sheets for standard three (3) ring binder. a. Fold larger sheets to fit into binders. 2. Cover: Identify each packet with typed or printed title "WARRANTIES AND BONDS". List: a. Title of Project. b. Name of Contractor. C. Binders: Commercial quality, three (3) D -ring type binders with durable and cleanable white plastic covers and maximum D -ring width of two (2) inches. Binders shall be presentation type with clear vinyl covers on front, back, and spine. Binders shall include two sheet lifters and two horizontal inside pockets. 1.04 WARRANTY SUBMITTALS REQUIREMENTS A. For all major pieces of equipment, submit a warranty from the equipment manufacturer. The manufacturer's warranty period shall be concurrent with the Contractor's for one (1) year, unless otherwise specified, commencing at the time of final acceptance by the Owner. B. The Contractor shall be responsible for obtaining certificates for equipment warranty for all major equipment. Electrical and which has at least a 1 hp motor or which lists for more than $1,000. The Engineer reserves the right to request warranties for equipment not classified as major. The Contractor shall still warrant equipment not considered to be "major" in the Contractor's one-year warranty period even though certificates of warranty may not be required. C. In the event that the equipment manufacturer or supplier is unwilling to provide a one (1) year warranty commencing at the start of the Correction Period, the Contractor shall obtain from the manufacturer a two (2) year warranty commencing at the time of equipment delivery to the job site. This two (2) year warranty from the manufacturer shall not relieve the Contractor of the one (1) year warranty, starting at the time of Owner's acceptance of the equipment. D. The Owner shall incur no labor or equipment cost during the guarantee period. E. Guarantee shall cover all necessary labor, equipment, materials, and replacement parts resulting from faulty or inadequate equipment design, improper assembly or erection, defective workmanship and materials, leakage, breakage or other failure of all equipment and components furnished by the manufacturer or the Contractor. J PT/LMC/specs/01740 Tt #200-41125-24002 01740-2 102824 SECTION IVa — Supplemental Technical Specifications PART 2 - PRODUCTS (NOT USED) PART 3 - EXECUTION (NOT USED) END OF SECTION JPT/LMC/specs/01740 Tt #200-41125-24002 01740-3 102824 BRIGHT AND BEAUTIFUL ' BAY TO BEACH DIVISION 2 NOT USED BRIGHT AND BEAUTIFUL • BAY TO BEACH DIVISION 3 CONCRETE SECTION 03180 CONCRETE COATING SYSTEM PART 1 - GENERAL 1.01 SCOPE OF WORK A. Furnish and install all labor, materials, equipment and incidentals required to supply and install the concrete coating system on the sand filter structure as indicated on the Drawings. 1.02 WARRANTY A. The specialty coatings (both materials and application) shall be warranted for a period of three (3) years after the acceptance of the project by the Department. A sample copy of the warranty shall be provided with the submittals. A fully executed warranty shall be submitted prior to placing each coated structure back in service. B. The Contractor shall, within a reasonable time after receipt of written notice thereof, repair defects in materials or workmanship which may develop during the warranty period, and any damage to other work caused by such defects or the repairing of same, at his own expense and without any additional cost to the Owner. 1.03 SUBMITTALS A. Submit for review, in accordance with Section 01340, complete detailed shop drawings for all materials furnished under this Section. B. A rehabilitation plan detailing the methods, materials and procedures proposed for the rehabilitation of the facilities shall be prepared by the Contractor. C. The manufacturer of the coating system shall furnish an affidavit attesting to the successful use of its material as a coating for concrete structures for a minimum period of 5 years in wastewater conditions recognized as corrosive or otherwise detrimental to concrete. 1.04 QUALITY ASSURANCE A. The coatings system manufacturer shall provide a representative to visit the jobsite at intervals during surface preparation and coating application as may be required for product application quality assurance, and to determine compliance with supplier's instructions and these Specifications, and as may be necessary to resolve field problems attributable to, or associated with, the manufacturer's products furnished under this Contract. B. The following minimum site visits shall be provided for inspections by the coating system manufacturer's representative: JPT/pt/specs/03180 Tt #200-41125-24002 03180-1 102824 1. Prior to surface preparation, inspection of all concrete surfaces specified in this section to be coated. At this time, the manufacturer's representative shall review and recommend the surface preparation and repair procedures with the applicator. 2. Inspection of all prepared surfaces prior to repair activities. At this time, the manufacturer's representative shall approve the surface preparation for repair coating application. 3. Inspection of all areas of exposed reinforcing steel after application of the bonding agent and prior to application of repair coating. 4. Post -repair inspection prior to application of the coating system. At this time, the manufacturer's representative shall approve the re -surfaced surfaces for final coating application. 5. The manufacturer shall visit the site during the coating application to ensure that the application process is proceeding in accordance with its recommendations. 6. A post installation inspection shall be provided by the manufacturer's representative prior to issuance of a guarantee for the work specified herein. 7. The manufacturer's factory representative shall submit all inspection reports to the Engineer within five days of each site visit documenting its observations and certifying the suitability of the applicator's work for the coating application. C. The coating system applicator shall have a minimum of five years' practical experience in applying the approved coating system. Prior to application of any coating, Contractor shall furnish the Engineer with a detailed list of previous jobs and references substantiating the requirement. Records of such jobs showing project name, owner's name and contact information, engineer's name and contact information, date of completion, and results of subsequent inspections and tests shall be submitted as verification of performance. The coating system manufacturer shall submit a letter stating that the proposed applicator is qualified to apply the coatings specified herein and that all components proposed for use in the project are acceptable and will not adversely affect the finish coating system or its warranty. D. It is the responsibility of the Contractor to inspect and provide substrate surfaces that are prepared in accordance with these Specifications and the printed directions and recommendations of the Manufacturer's representative. E. Report in writing to Engineer, with copy to manufacturer, of deficiencies that could impair work. Surfaces must be approved by the coating system manufacturer and the installing contractor prior to application of coating. JPT/pt/specs/03180 Tt #200-41125-24002 03180-2 102824 PART 2 - PRODUCTS 2.01 COATING SYSTEMS A. The coating system shall be one of the systems as described in the drawings and outlined below or approved equal. The cementitious surfacer products along with primers and other products used to prepare the surface shown below shall be coordinated with the site-specific requirements of the Manufacturer. 1. Sherwin Williams a. Cementitious surfacer shall be Dura -Plate b. Apply (1) or more coatings of Dura -Plate 2300 at a maximum thickness of 1/8 in. DFT or as required to build back up to original thickness. c. Acceptable topcoat to be (3) coatings of Macropoxy 5500 with a minimum thickness of 10 Mils DFT each coat. d. Do not use in conjunction with Vinyl Ester and Polyester coatings or lining systems. 2. Tnemec a. Cementitious Surfacer shall be Series 217 or 218 and shall be applied at a thickness as required to bring the existing structure up to original thickness. b. Apply (1) or more coatings of Series N69 on surfaces at a recommended DFT of 5-10 mils each coat. c. Apply (2) coatings of Series G435 topcoat on surfaces at a recommended DFT of 30-40 mils in (1) to (2) coats 3. Approved Equal PART 3 - EXECUTION 3.01 GENERAL A. Surface preparation shall be performed in accordance with Manufacturer's requirements and at a minimum shall remove all deteriorated materials, dirt, oil, grease, and all other bond inhibiting materials from the surface by dry mechanical means, i.e. - sandblasting, grinding, etc, as approved by the Engineer. B. Where existing reinforcement is exposed the reinforcement shall be cleaned of all rust and coated with a corrosion inhibitor as recommended by the coating Manufacturer. JPT/pt/specs/03180 Tt #200-41125-24002 03180-3 102824 C. Installation, curing and testing shall be performed in accordance with the Manufacturer's specifications and requirements. D. In all cases where coating work must be performed in a non -flow condition the Contractor shall be responsible for coordinating and facilitating all flow diversion and bypass pumping during the coating operation. E. New Portland cement concrete structures shall have been cured for a minimum of 28 days prior to commencing coating installation. Should earlier coating be required, coating product manufacturer shall recommend specifications including appropriate cure assessment testing and use of specialty primers and sealers. 3.01 REPAIRS AND SURFACE PREPARATION A. Excessive debris, sediment, root intrusion or other foreign materials which may impact the effectiveness of the surface preparation process shall be removed prior to the commencement thereof. B. Offset structural components, lids, covers, frames, etc. shall be repaired, replaced, or reset prior to the commencement of surface preparation. C. External soil/fill voids shall be remediated and/or stabilized by replacement or injection of stabilizing grout as determined appropriate by the engineer. D. Oils, grease, incompatible existing coatings, waxes, form release, curing compounds, efflorescence, sealers, salts, or other contaminants which may affect the performance and adhesion of the coating to the substrate shall be removed in accordance with SSPC- SP 1— Solvent Cleaning. E. Choice of surface preparation method(s) should be per the coating manufacturer's recommendation which shall be based upon the condition of the structure and concrete or masonry surface, potential contaminants present, access to perform work, and the required cleanliness and profile of the prepared surface to receive the repair and/or coating product(s). F. Surface preparation method shall be abrasive blasting. 1. SSPC SP-13/NACE No. 6 Surface Preparation of Concrete, 2. ASTM D-4258 Standard Practice for Surface Cleaning Concrete for Coating and ASTM -D-4259 Standard Practice for Abrading Concrete, 3. ICRI Technical Guideline No. 03732 Selecting and Specifying Concrete Surface Preparation for Sealers, Coatings, and Polymer Overlays. JPT/pt/specs/03180 Tt #200-41125-24002 03180-4 102824 4. NACE/SSPC Standards for the surface preparation of steel. G. Whichever method(s) are used, they shall be performed in a manner that provides a uniform, sound, clean, and neutralized surface suitable for the specified coating product(s). 1. Resulting surface profile of the prepared concrete substrate shall be (as described in ICRI Technical Guideline No. 03732): a. For application of cementitious materials; at least a CSP2 b. For application of coating products: at least a CSP2. 2. Concrete and/or mortar damaged by corrosion, chemical attack or other means of degradation shall be removed so that sound substrate remains, a. In conditions where severe chemical/microbiological attack has occurred the prepared substrate shall exhibit a pH of 8-12. Additional cleaning and/or contaminated substrate removal may be required to achieve the specified pH level. 3. Steel surfaces to be coated shall be abrasive blast cleaned. a. Blast air shall be free of oil and water. b. Abrasive shall be as required to produce the specified level of cleanliness and profile in an efficient and uniform manner. Abrasive shall not be recycled. c. Abrasive blasting shall not be performed when the air or steel temperature is below 40 deg F, when the relative humidity exceeds 80%, or when the steel is less than 5 deg F warmer than the dew point. The Contractor will provide dehumidification, and/or temperature control as necessary to meet these conditions. d. Blast cleaning shall be in accordance with SSPC-SP 5, White Metal Blast Cleaning for immersion service of the coated areas. Blast cleaning for other surfaces shall be in accordance with SSPC-SP 10, Near White Blast Cleaning. Anchor profile shall be 2.5-5.0 mils and relative to the coating thickness specified. e. Alternatively, surfaces to be recoated may be cleaned according to SSPC- SP 12/NACE No. 5 Surface Preparation and Cleaning of Metals by Water jetting prior to Recoating. H. At the time of the recoating, the amount of flash rust shall be no greater than "No Flash Rust" as defined in SSPC-SP 12. JPT/pt/specs/03180 Tt #200-41125-24002 03180-5 102824 I. Prior to the application of the coating product repairs shall be completed to ensure the following: 1. All inflow and infiltration shall be eliminated by use of appropriate repair material(s), such as hydraulic cements and/or chemical grouts. 2. All repairs to joints, pipe seals, steps, mechanical penetrations, benches, inverts, pipes or other appurtenances to be coated shall be completed and repaired surfaces prepared according to this section. a. Benches or other horizontal surfaces shall have adequate slope (1" rise per lineal foot minimum) to minimize the retention of debris following surcharge. b. Inverts or flow channels shall be smooth without lips, rough edges or other features which may cause debris to collect; contoured to minimize turbulent flow; and be sloped to promote adequate flow from the inlet(s) to the outlet pipe. c. All joints, pipe seals, steps or other penetrations shall be sealed against inflow, infiltration and exfiltration and be adequately filled, smoothed and contoured to promote monolithic coating application. J. Areas where reinforcing steel has been exposed shall be repaired in accordance with the Project Engineer's recommendations or at the minimum all exposed steel shall be prepared prior to coating with the coating product specified or other approved primer as specified by the coating product manufacturer. 3.02 FIELD QUALITY CONTROL AND TESTING A. The CONTRACTOR shall give the ENGINEER a minimum of 3 days advance notice of the start of any field surface preparation work or coating application work, and a minimum of 7 days advance notice of the start of any surface preparation work. B. The CONTRACTOR shall furnish, until final acceptance of such coatings, inspection devices in good working condition for the detection of holidays and measurement of dry -film thicknesses of protective coatings. Dry -film thickness gages shall be made available for the ENGINEER'S use at all times while coating is being done, until final acceptance of such coatings. The CONTRACTOR shall furnish the services of a trained operator of the holiday detection devices until the final acceptance of such coatings. C. Coating system thickness shall be inspected to ensure compliance with the specifications herein. 1. 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 Owner. JPT/pt/specs/03180 Tt #200-41125-24002 03180-6 102824 2. 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. D. 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. 1. Test voltage shall be a minimum of 100 volts per mil of coating system thickness. 2. Detection of a known or induced holiday in the coating product shall be confirmed to ensure proper operation of the test unit. 3. All areas repaired shall be retested following cure of the repair material(s). 4. 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. 5. Documentation of areas tested, equipment employed, results, and repairs made shall be submitted to the Owner/Engineer by Contractor. E. Visual inspection shall be made by the Engineer. 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. F. Inspection by the ENGINEER, or the waiver of inspection of any particular portion of the WORK, shall not relieve the CONTRACTOR of its responsibility to perform the work in accordance with these Specifications. G. Prior to demobilization from the site, the Contractor shall remove all construction debris, stabilize any spill areas and wash roadway areas affected by the work. H. Inspection by the Owner shall be scheduled after the work is complete, and again within the warranty period. END OF SECTION JPT/pt/specs/03180 Tt #200-41125-24002 03180-7 102824 THIS PAGE INTENTIONALLY LEFT BLANK BRIGHT AND BEAUTIFUL • BAY TO BEACH DIVISION 4-10 NOT USED BRIGHT AND BEAUTIFUL • BAY TO BEACH DIVISION 11 EQUIPMENT SECTION 11287 HYDRAULIC GATES PART 1 - GENERAL 1.01 REFERENCES A. The following is a list of standards which may be referenced in this Section: 1. American Water Works Associations (AWWA): C563 Standard for Fabricated Composite Slide Gates. 2. ASTM International (ASTM): a. A193/A193M, Alloy -Steel and Stainless Steel Bolting Materials for High Temperature or High Pressure Service and Other Special Purpose Applications. b. A240/A240M, Standard Specification for Chromium and Chromium - Nickel Stainless Steel Plate, Sheet, and Strip for Pressure Vessels and General Applications. c. A276, Standard Specification for Stainless Steel Bars and Shapes. d. D635-81 Test Method for Rate of Burning and/or Extent and Time of Burning of Self -Supporting Plastics in a Horizontal Position. e. D648-82 Test Method for Deflection Temperature of Plastics Under Flexural Load. 3. National Electrical Manufacturers Association (NEMA): 250, Enclosures for Electrical Equipment (1,000 Volts Maximum). 1.02 DEFINITIONS A. Slenderness Ratio: The ratio of the maximum unsupported stem length to the stem cross-section radius of gyration. B. Self -Contained: The arrangement of gate operator, supported by gate frame, such that operating thrust loads are not applied external to the assembly. 1.03 SCOPE OF WORK The work to be performed under this Section shall include furnishing all labor, materials, tools and equipment necessary to install and test all hydraulic gates, consisting of, but not limited to frames, discs, seals, stems, operators, floor stands, stem guides, anchorage, electric operators, JPT/specs/11287 Tt#200-41125-24002 11287-1 051625 and all other appurtenances, in place and complete, as manufactured by Ashbrook-Simon- Hartley, Plasti-Fab, or an approved equal. 1.04 SUBMITTALS: A. Action Submittals: 1. Shop Drawings: a. Make, model, and weight of each equipment assembly. b. Manufacturer's catalog information, descriptive literature, specifications, and identification of materials of construction. c. Detailed structural and mechanical drawings showing the equipment fabrications and interface with other items. Include dimensions, size, and locations of connections to other work, and weights of associated equipment associated therewith. d. Gate operator and stem calculations for each gate and service condition. e. Gate opening and closing thrust forces that will be transmitted to the support structure with operator at extreme positions and load. B. Informational Submittals: 1. Manufacturer's Certificate of Compliance. 2. Special shipping, storage and protection, and handling instructions. 3. Manufacturer's written/printed installation instructions. 4. Routine maintenance requirements prior to plant startup. 5. Manufacturer's Certificate of Proper Installation. 6. Operation and Maintenance Data. 1.05 PRODUCT DELIVERY, STORAGE, AND HANDLING All equipment shall be delivered in suitable packaging, cases, or crates and stored or placed in the appropriate manner. Each package shall have an identifying mark and a complete list showing contents. Payment will only be made for that portion of the work, which is fully installed including all materials, labor, and equipment. JPT/specs/11287 Tt #200-41125-24002 11287-2 051625 1.06 WARRANTY AND GUARANTEE The manufacturer shall guarantee the gates, when installed and operated as recommended by the manufacturer with a documented maintenance program, trouble-free operation for a period of ten (10) years. If the Owner or Engineer is not completely satisfied with the performance of the product, the manufacturer shall remedy the problem at no cost or refund the materials and installation cost upon the return of the equipment. The manufacturer shall guarantee the following: A. Leakage shall be no more than that allowed by the AWWA C563 Standard during the guarantee period. B. Disc shall be free of sticking or binding as judged by the Engineer (move freely via operator provided) with no exercising required. Gate operators are to be warranted by the operator manufacturer. 1.07 OTHER GATE REQUIREMENTS A. Any seal that needs replacement in less than ten (10) years shall not be acceptable. No part of the seal shall protrude into the clear opening. B. All gates shall be supplied by the same manufacturer who shall be fully experienced, reputable and qualified in the manufacturing of the equipment furnished and who has been building said equipment for a minimum period of ten (10) years. PART 2 - PRODUCTS 2.01 PERFORMANCE REQUIREMENTS Gates shall be designed for the seating and unseating heads as listed in the Hydraulic Gate Schedule and shall conform to AWWA C563. Conformance to AWWA C563 applies to discs and frames with a safety factor of five (5) with regard to tensile, compressive and shear strength. Leakage shall not exceed 0.1 gallon per minute per foot of gate periphery under both seating and unseating head conditions. Calculations shall be submitted to show conformance. Materials of construction shall be suitable for the environment in which the gates shall be installed and operated. 2.02 GATE CONSTRUCTION A. Rising stem type, with assembly styles as listed in the Hydraulic Gate Schedule and designated as follows: 1. Style A: Upward opening type for wall surface mounting on the concrete structures. JPT/specs/11287 Tt#200-41125-24002 11287-3 051625 2. Style B: Upward opening type for mounting in channels with concrete embedded frame and invert. 3. Style C: Downward opening weir gate type with P -type invert seal for wall surface mounting on the concrete structures. B. Guide Frames: 1. Guide frames shall be Type 316L stainless steel and shall have a slot suitable for mating with the disc. Plastic coated steel or externally reinforced disc shall not be acceptable. 2. Guide frames shall be wall mounted as shown on the Drawings against a 1" grout base. 3. Where guides are extended above the operating floor, they shall be sufficiently strong so that no further reinforcements are required. 4. The head rail shall be affixed so as to allow the gate to be removed from the guide without disassembly. 5. The head rail shall have a maximum deflection of 1/4" when subjected to a horizontal force of four times the 40 -pound maximum handwheel effort. 6. Where the guide frame extends above a concrete wall, the top anchor bolt shall be not more than 6" below the top of the wall 7. The sealing arrangement for the reinforced composite sluice gates shall comprise of sealing faces and side guides constructed of ultra high molecular weight polyolefin having an extremely low coefficient of friction and a backing constructed of highly resilient expanded neoprene. 8. Join vertical guide frames and invert with factory welded comers. 9. Size guided slot to provide a minimum disc engagement of 1 inch on each side. 10. No thimbles or flanges are allowed. C. Disc: 1. Construct disc from a reinforced rigid composite plastic material. 2. Discs shall be of solid rigid composite plastic material or they shall be reinforced units that feature a totally encapsulated reinforcing structure. Sandwich -type disc construction is not acceptable. 3. Each disc shall be molded individually to the exact dimensions specified. JPT/specs/11287 Tt #200-41125-24002 11287-4 051625 4. Outer surface of the disc shall be nontoxic and stabilized against UV light. 5. Surface shall be free of exposed reinforcing fibers. D. Seals: The sealing arrangement shall comprise of sealing faces and side guides constructed of UHMW polyolefin having an extremely low coefficient of friction and a backing constructed of highly resilient expanded neoprene. Guides and seating of the gate shall be easily adjustable (min. 5/8 -inch). All moving contact surfaces shall be compatible to each other by minimizing sticking/jamming and making the operation smooth. E. Operator Support Head Rail (Yoke): 1. For self-contained gate operators, attached to the vertical extensions of the guide frames. 2. Constructed from at least two (2) Type 316L stainless steel angles, or two (2) other suitable shapes, and bolted in place to provide a rigid assembly. 3. Maximum Deflection: Not to exceed 1/4 inch under full operator applied loading. F. Stems: 1. 1-1/4 inch minimum diameter, ASTM A276, Type 316 stainless steel. 2. Stems shall have ACME threads. Extend threaded portion of stem 2 inches above operator when gate is in CLOSED position. 3. Ratio of the unsupported stem length to the radius of gyration, both in inches, shall not exceed 200. 4. Stems to withstand in compression, without damage, the thrust equal to at least 2-1/2 times the rated output of the hoisting mechanism, with a 40 -pound effort applied to the handwheel. 5. Stems shall be furnished with adjustable stem guides spaced as necessary to maintain a slenderness ratio L/R of Tess than 200. 6. Provide adjustable stop collar for the CLOSED position. 7. Stem shall be fixed to the disc by a threaded and keyed assembly into a lifting nut attached to the disc in a lifting bracket. 8. Gates having a width greater than twice the height shall have dual stems. For downward opening weir type gates, locate stems near outside edges of gate. JPT/specs/11287 Tt #200-41125-24002 11287-5 051625 G. Stem Covers: 1. Transparent plastic, vented pipe stem cover and cap. 2. Provide with OPEN/CLOSED designators with I -inch graduations on clear mylar pressure sensitive, adhesive tape, suitable for outdoor application. 2.03 FASTENERS All fasteners shall be of Type 316 stainless steel. All anchor bolts, assembly bolts, screws, nuts, etc. shall be of ample section to safely withstand the forces created by operation of the gate while subjected to the heads specified. 2.04 GATE OPERATORS A. General: 1. Components: Withstand a minimum of 250 percent of design torque or thrust at extreme operator positions without damage. 2. Mount at walkway level, 36 inches above floor, unless otherwise indicated. 3. Gear train and gate stem sections shall produce a self-locking drive train. 4. Lift Nuts: Internally threaded with cut or cold -rolled Acme threads corresponding to stem threading. 5. Roller Bearings: Ball -thrust or tapered above and below lift nut to support both opening and closing thrusts. a. Grease lubrication fittings for bearings. b. Input pinions with needle or ball bearings. 6. Lubrication: Furnish rising stem gates with an insert lubricator flange in lift, with grease fitting for greasing stem threads below stem nut. B. Type 1: Manual: Yoke with Handwheel and Benchstand: 1. Provide as indicated in the Hydraulic Gate Schedule. 2. Weatherproof housings, mounted on floor stand or head rail, as shown on the Drawings. 3. Solid Bronze Lift Nut: Integrally threaded with Acme threads. 4. Ball Thrust or Tapered Roller Bearings: J PT/specs/11287 Tt#200-41125-24002 11287-6 051625 a. Locate above and below operating nut flange to support opening and closing thrusts. b. Include grease lubrication fittings and input pinions. 5. Manual Effort: Not to exceed 40 pounds of force. 6. Furnish fracture -resistant clear butyrate plastic stem covers complete with indicator markings to indicate gate position. Stem covers shall not discolor or become opaque for a minimum of five (5) years after installation. The top of the stem cover shall be closed. The bottom end of the stem cover shall be mounted in a housing or adapter plate for easy field mounting. 7. Handwheel to be perpendicular in orientation to the gate (horizontal). C. Type 2, Floor Stand with Electric Operator: 1. Provide as indicated in the Hydraulic Gate Schedule and as shown on the Drawings. 2. Use single or tandem steel or cast iron pedestals as shown on the Drawings or as required for proper operation. 3. Floor stand shall include solid bronze operating nut. 4. Ball Thrust or Tapered Roller Bearings: a. Locate above and below operating nut to support opening and closing thrusts. b. Include grease lubrication fittings and input pinions. 5. Manual Effort: Not to exceed 40 pounds of force on bypass crank on electric operator. Provide appropriate gearing to meet maximum effort limitation. Design gearing, shafting, and stem to withstand force resulting from 200 pound effort on bypass crank. 6. Furnish fracture -resistant clear butyrate plastic stem covers complete with indicator markings to indicate gate position. Stem covers shall not discolor or become opaque for a minimum of 5 years after installation. The top of the stem cover shall be closed. The bottom end of the stem cover shall be mounted in a housing or adapter plate for easy field mounting. 7. Provide horizontal shafting between tandem floor stands. Shafting material shall match stem material. Provide clear cover on horizontal shafting. JPT/specs/11287 Tt #200-41125-24002 11287-7 051625 8. Provide corrosion resistant factory finish suitable for outdoor service or shop prime and apply finish coating in field per Section 09 90 00, Painting and Coating. D. Identification Tagging Requirements: 1. For each gate operator, provide 1 -1/2 -inch minimum diameter heavy brass tag, bearing the gate tag number shown in the schedule. 2. Attach the tags to the operator by soldered split key rings to that ring and tag cannot be removed. Use block type numbers and letters with 1/4 -inch minimum high numbers and letters stamped on and filled with black enamel. 2.05 ELECTRIC GATE ACTUATORS A. Electric motor actuators shall be AUMA SA/SQ (SAR/SQR for modulating) Series, Rotork IQ/IQT Series (IQM for modulating service), or Limitorque MX/QX Series. Actuators on the project shall be of one manufacturer. B. Motors shall be 480 volt, 3 phase and specifically designed for high torque, low inertia duty. Motors for on/off, open/close actuators shall be designed and rated for 15 -minute duty or 60 starts per hour at 104°F (40°C). Motors and starters for modulating actuators shall be designed for 30 -minute duty or 1,200 starts per hour at 104°F (40°C). Output capacity shall be sufficient to open or close the gate against the maximum differential head when the voltage is 10% above or below normal at the specified service conditions. Motors shall have Class F insulation. Provide motor with torque output (at duty rating). Provide an electrical and mechanical disconnection of the motor without draining the lubricant from the actuator gearcase. C. The rated output torque of the motor actuator shall be at least 1.5 times the maximum torque required to open or close the gate at any position including seating and unseating conditions when subjected to the most severe operating condition including any mechanical friction and/or other restrictive conditions that are inherent in the gate assembly. Do not include hammer -blow effect in sizing the actuator to comply with this torque requirement. Coordinate with the gate manufacturer to assure that the motor actuator stall torque output does not exceed the torque limits of the gate operating stem or shaft. Maximum torque shall include seating or unseating torque, bearing torque, dynamic torque, and hydrostatic torque. Assume that the differential head across the gate is equal to the rating of the gate. D. Unless specified elsewhere in the drawings or specifications, furnish actuators for open/ close service with communication via 4-20 mA signals for position control and for position feedback. E. The actuator shall have the following inputs and outputs: a. Analog Input- Position Control JPT/specs/11287 Tt #200-41125-24002 11287-8 051625 b. Analog Output — Position feedback c. Digital Output — Fault d. Digital Output — In remote F. Design the actuator to move gates from fully closed to fully open. The actuator shall be sized to guarantee gate closure at the specified differential head. The safety margin of motor power available for seating and unseating the gate shall be sufficient to ensure torque switch trip at maximum gate torque with the supply voltage 10% below nominal. G. Each electric actuator shall contain a reversing starter, three overloads (one in each ungrounded leg) or thermistor embedded in windings, 480VAC/120VAC/24VDC control power transformer, local -off -remote selector switch, open -stop -close push buttons or selector switch, open and closed indicator lights, and single phasing protection. Provide starters in actuators for open/close operation and (solid-state) modulating operation. The actuator shall include a device to ensure motor runs with the correct rotation for the required direction of gate travel with either phase sequence of the 3-phase power supply connected to it. H. The actuator shall be capable of functioning in an ambient temperature ranging from minus 22°F (-30°C) to 158°F (70°C) and in direct sunlight. I. Design actuator housings, supports, and connections to the gate with a minimum safety factor of five based on the ultimate strength or three based on the yield strength of the material used. J. The actuator gearing shall be in an oil or grease filled gearcase suitable for operation at any angle. Worm gears shall be alloy bronze. Worm shall be hardened steel alloy. Design gears for 24-hour continuous service with an AGMA rating of 1.50. If intermediate gearboxes are used on gates, supporting structures to support the weight of the actuator on the gate stem shall be provided. K. Provide a NEMA 6 enclosure for the actuator. An inner watertight and dustproof '0' ring seal between the terminal compartment and the internal electrical elements of the actuator shall be provided to protect the motor and all other internal electrical elements of the actuator from intrusion of moisture and dust when the terminal cover is removed on site for cabling. All external fasteners shall be of 316 stainless steel. L. Position switches shall be integrally geared to the actuator and shall be adjustable and capable of actuation at any point between fully opened and fully closed. The position switches shall operate while the actuator is either in manual or in motor operation. Provide motor actuators with position switches capable of being separately used to provide remote indication of end of travel in each direction and to stop motion at the end of travel in each direction. M. Provide two individually adjustable torque switches to protect the gate and motor against overload in the opening and closing directions. To prevent hammering, the torque switch shall not reclose until the gate is made to travel in the opposite direction. JPT/specs/11287 Tt #200-41125-24002 11287-9 051625 N. The actuators shall have a manually operated handwheel, which shall not rotate during electrical operation. In the event electrical power is interrupted, handwheel operation shall be activated by a hand lever attached to the mechanism. While the gate is being operated manually, the motor shall not rotate. Upon restoration of electrical power, the handwheel shall automatically disengage. Design the handwheel diameter such that hand operation will not damage the gate. For safety purposes, it shall be possible to disengage the electric drive with the declutch lever. The disengagement and any subsequent reengagement shall not cause any damage to the gate or operator, even with the motor running. 0. Provide minimum 10 -watt space heater mounted in the actuator housing to prevent condensation and maintain the temperature in the actuator housing 5 degrees above the ambient temperature in the structure. Heater shall be on at all times. P. Integral to the actuator shall be local controls for Open, Close, and Stop, and a local/remote selector switch, padlockable in any one of the following three positions: 1. Local Control Only 2. Off (No Electrical Operation) 3. Remote Control plus Local Stop Only. Q. All the necessary wiring, indication relays and terminals shall be provided in the actuator to accommodate the remote mounted push button control functions. Provide terminal connections for external remote controls fed from an internal 120 -volt AC supply. Provide dry contact for remote indication of the actuator mode of control. The contact shall be closed when local off -remote selector switch is in the remote position and the internal control power exists. Provide actuator controls in a NEMA 4X enclosure. R. Internal wiring shall be tropical grade insulated stranded cable of appropriate size for the control and three-phase power. Each wire shall be clearly identified at each end. All wiring supplied as part of the actuator to be contained within the main enclosure for physical and environmental protection. External conduit connections between components are not acceptable. The terminal compartment shall be separated from the inner electrical components of the actuator by means of a watertight seal. The terminal compartment of the actuator shall be provided with a minimum of three threaded cable entries. PART 3 — EXECUTION 3.01 INSTALLATION A. Install products in accordance with the manufacturer's written instructions. B. Field mount operators after installing gates. C. Frames and guides shall be installed in a true vertical plane with 90 -degree corners. J PT/specs/11287 Tt #200-41125-24002 11287-10 051625 D. Accurately place Type 316 stainless steel anchor bolts using templates furnished by the manufacturer. E. Lubricate stems before operating. 3.02 FIELD QUALITY CONTROL A. Functional Tests: Conduct on each gate. B. Performance Test: 1. Conduct on each slide gate. 2. Maximum gate leakage shall be as defined in the Performance Requirements of this Specification, herein. 3. Perform under actual or approved simulated operating conditions. 4. Test for a continuous 3 -hour period without malfunction. 4. If gates, operators, and appurtenances do not meet specified requirements, corrective measures shall be taken by the Contractor, or the equipment shall be removed and replaced with equipment that satisfies the conditions specified. 3.03 START-UP AND INSTRUCTION A. Furnish services of manufacturer's technical representative to inspect the completed installation, correct or supervise correction of any defects or malfunctions, and instruct operating personnel in proper operating and maintenance procedures as described in this Section. 3.04 HYDRAULIC GATE SCHEDULE HYDRAULIC GATE SCHEDULE Number Assembly Style NumberSeating/Unseating of Units Wall Opening Size Design Operating Head (ft) Condition Operator Type/ Control Style SG -1 Style A 1 30" Wide X 42" High 15 /1 5 Type 1 JPT/specs/11287 Tt #200-41125-24002 11287-11 051625 Notes: 1. Pedestal operators with wall brackets and appropriate intermediate shaft supports are acceptable. Mounting hardware and appurtenance shall be of Type 316 stainless steel. JPT/specs/11287 Tt #200-41125-24002 END OF SECTION 11287-12 051625 SECTION IVa — Supplemental Technical Specifications SECTION 11366 SAND FILTERS PART 1 - GENERAL 1.01 DESCRIPTION A. Scope of Work: 1. The Contractor shall furnish all labor, materials, equipment and incidentals required to disassemble, inspect, rehabilitate, re -assemble, and field test complete and ready for operation twelve (12) existing rapid sand filters as shown on the Drawings and specified herein. 2. These Specifications are intended to give a general description of the work required, but do not cover all details. It is, however, intended to cover the furnishing, shop testing, delivery, complete installation, and field testing of all materials, equipment and all appurtenances for the rehabilitation of the existing filter system as shown on the Drawings or herein specified, whether specifically mentioned in these Specifications or not. 3. The Work involves rehabilitating the filters. See Section IV, Paragraph 1.0 "Scope of Work" for construction phasing and other project restrictions. 1.02 DESCRIPTION OF SYSTEMS A. The existing filters are Model KK 12 x 30 (12) Hydro Clear Rapid Sand Filters as originally manufactured by Zimpro/Passavant, Inc. Eight (8) of these filters were installed and became operational on or about 1983 and were designed to handle a flow of 12 MGD. The remainder of the filters were constructed in 1988 increasing the filter capacity to 18 MGD. The company is presently owned and manufactured by Evoqua. All filters were previously rehabilitated in 2004. B. The filters share a common influent channel and utilize conventional downflow technology for forward flow and upflow for backwash flow. Filtered water is collected in a common clearwell that also serves as the source for backwash water (washwater). Spent backwash water (waste washwater) is collected in a common mudwell and returned to the treatment plant. C. The filters are controlled automatically by an existing PLC or manually by plant operators. The automatic backwash system uses butterfly valves to control flow. Similar valves are also used for a low pressure air scour of the filter surface. All automatic valves in the filter control system are pneumatically -actuated using high pressure air. D. The primary components of the filtration complex include: JPT/LC/specs/11366 Tt #200-41125-24002 11366-1 051425 SECTION IVa — Supplemental Technical Specifications 1. Twelve (12) 12'x30' filter cells. 2. One (1) high pressure air system with a working pressure of 150 psi. 3. One (1) low pressure air system with a working pressure of 3 psi. 4. Backwash water pumping systems with vertical centrifugal pumps, check valves, and butterfly throttling valves. 5. Mudwell pumping system with submersible pumps, check valves, isolation valves and air release valves. 6. Six (6) local filter control consoles. 7. One (1) main filter control panel and water level switches and sensors. 8. One (1) motor control center (MCC). E. Each rapid sand filter consists of an atmospherically vented underdrain system supported on a concrete structure with the following primary components: 1. Six (6) carbon steel gullet covers. 2. Six (6) carbon steel underdrain frame assemblies, grouted in place. 3. Eighteen (18) PVC underdrain core assemblies. 4. Six (6) stainless steel wire mesh blankets. 5. Eighteen (18) squares of 1 -inch thick fiberglass grating. 6. Twenty four (24) 2" x 1%:" x %" perimeter hold down angle iron pieces. 7. Thirty six (36) structural I-beam hold down pieces. 8. One (1) carbon steel distribution/trough assembly with splash plates and weirs. 9. One (1) inlet box with weir assembly. 10. Ten (10) -inches of quartz filter media. F. Refer to Section IV of the Contract Documents and Specifications for a description of the Work required as part of the Filter Rehabilitation project. The Filter Equipment Manufacturer (Evoqua) shall inspect and recommend the filter equipment and components that shall be replaced or rehabilitated as shown on the Drawings. Replacement items shall be purchased by the Contractor and manufactured by the filter equipment manufacturer: Evoqua. The filter equipment manufacturer shall inspect the filter equipment and components and approve the filters have been rehabilitated before the filters may be returned to service. JPT/LC/specs/11366 Tt#200-41125-24002 11366-2 051425 SECTION IVa — Supplemental Technical Specifications 1.03 SUBMITTALS A. Copies of all materials required to establish compliance with the specifications shall be submitted in accordance with the provisions of the Contract Documents. Submittals shall include at least the following: 1. Certified shop and erection drawings showing all important details of construction, dimensions and anchor bolt locations. 2. Descriptive literature, bulletins and/or catalogs of the equipment. 3. A complete, total bill of materials for all equipment with the O&M manual. 4. A list of the manufacturer's recommended spare parts with the manufacturer's current price for each item. B. Filter media submittal(s) shall include the following information as a minimum: 1. Supplier's Name 2. Gradation of Each Media Type 3. Date of Sampling/Lot Number 4. Samples of Each Media Type 5. Representative Sample Analysis, (i.e. effective size, uniformity coefficient, specific gravity, acid solubility) 6. Material Quantities 7. Estimated Shipping Schedule 8. Media Loading Procedure 9. All testing shall conform to the requirements of the latest edition of AWWA B100. 1.04 WARRANTY A. The Contractor shall provide a twelve (12) month warranty commencing from the time the filters are approved for service. The guarantee shall indicate that the equipment furnished is suitable for the purpose intended and free from defects of design, material and workmanship. In the event the equipment fails to perform as specified, the Contractor shall promptly repair or replace the defective equipment without any cost to the Owner (including handling and shipment costs). J PT/LC/specs/11366 Tt #200-41125-24002 11366-3 051425 SECTION IVa — Supplemental Technical Specifications 1.05 STORAGE AND HANDLING A. All equipment shall be properly protected so that no damage or deterioration will occur during a prolonged delay from the time of shipment until installation is completed and the units and equipment are ready for operation. B. The Contractor shall replace, at no charge to Owner, all materials and ancillary equipment damaged during storage and delivery, including filter media. C. The Contractor shall be responsible for removing the filter media off-site as soon as it is removed from the individual filter cells. Stockpiling of the existing media on the treatment plant site shall not be permitted. The Contractor shall be responsible for any ground or groundwater contamination, or other claims, caused by his failure to promptly remove and dispose of the existing filter media. D. Contractor shall be responsible for hauling and disposal of filter media and debris removed from each filter cell. Hauling and disposal of spent filter media and debris shall be in strict accordance with state, local, and federal regulations. E. Payment will only be made for that portion of the work, which is fully installed including all materials, labor, and equipment. PART 2 — PRODUCTS 2.01 GENERAL A. The material covered by these Specifications is intended to be standard equipment of proven ability and as manufactured by the original equipment manufacturer. The equipment furnished shall be designed, constructed and installed in accordance with best practice and methods and shall operate satisfactorily when installed as shown on the Drawings. B. Filter system equipment and components shall be as manufactured by Evoqua. 2.02 PERFORMANCE AND DESIGN REQUIREMENTS A. General Requirements 1. The filters shall consist of 10 -inches of silica sand quartz media supported by an underdrain system comprised of fiberglass grating, stainless steel wire mesh, PVC cores, and a steel frame system. Filter assembly drawings are provided in the Contract Drawings. The Contractor shall replace only the equipment and components which are recommended to be replaced by the filter equipment manufacturer. B. Performance Requirements JPT/LC/specs/11366 Tt #200-41125-24002 11366-4 051425 SECTION IVa — Supplemental Technical Specifications 1. Each filter cell shall meet the Performance Requirements specified in Section 3.10. C. Design Criteria: The filter system shall be rehabilitated to perform satisfactorily when operated under the following conditions: 1. Downflow of filtered water up to 4.0 gpm/sf. 2. Air -Mix air flow rate 900 cfm @ 3.0 psi. 3. Upflow of backwash water at a rate of 12 gpm/sf. 4 Quartz single grade filter media with 0.45 mm ±0.05 mm effective size and a uniformity coefficient of 1.7. D. All specialty hardware, such as special anchorage, grout retaining strips, closures, gaskets, etc., as required for rehabilitation, shall be furnished and shall be the products of a single manufacturer/supplier. 2.03 FILTER MEDIA A. New media shall be furnished and installed in each filter cell to a uniform nominal depth of 10 -inches. B. The media shall be a single grade quartz sand, durable, clean siliceous particles, free of all mica, and shall be in strict accordance with AWWA B100 with properties as listed below: Media Depth Sand per Filter Effective Size Uniformity Coefficient Average Specific Gravity 10 -inches uniform 300 cubic feet minimum 0.45 mm ±0.05 mm 1.7 2.6 C. Sufficient media shall be provided for a %2 -inch skimming allowance. D. The majority of the filter media shall be packaged in semi -bulk containers with lifting sleeves and a bottom discharge spout containing a maximum of 4,000 pounds per container. E. The makeup portion of the media shall be furnished in sealed bags suitable for manual loading. F. AD new media shall be stored under roof or otherwise kept dry and covered until loaded into the filter cells. 2.04 UNDERDRAIN COMPONENTS JPT/LC/specs/11366 Tt #200-41125-24002 11366-5 051425 SECTION IVa — Supplemental Technical Specifications A. The Contractor shall completely remove all media using a vac truck and shop vac and subsequently pressure wash the media support screens to remove debris. Following complete removal of the existing media and cleaning operations, a representative of the filter manufacture will inspect the underdrain components which generally include: 1. Wire mesh support screens 2. PVC underdrain core and fiberglass grating 3. Loose steel items such as long and short angles and I -beams 4. Clip angles and embedded bolts. B. The filter manufacture will furnish replacement components as deemed necessary for installation by the Contractor. All components shall be installed in accordance with the filter manufacturer's recommendations. 2.05 CELL DISTRIBUTION/BACKWASH TROUGH ASSEMBLY A. The carbon steel distribution/backwash trough assembly in each filter cell including adjustable weirs, trough supports, and removable splash trays shall inspected by the filter equipment manufacturer (Evoqua). Anticipated repairs include: 1. Replace all backwash support trough brackets that secure the troughs to the walls. 2. Cut off securing tabs on the backwash trough support stands and weld a replacement tab in-place , and subsequently secure the assembly with Type 316 stainless steel bolts and hardware. B. All of the weirs shall be adjusted and set level with a surveyor's level to the elevation shown in the Contract Drawings. All weir hardware shall be replaced during adjustment of the weirs. C. Contractor shall verify dimensions of all equipment prior to release of materials. 2.06 HARDWARE, GASKETS, AND CONSUMABLES A. All hardware replaced shall be stainless steel, including bolts, nuts, washers, clips, all thread, all thread couplings, anchors, and set screws installed to connect and anchor the various assemblies described herein. All hardware replaced inside the filter cell shall be Type 316 stainless steel except as otherwise specified herein. B. Where wire mesh screens are replaced, a new 3 -inch x 3/16 -inch closed cellular neoprene gasket shall be installed below the screen. All miscellaneous hardware, gaskets, and consumables shall be installed in accordance with the manufacturer's recommended procedures. 2.07 MAIN FILTER PLC CONTROLLER JPT/LC/specs/11366 Tt #200-41125-24002 11366-6 051425 SECTION IVa — Supplemental Technical Specifications A. The Contractor shall coordinate with the Filter Equipment Manufacturer (Evoqua) to input the recommended chem clean setpoints into the existing PLC program. 2.08 LEVEL SENSORS A. New level switches shall be provided and installed in every filter cell as listed below: 1. Low level sensor 2. High level sensor B. The level switches shall be Seimens MAC 3 Liquid Level Switch or approved equal and shall be the products of a single manufacturer. E. Splices in the float level switch chords shall not be permitted. All level switches shall be supplied with sufficient chord length such that no chord splicing is required and the free ends of the chord shall attach directly to a terminal strip. F. All level switches shall be mounted in their original locations using new stainless steel hardware and set to the elevation recommended by the filter equipment manufacturer. 2.09 SURFACE AIR SYSTEM A. The 3" galvanized steel backwash air mains shall be replaced in each filter. The existing galvanized steel pipe droplegs shall be reused. B. Each filter includes twenty-four (24) surface air mix diffusers and clamps. Diffusers shall be replaced. The new diffusers shall be %" diameter Schedule 80 PVC with UV inhibitors and threaded end caps. The diffuser orientation, locations, and sizes are provided in the Contract Drawings. C. Pipe supports shall be Type 316 stainless steel off -set pipe clamps by B -Line or Type 316 stainless steel Unistrut depending upon the configuration. Support spacing shall not exceed five feet and support shall be provided at all bends and tees. 2.10 VALVES AND ACTUATORS A. Several valves and actuators shall be furnished and installed as shown on the Drawings and specified herein. Additionally, the high pressure tubing for all actuators shall be replaced. Furnishing the equipment and appurtenances shall be the responsibility of the filter manufacturer. The Contractor shall be responsible for installation. Refer to Section 15050 for butterfly valve and actuator specifications as well as requirements for appurtenances. PART 3 — EXECUTION 3.01 FILTER CELL CLEANING JPT/LC/specs/11366 Tt #200-41125-24002 11366-7 051425 SECTION IVa — Supplemental Technical Specifications A. Contractor shall completely remove all filter media and debris from the interior of the filter cells and expose all six (6) underdrain assemblies in each filter. Contractor shall be responsible for hauling and disposal of filter media and debris removed from each filter cell. B. After all filter media and debris has been removed from the interior of the filter cells and all six (6) underdrain assemblies from each filter have been exposed, the filter walls and equipment shall be completely pressure washed, including brush blasting loose coating from concrete walls, and made suitable for a visual evaluation but left in place for evaluation by Evoqua and the Engineer on a per cell basis. C. Pressure washer shall be capable of cleaning walls and screens to a condition that facilitates inspection. The operating pressure shall be established in the field. Spent wash water and other byproducts of the cleaning process shall be removed from the filter cells by the Contractor. It is not acceptable to drain filter cells into the process through the valves. Contractor shall protect underdrain equipment from coating material removed from wall surface as a result of pressure washing. 3.02 INITIAL FILTER INSPECTIONS A. The Contractor shall furnish the services of the manufacturer's field service technician, who has complete knowledge of proper operation and maintenance of the equipment to inspect the existing equipment to provide recommendations for repair and/or replacement of equipment as required for satisfactory operation. B. Initial inspections shall be scheduled at least two (2) days in advance with the Owner. 3.03 FILTER CELL EQUIPMENT REMOVAL A. The Contractor shall carefully disassemble and remove existing filter components, hardware, and consumables inside the filter cells as recommended by the filter equipment manufacturer (Evoqua). 3.04 CLEANING AND PROTECTION DURING INSTALLATION, TESTING, AND STARTUP A. The Contractor shall take all precautions recommended by the equipment manufacturer or as specified herein to ensure that the filter underdrain system and any piping connected thereto is completely clean and free of any debris, dirt, or other foreign materials that could clog the underdrain system or interfere with flow. All loose debris and dirt within the filter cell shall be removed by brooming and vacuuming. As installation progresses, partially completed portions of the work shall be protected with heavy plastic sheet material or other suitable material to maintain the cleanliness of the underdrain system. Such protection shall be maintained until the media is installed. B. Any time the underdrain is to be used as a work surface, the underdrain shall be overlaid with 1/2 inch minimum plywood sheeting, to distribute the load of workers, yard buckets, wheel barrows, ladders, scaffolds, etc., to prevent damage to the underdrain. 3.05 FILTER ASSEMBLY JPT/LC/specs/11366 Tt #200-41125-24002 11366-8 051425 SECTION IVa — Supplemental Technical Specifications A. The Contractor shall assemble the filter components in strict accordance with the filter manufacturer's written instructions and recommendations and the manufacturer's installation drawings; the oral and written directions provided by the manufacturer's technical representative who shall be supervising and observing the work; and any additional requirements specified herein. B. All stainless steel hardware, fasteners, and anchors shall be assembled with anti -seize compound specifically formulated for use with stainless steel in similar conditions and applications, and approved by the Engineer. 3.06 MEDIA INSTALLATION A. The filter underdrain system in each filter cell shall be thoroughly cleaned and visually inspected by the equipment supplier to verify that orifices are not clogged with debris. B. The filter equipment manufacturer shall furnish a written certification to the Engineer that the equipment has been installed in strict accordance with the equipment manufacturer's recommendations. Media shall not be installed until after this certification has been furnished to the Engineer. C. The Contractor shall place a level line on the wall of the filter designating the top elevation of the media. D. The media shall be carefully placed in a manner approved by the equipment supplier so as not to disturb the underdrain system. E. The media shall be installed level and the bed shall be backwashed a minimum of three (3) times to remove fines. The media shall be re -leveled by scraping as required to obtain the correct elevation. F. The Contractor shall measure the depth of the media after it has been backwashed and skimmed as recommended by the filter equipment manufacturer. 3.07 FINAL INSPECTION A. The Contractor shall furnish the services of the manufacturer's field service technician, who has complete knowledge of proper operation and maintenance of the equipment, as required to inspect the installed equipment, supervise the initial test runs and provide instruction to the plant personnel. B. Final inspections shall be scheduled at least five (5) days in advance with the Owner and shall take place prior to start-up and acceptance by the Owner. C. Prior to initial start-up of each filter, the manufacturer's representative shall provide written certification to the Owner that the equipment has been installed, tested in accordance with the Manufacturer's approved method, and testing requirements specified herein and shall certify that the equipment is ready for permanent operation. END OF SECTION JPT/LC/specs/11366 Tt #200-41125-24002 11366-9 051425 BRIGHT AND BEAUTIFUL • BAY TO BEACH DIVISION 12-14 NOT USED BRIGHT AND BEAUTIFUL • BAY TO BEACH DIVISION 15 MECHANICAL SECTION IVa — Supplemental Technical Specifications SECTION 15000 MECHANICAL - GENERAL REQUIREMENTS PART 1- GENERAL 1.01 DESCRIPTION A. Scope of Work: 1. All equipment furnished and installed under this contract shall conform to the general stipulations set forth in this Section except as otherwise specified in other Sections. 2. Contractor shall coordinate all details of equipment with other related parts of the Work, including verification that all structures, piping, wiring, and equipment components are compatible. Contractor shall be responsible for all structural and other alternations in the Work required to accommodate equipment differing in dimensions or other characteristics from that contemplated in the Contract Drawings or Specifications. B. Contract Drawings and Specifications: The Contract Drawings and Specifications shall be considered as complementary, one to the other, so that materials and work indicated, called for, or implied by the one and not by the other shall be supplied and installed as though specifically called for by both. The Contract Drawings are to be considered diagrammatic, not necessarily showing in detail or to scale all of the equipment or minor items. In the event of discrepancies between the Contract Drawings and Specifications, or between either of these and any regulations or ordinances governing work of these Specifications, the bidder shall notify the Engineer in ample time to permit revisions. 1.02 QUALITY ASSURANCE A. Materials and Equipment: Unless otherwise specified, all materials and equipment furnished for permanent installation in the Work shall conform to applicable standards and specifications and shall be new, unused, and undamaged when installed or otherwise incorporated in the Work. No such material or equipment shall be used by the Contractor for any purpose other than that intended or specified, unless such use is specifically authorized in writing by the Owner. No material shall be delivered to the site without prior acceptance of drawings and data by the Engineer. B. Equivalent Materials and Equipment: 1. Whenever a material or article is specified or described by using the name of a proprietary product or the name of a particular manufacturer or vendor, the specific item mentioned shall be understood as establishing the type, function, and quality desired. Other manufacturers' products will be accepted provided sufficient information is submitted to allow the Engineer to determine that the J PT/LMC/specs/15000 Tt #200-41125-24002 15000-1 102824 SECTION IVa — Supplemental Technical Specifications products proposed are equivalent to those named. Such items shall be submitted for review in accordance with Section 01340: Shop Drawings and Submittals. 2. Requests for review of equivalency will not be accepted from anyone except the Contractor and such requests will not be considered until after the contract has been awarded. C. Governing Standards: Equipment and appurtenances shall be designed in conformity with ANSI, ASME, ASTM, IEEE, NEMA, OSHA, AGMA, and other generally accepted applicable standards. They shall be of rugged construction and of sufficient strength to withstand all stresses which may occur during fabrication, testing, transportation, installation, and all conditions of operations. All bearings and moving parts shall be adequately protected against wear by bushings or other acceptable means. Provisions shall be made for adequate lubrication with readily accessible means. D. Tolerances: Machinery parts shall conform to the dimensions indicated on the Drawings within allowable tolerances. Protruding members such as joints, corners, and gear covers shall be finished in appearance. All exposed welds shall be ground smooth and the corners of structural shapes shall be rounded or chamfered. E. Clearances: Ample clearances shall be provided for inspection and adjustment. All equipment shall fit the allotted space and shall leave reasonable access room for servicing and repairs. Greater space and room required by substituted equipment shall be provided by the Contractor and at his expense. F. Testing: 1. When the equipment is specified to be factory tested, the results of the tests shall be submitted to the Engineer and approval of the test results shall be obtained before shipment of the equipment. 2. When an item of equipment, including controls and instrumentation, has been completely erected, the Contractor shall notify the Engineer, who will designate a time to make such tests as required, and operate the item to the satisfaction of the Engineer. All testing shall be done in the presence of the Engineer. "Completely erected" shall mean that the installation is erected, all necessary adjustments have been made, all required utility connections have been made, required lubricants and hydraulic fluid have been added and the unit has been cleaned and painted. H. Failure of Test: 1. Defects: Any defects in the equipment, or deviations from the guarantees or requirements of the Specifications, shall be promptly corrected by the Contractor by replacements or otherwise. The decision of the Engineer as to whether or not the Contractor has fulfilled his obligations under the Contract shall be final and conclusive. If the Contractor fails to correct any defects or J PT/LMC/specs/15000 Tt #200-41125-24002 15000-2 102824 SECTION IVa — Supplemental Technical Specifications deviations, or if the replaced equipment when tested shall fail again to meet the guarantees or specified requirements, the Owner, notwithstanding his having made partial payment for work and materials, may reject that equipment and order the Contractor to remove it from the premises at the Contractor's expense. 2. Rejection of Equipment: In case the Owner rejects a particular item of equipment, then the Contractor hereby agrees to repay to the Owner all sums of money paid to him to deliver to the Contractor a bill of sale of all his rights, title, and interest in and to the rejected equipment provided, however that the equipment shall not be removed from the premises until the Owner obtains from other sources other equipment to take the place of that rejected. The bill of sale shall not abrogate the Owner's right to recover damages for delays, losses or other conditions arising out of the basic Contract. The Owner hereby agrees to obtain the alternate equipment within a reasonable time and the Contractor agrees that the Owner may use the original equipment furnished by him without rental or other charge until the other equipment is obtained. I. Responsibility During Tests: The Contractor shall be fully responsible for the proper operation of equipment during tests and instruction periods and shall neither have nor make any claim for damage which may occur to equipment prior to the time when the Owner formally takes over the operation thereof. J. Acceptance of Materials: 1. Only new materials and equipment shall be incorporated in the work. All materials and equipment furnished by the Contractor shall be subject to the inspection and acceptance of the Owner. No material shall be delivered to the work without prior submittal approval of the Engineer. 2. The Contractor shall submit to the Engineer data relating to materials and equipment he proposes to furnish for the work. Such data shall have in sufficient detail to enable the Engineer to identify particular product and to form an opinion as to its conformity to the Specifications. 3. Facilities and labor for handling and inspection of all materials and equipment shall be furnished by the Contractor. If the Engineer requires, either prior to beginning or during the progress of the work, the Contractor shall submit samples of materials for such special tests as may be necessary to demonstrate that they conform to the Specifications. Such sample shall be furnished, stored, packed, and shipped as directed at the Contractor's expense. Except as otherwise noted, the Owner will make arrangements for and pay for tests. 4. The Contractor shall submit data and samples sufficiently early to permit consideration and acceptance before materials are necessary for incorporation in the work. K. Safety Requirements: J PT/LMC/specs/15000 Tt#200-41125-24002 15000-3 102824 SECTION IVa — Supplemental Technical Specifications 1. In addition to the components shown and specified, all machinery and equipment shall be safeguarded in accordance with the safety features required by the current codes and regulations of ANSI, OSHA, and local industrial codes. 2. The Contractor shall provide for each V -belt drive or rotating shaft a protective guard which shall be securely bolted to the floor or apparatus. The guard shall completely enclose drives and pulleys and be constructed to comply with all safety requirements. 1.03 SUBMITTALS (SEE SECTION 01340: SHOP DRAWINGS AND SUBMITTALS) 1.04 MAINTENANCE MATERIALS A. All grease, oil, and fuel required for testing of equipment shall be furnished with the respective equipment. The Owner shall be furnished with a year's supply of required lubricants including grease and oil of the type recommended by the manufacturer with each item of equipment supplied. B. The Contractor shall be responsible for changing the oil in all drives and intermediate drives of each mechanical equipment after initial break-in of the equipment, which in no event shall be any longer than three weeks of operation. PART 2 - PRODUCTS 2.01 FABRICATION AND MANUFACTURE A. Workmanship and Materials: 1. Contractor shall guarantee all equipment against faulty or inadequate design, improper assembly or erection, defective workmanship or materials, and leakage, breakage or other failure. Materials shall be suitable for service conditions. 2. All equipment shall be designed, fabricated, and assembled in accordance with recognized and acceptable engineering and shop practice. Individual parts shall be manufactured to standard sizes and gages so that repair parts, furnished at any time, can be installed in the field. Like parts of duplicate units shall be interchangeable. Equipment shall not have been in service at any time prior to delivery, except as required by tests. 3. Except where otherwise specified, structural and miscellaneous fabricated steel used in equipment shall conform to AISC standards. All structural members shall be designed for shock or vibratory loads. Unless otherwise specified, all steel which will be submerged, all or in part, during normal operation of the equipment shall be at least 1/4 inch thick. J PT/LMC/specs/15000 Tt #200-41125-24002 15000-4 102824 SECTION IVa — Supplemental Technical Specifications B. Lubrication: 1. Equipment shall be adequately lubricated by systems which require attention no more frequently than weekly during continuous operation. Lubrication systems shall not require attention during startup or shutdown and shall not waste lubricants. 2. Lubricants of the type recommended by the equipment manufacturer shall be furnished by the Contractor in sufficient quantity to fill all lubricant reservoirs and to replace all consumption during testing, startup, and operation for the entire warranty period prior to acceptance of equipment by Owner. Unless otherwise specified or permitted, the use of synthetic lubricants will not be acceptable. 3. Lubrication facilities shall be convenient and accessible. Lubrication fittings shall be the zerk type for each piece of equipment. Oil drains and fill openings shall be easily accessible from the normal operating area or platform. Drains shall allow for convenient collection of waste oil in containers from the normal operating area or platform without removing the unit from its normal installed position. C. Safety Guards: All belt or chain drives, fan blades, couplings, and other moving or rotating parts shall be covered on all sides by a safety guard. Safety guards shall be fabricated from 16 USS gage or heavier galvanized or aluminum -clad sheet steel or 1/2 inch mesh galvanized expanded metal. Each guard shall be designed for easy installation and removal. All necessary supports and accessories shall be provided for each guard. Supports and accessories, including bolts, shall be galvanized. All safety guards in outdoor locations shall be designed to prevent the entrance of rain and dripping water. D. Equipment Foundation Supports: 1. All foundations, platforms and hangers required for the proper installation of equipment shall be furnished and installed by the Contractor. 2. Unless otherwise indicated or specified, all equipment shall be installed on reinforced concrete bases at least 6 inches high and shall conform to requirements set forth in Division 3. Cast iron or welded steel baseplates shall be provided for pumps, compressors, and other equipment. Each unit and its drive assembly shall be supported on a single baseplate of neat design. Baseplates shall have pads for anchoring all components and adequate grout holes. Baseplates for pumps shall have a means for collecting leakage and a threaded drain connection. Baseplates shall be anchored to the concrete base with suitable anchor bolts and the space beneath filled with 1 inch minimum grout. All open equipment bases shall be filled with nonshrink grout sloped to drain to the perimeter of the base. J PT/LMC/specs/15000 Tt #200-41125-24002 15000-5 102824 SECTION IVa — Supplemental Technical Specifications 3. The Contractor shall furnish, install and protect all necessary guides, bearing plates, anchor and attachment bolts, and all other appurtenances required for the installation of equipment. These shall be of ample size and strength for the purpose intended. 4. All anchor bolts, anchor bolt templates, and location drawings required for the installation of the equipment, support columns, and for all other equipment or machinery included under this Contract shall be furnished by the Contractor. All mechanical equipment shall be anchored using hook anchor bolts, cast -in-place, unless specifically called for otherwise on the Drawings. Anchor bolts, sleeves, and inserts shall be set in place in forms and cast in the concrete by the Contractor. It shall be the responsibility of the Contractor to obtain such anchor bolts, templates, and approved location drawings in proper time to avoid delay, and it shall be his further responsibility to check and approve the location and setting of the anchor bolts, sleeves, and inserts prior to the casting of the concrete. Parts of anchors or metal work that are not built into masonry and concrete shall be coated with approved paint. Anchor bolts for column base plates and other structural elements shall be of galvanized steel unless indicated otherwise; anchor bolts for drives, motors, fans, blowers, and other mechanical equipment shall be of Type 304 stainless steel or high-strength bronze. Anchor bolts shall be of ample size and shall be provided with hexagonal nuts of the same quality of metal as the bolts. All threads shall be clean cut and of U.S. Standard sizes. 5. Expansion bolts shall have malleable iron and lead composition elements of the required number of units and sizes. Expansion bolts, if called for on the Drawings, shall be furnished and installed by the Contractor. No other use of expansion bolts will be allowed without prior approval of the Engineer. 6. Unless specified otherwise, stud, tap, and machine bolts shall be of the best quality refined bar iron. Hexagonal nuts of the same quality of metal as the bolts shall be used. All threads shall be clean cut and shall conform to ANSI B1.1 -latest for "Unified and American Screw Threads for Screws, Bolts, Nuts, and Other Threaded Parts." 7. Bolts, anchor bolts, nuts, and washers not specified to be stainless steel shall be zinc -coated by the hot -dip process, after being threaded, in conformity with the ASTM Standard Specification for "Zinc (Hot Galvanized) Coatings on Products Fabricated from Rolled, Pressed, and Forged Steel Shapes, Plates, Bars, and Strip," Designation A123 -latest, or the ASTM Standard Specification for "Zinc Coating (Hot -Dip) on Iron and Steel Hardware," Designation A153 -latest, as is appropriate. 8. Anchor bolts and expansion bolts shall be set accurately. Anchor bolts which are set before the concrete has been placed shall be carefully held in suitable templates of approved design provided under this Contract. Where indicated on the Drawings, specified, or required, anchor bolts shall be provided with J PT/LMC/specs/15000 Tt #200-41125-24002 15000-6 102824 SECTION IVa — Supplemental Technical Specifications square plates at least 4" x 4" x 3/8" or shall have square heads and washers and be set in the concrete forms with suitable pipe sleeves, or both. 9. Structural steel supports and miscellaneous steel required for supporting and/or hanging equipment and piping furnished under this Division shall be provided and installed by Contractor. 10. All foundations, anchor pads, piers, thrust blocks, inertia blocks and structural steel supports shall be built to template and reinforced as required for Toads imposed on them. 11. The Contractor shall assume all responsibility for sizes, locations and design of all foundations, anchor pads, pier, thrust blocks, inertia blocks, curbs and structural steel supports. E. Shop Painting: 1. All steel and iron surfaces shall be protected by suitable paint or coatings applied in the shop. The paint system to be applied will be as identified by the associated pipe system coating as identified in the Pipe Schedule as presented in the drawings. Surfaces which will be inaccessible after assembly shall be protected for the life of the equipment. Exposed surfaces shall be finished smooth, thoroughly cleaned, and filled as necessary to provide a smooth uniform base for painting. Electric motors, speed reducers, starters, and other self-contained or enclosed components shall be shop primed or finished with a high-grade oil -resistant enamel suitable for coating in the field with an alkyd enamel. Coatings shall be suitable for the environment where the equipment is installed. 2. Surfaces to be painted after installation shall be prepared for painting as recommended by the paint manufacturer for the intended service, and then shop painted with one or more coats of the specified primer. Unless otherwise specified, the shop primer for steel and iron surfaces shall be Koppers "No. 10 Inhibitive Primer", or equal. 3. Machined, polished, and nonferrous surfaces which are not to be painted shall be coated with rust -preventive compound, Houghton "Rust Veto 344", Rust- Oleum "R-9", or equal. F. Nameplates: Contractor shall provide equipment identification nameplates for each item of equipment. Nameplates shall be 1/8 inch Type 304 stainless steel and shall be permanently fastened. Plates shall be fastened using round head metallic drive screws, or where metallic drive screws are impractical, with stainless steel pop rivets. Metallic drive screws shall be brass or stainless steel, Type V and No. 8 by 3/8 inch long. Names and/or equipment designations shall be engraved on the plates and the engraving painted with a primer and black paint system compatible with stainless steel. Contractor shall submit a list of proposed names and designations for review prior to J PT/LMC/specs/15000 Tt #200-41125-24002 15000-7 102824 SECTION IVa — Supplemental Technical Specifications fabrication of nameplates. At a minimum, each nameplate shall include equipment manufacturer's name, year of manufacture, serial number and principal rating data. G. Noise Attenuation and Control: 1. Unless otherwise specified, the maximum permissible noise level for a complete installed piece of equipment located within or outside a structure shall not exceed 85 dB at 3 feet. A complete piece of equipment includes the driver and driven equipment, plus any intermediate couplings, gears, and auxiliaries. All equipment provided herein that is specified to be factory and field tested shall be tested as specified herein for noise generation at the equipment manufacturer's expense. 2. Maximum permissible noise (sound pressure) levels shall be in decibels as read on the "A" weighting scale of a standard sound level meter (dB); all measurements shall be made in relation to a reference pressure of 0.0002 microbar. Measurements of emitted noise levels shall be made on a sound level meter meeting at least the Type 2 requirements set forth in ANSI S1.4, Specification for Sound Level Meters. The sound level meter shall be set on the "A" scale and to slow response. Unless otherwise specified for a particular piece of equipment, the point of measurement of sound level shall be made at the specified distance from any major surface along the entire perimeter and at midheight of the piece of equipment, or at the specified distance from an outer major surface encompassing the sound source including inlets or outlets. H. Fire Hazard Rating: 1. All piping, duct work, and equipment insulation, fastener, and jacketing materials shall have a fire hazard rating not to exceed 25 for flame spread, 50 for fuel contributed, and 50 for smoke developed. Rating shall be determined by ASTM Designation E84, "Surface Burning Characteristics of Building Materials". Corresponding ratings determined by Underwriters' Laboratories, Inc., UL -723, "Test Method for Fire Hazard Classification of Building Materials", will also be acceptable. 2. Flameproofing treatments will not be acceptable. 2.02 ACCESSORIES A. Special Tools and Accessories: Equipment requiring periodic repair and adjustment shall be furnished complete with all special tools, instruments, and accessories required for proper maintenance. Equipment requiring special devices for lifting or handling shall be furnished complete with those devices. B. Fasteners: All nuts, bolts, anchors and other fastening devices shall be a minimum of Type 304 stainless steel. J PT/LMC/specs/15000 Tt #200-41125-24002 15000-8 102824 SECTION IVa — Supplemental Technical Specifications PART 3 - EXECUTION 3.01 INSTALLATION AND OPERATION A. Installation: Equipment shall not be installed or operated except by, or with the guidance of, qualified personnel having the knowledge and experience necessary for proper results. When so specified, or when employees of Contractor or his subcontractors are not qualified, such personnel shall be field representatives of the manufacturer of the equipment or materials being installed. 1. The Contractor shall have on site sufficient proper construction equipment and machinery of ample capacity to facilitate the work and to handle all emergencies normally encountered in work of this character. To minimize field erection problems, mechanical units shall be factory assembled when practical. 2. Equipment shall be erected in a neat and workmanlike manner on the foundations and supports at the locations and elevations shown on the Drawings, unless otherwise directed by the Engineer during installation. 3. All equipment shall be installed in such a manner as to provide access for routine maintenance including lubrication. 4. For equipment such as pumping units, which require field alignment and connections, the Contractor shall provide the services of the equipment manufacturer's qualified mechanic, millwright, machinist, or authorized representative, to align the pump and motor prior to making piping connections or anchoring the pump base. 5. Equipment of a portable nature which requires no installation shall be delivered to a location designated by the Owner. B. Tolerances: Precision gauges and levels shall be used in setting all equipment. All piping and equipment shall be perfectly aligned, horizontally and vertically. Tolerances for piping and equipment installation shall be 1/2 inch to 30 ft. horizontal and vertically. All valves and operators shall be installed in the position shown on the Drawings or as directed by the Engineer, if not shown. C. Alignment and Level: The equipment shall be brought to proper level by shims (1/4 inch maximum). After the machine has been leveled and aligned, the nuts on the anchor bolts shall be tightened to bind the machine firmly into place against the wedges or shims. Grouting shall be as described below. D. Grouting: The grout shall be tamped into position with a board, steel bar, or other tool. Tamping should not be so hard as to raise or otherwise displace the plate. E. Contact of Dissimilar Metals: Where the contact of dissimilar metal may cause electrolysis and where aluminum will contact concrete, mortar, or plaster, the contact J PT/LMC/specs/15000 Tt #200-41125-24002 15000-9 102824 SECTION IVa — Supplemental Technical Specifications surface of the metals shall be separated using not Tess than one coat of zinc chromate primer and one heavy coat of aluminum pigmented asphalt paint on each surface. F. Cutting and Patching: All cutting and patching necessary for the work shall be performed by the Contractor. G. Operation: All equipment installed under this Contract, including that furnished by Owner or others under separate contract, shall be placed into successful operation according to the written instructions of the manufacturer or the instructions of the manufacturer's field representative. All required adjustments, tests, operation checks, and other startup activity shall be provided. 3.02 OBSERVATION OF PERFORMANCE TESTS A. Where the specifications require observation of performance tests by the Engineer, such tests shall comply with the quality assurance paragraph in this section. END OF SECTION J PT/LMC/specs/15000 Tt #200-41125-24002 15000-10 102824 SECTION 15050 PIPING, FITTINGS, VALVES, AND ACCESSORIES PART 1- GENERAL 1.01 DESCRIPTION A. Scope of Work: The Work included in this Section consists of furnishing all labor, equipment, and materials and in performing all operations necessary for the construction, installation or restoration of all utility piping, valves, and appurtenances complete and ready for operation as shown on the Drawings and specified herein. 1.02 QUALITY ASSURANCE A. Construction Requirements: 1. Install all pipe, fittings, valves, actuators. And appurtenance in accordance with the manufacturer's instructions. 2. Install all products so as not to scratch, dent, or damage any existing component. Pipe shall be installed in a way that prevents damaging existing pipe. If existing components are damaged due to construction, the Contractor shall be required to repair the pipe according to the Owner's requirements. B. The entire product of any plant may be rejected when, in the opinion of the Engineer, the methods of manufacture fail to secure uniform results, or where the materials used are such as to produce inferior pipe or fittings. 1.03 SUBMITTALS A. Shop Drawings: 1. In general, the following Shop Drawings shall be submitted to the Engineer for approval prior to construction: a. Mill test certificates or certified test reports on pipe and fittings. b. Expansion Joints c. Valve boxes. d. All valves and actuators. e. Couplings. 2. A separate Shop Drawing submittal will be required for each major item listed above and for each different type of an item within a major item. For example, J PT/LMC/specs/15050 Tt #200-41125-24002 15050-1 051425 separate submittals will be required for butterfly, ball, solenoid, and check, valves. 3. Submit to the Engineer within 30 days after execution of the contract a typewritten schedule of valves to be furnished. The valve schedule shall include valve tags organized by process with the valve manufacturer, tag shape, letter code and number, the valve size, type, use, supplier, and the date of delivery to the site. B. Operation and Maintenance Manuals: Submit operation and maintenance manuals for applicable components requiring periodic maintenance and/or explanation of operation, at the discretion of the Engineer. Manuals shall be prepared in accordance with Toho specification requirements regarding Operating and Maintenance Data. 1.04 DELIVERY, STORAGE AND HANDLING A. Pipe, fittings, valves, and accessories shall be handled in such manner as to ensure a sound undamaged condition during shipping, delivering, and installing. B. Particular care shall be taken not to injure the pipe coating and linings. C. Insides of valves and piping shall be kept free of dirt and debris. D. Payment will only be made for that portion of the work, which is fully installed including all materials, labor, and equipment. PART 2 — PRODUCTS 2.01 SMALL DIAMETER PVC PIPE AND FITTINGS A. Small PVC Pressure Piping: Unless otherwise specified, PVC pressure pipe smaller than 4 inches nominal diameter shall be Schedule 80 PVC in accordance with ASTM D1785. Schedule 80 pipe shall have either solvent welded or threaded joints. PVC pressure pipe for potable water service shall bear the approved seal of the National Sanitation Foundation (NSF). PVC pipe that is exposed to sunlight shall be manufactured with additives to provide resistance to ultraviolet deterioration or painted with a UV resistant paint. 1. Fittings: Socket type, solvent welded fittings for Schedule 80 PVC pipe shall be in conformance with ASTM D2467. Threaded type fittings for Schedule 80 PVC pipe shall be in conformance with ASTM D2464. All solvent welded or threaded joints shall be watertight. 2. Flanges: Flanges for Schedule 80 PVC pipe shall be rated for a 150 -psi working pressure with ANSI B 16.1 dimensions and bolting pattern. Flanges shall be connected to PVC piping with either solvent welded or threaded joints in accordance with ASTM D2467 or ASTM 2464, respectively. Gaskets shall be neoprene, full faced type with a minimum thickness of 1/8 -inch. Nuts and bolts JPT/LMC/specs/15050 Tt #200-41125-24002 15050-2 051425 shall be hexagonal with machine threads, manufactured of Type 316 stainless steel in accordance with ASTM A320, Class 2. Type 316 stainless steel flat washers, with lock washers, shall be used against PVC flanges. The nuts shall have a hardness that is lower than that of the bolts and washers by a difference of 50 Brinnell hardness to prevent galling during installation. 3. Solvent Cement: PVC solvent cement shall be in compliance with ASTM D2564 and in accordance with the pipe manufacturer's recommendations. 4. Thread Lubricant: Lubricant for Schedule 80 threaded joints shall be Teflon tape only. 2.02 STAINLESS STEEL PIPE & FITTINGS A. Pipe - Pipe smaller than 3 inches shall conform to ASTM A 312, Grade TP 304L. Pipe 3 inches and larger shall conform to ASTM A 312 or A778, Grade TP 304L. 1. Pipe sizes and wall thicknesses shall conform to ANSI B36.19 as follows: Pipe Size Wall Thickness 1 inch and smaller Schedule 80S 1-1/4 inches through 2 inches Schedule 40S 3 inches through 8 inches Schedule 10S Larger than 8 inches, through 30 inches Schedule 105 B. Fittings - Fittings 3 inches and smaller shall be threaded or socket welded, conforming to ANSI B16.11, 3,000 -pound CWP. Material for threaded fittings shall conform to ASTM A 403, Class WP304 or ASTM A 182, Grade F304. Material for socket welded fittings shall conform to ASTM A 403, Class WP304L or ASTM A 182, Grade F304L. 1. Fittings shall be butt -welded or flanged, conforming to ASTM A403, Class WP or ASTM A774, same material and wall thickness as the pipe, conforming to ANSI B16.9. Elbows shall be long radius. 2. Fitting material shall be the same as the pipe. 2.03 BUTTERFLY VALVES (STANDARD SERVICE) A. Butterfly valves for liquid service, 4 inches in size and larger, shall be Class 150-B in conformance with ANSI/AWWA C504, latest revision and designed for a minimum working pressure of 150 psi. Butterfly valves shall be of the tight closing rubber seat type. Valves shall be bubble tight with 150 psi on the upstream side of the valve and 0 psi on the downstream side and shall be satisfactory for applications involving valve operation after long periods of inactivity. Valve discs shall rotate 90 degrees from the fully open position to the fully closed position. Butterfly valves shall be in accordance with the City of Clearwater Utility Standards J PT/LMC/specs/15050 Tt #200-41125-24002 15050-3 051425 B. Valve bodies shall be constructed of high-strength cast iron conforming to ASTM A126, Class B. Buried valves shall have integrally cast mechanical joint ends as specified for ductile iron pipe and above -ground valves shall have cast iron flanges. End flanges shall conform in dimensions and drilling to ANSI B16.1, Class 125. Two trunnions for shaft bearings shall be integral with each valve body. Valve body thickness shall be in strict accordance with ANSI/AWWA C504 latest revision for Class 150-B valves. C. Valve seat ring shall be constructed of Type 304 stainless steel. Seating edges of the seat ring shall be smooth and polished. The seat ring shall be capable of compensating for changes in direction of flow to assure a bubble tight seal in either direction. D. Valve discs shall be solid (no cores) for 24 -inch and smaller valves and shall be either solid or hollow core for valves greater than 24 -inch. Discs shall be constructed of ASTM A536, Grade 65-45-12 ductile iron. Valve disc shall be of the offset design to provide 360 -degree uninterrupted seating. E. Valve shafts may consist of a one-piece unit extending completely through the valve disc bearings and into the operating mechanism or may be of the "stub shaft" type, which comprises two separate shafts inserted into the valve disc hubs. If used, stub shafts shall extend a minimum of 1 1/2 shaft diameters into the valve disc hubs. Valve shafts shall be constructed of ASTM A276, Type 304 stainless steel or a stainless steel with greater overall corrosion and oxidation resistance. The minimum shaft diameter shall conform to ANSI/AWWA C504, latest revision for Class 150B valves. The valve disc shall be attached to the shaft by means of "0" ring sealed taper pins. The valve shaft seal shall consist of "0" rings in a bronze cartridge or self-adjusting nitrile Vee -type ring seals. F. Valve seats shall be of a corrosion resistant synthetic rubber compound bonded to a high-grade stainless-steel retaining ring and secured to the valve disc by Type 304 stainless steel set screws or shall be molded in, vulcanized, and bonded to the body. Seats bonded to the body shall withstand a 75 -pound pull tested in accordance with ASTM D429, Method B. The valve seat shall be adjustable and replaceable in the field without dismantling operator, disc, or shaft. G. Valve shafts shall be fitted with sleeve -type bearings. Bearings shall be corrosion resistant and self-lubricating (Nylon or Teflon). Bearings shall be designed for a pressure not exceeding the published design load for the bearing material, or 1/5 of the compressive strength of the bearing or shaft material. H. All butterfly valves shall open left or counterclockwise when viewed from the stem. Manual valve operators shall be of the worm gear or traveling nut type and shall be fully enclosed. All operators shall have adjustable mechanical stop limiting devices to prevent over travel of disc. Should an adjustment of the disc be required to maintain a bubble tight seal, this adjustment shall be made externally without removing the operator housing cover. The operator shall be designed such that all adjustments can be made under pressure and without the possibility of dirt getting into the operator lubricant. Any adjustments through the lower shaft will not be acceptable. Units furnished for buried service shall be fully gasketed and grease packed. Manual valves located above J PT/LMC/specs/15050 Tt #200-41125-24002 15050-4 051425 ground shall be equipped with handwheel or chainwheel operators and shall have a suitable indicator arrow to give valve position from fully open to fully closed. Each buried butterfly valve shall be furnished with a 2 -inch square AWWA nut operator with valve box and cover. Operator components shall, at the extreme operator positions, withstand without damage a pull of 200 lbs. for handwheel or chainwheel operators or an input torque of 300 ft. -lbs. for operating nuts. I. Interior of valve body and valve disc except for valve seat and stainless-steel valve seat ring shall be coated with a fusion bonded or thermosetting epoxy coating in accordance with AWWA C550, latest revision. Coating shall be holiday -free, NSF approved, with a minimum thickness of 16 mils. Surfaces shall be clean, dry, and free from rust and grease before coating. J. All exterior surfaces of butterfly valves shall be clean, dry, and free from rust and grease before coating. For buried service, the exterior ferrous parts of all valves shall be coated at the factory with epoxy in accordance with AWWA C550. For valves installed aboveground, the exterior ferrous parts of all valves shall be shop primed at the factory with one coat, minimum dry film thickness of 4 mils of a rust inhibitive, universal epoxy primer. Primer shall be suitable for finish paint specified. Following installation, aboveground valves shall be finish painted in accordance with two (2) coats of potable water epoxy manufactured by Tnemec or an approved equal. K. Neck extensions and floorstands shall be provided on valves when called for on the drawings or in the specifications. Neck extensions shall be fabricated from steel and furnished with end connections suitable for the intended service. Shafting for the neck extensions shall be stainless steel and suitable sized for the application. Pedestals shall be of cast or ductile iron, or fabricated steel, and shall have appropriate end connections and shafting for the intended application. Shafting shall be stainless steel. Neck extensions and floorstands shall be furnished by the valve supplier. Following installation, neck extensions and floorstands shall be finish painted in accordance with two (2) coats of potable water epoxy manufactured by Tnemec or an approved equal. L. Prior to shipment from the factory, hydrostatic and leakage tests shall be conducted for each butterfly valve. Hydrostatic and leakage tests shall be conducted in strict accordance with ANSI/AWWA C504, latest revision, and results shall be submitted to the Engineer. 2.04 BUTTERFLY VALVES (AIR SERVICE) A. Valves shall be designed for service with compressed air and for a range of 10 inches Hg vacuum to 25 psig pressure and a temperature range of 40' to 3007. 1. All butterfly valves shall be of the tight closing, PTFE seat type with PTFE seats that are securely fastened to the valve body. Valves shall be bubble -tight at rated pressures with flow in either direction, and shall be suitable for applications involving throttling service. Valve disc shall rotate 90° from the full open position to the tight shut position. JPT/LMC/specs/15050 Tt #200-41125-24002 15050-5 051425 2. Valve shop drawings shall include Cv data for all valves proposed for the project. 3. Valve Body: Each valve body shall be a fully lugged style cast or ductile iron body. 4. Valve Disc: Disc shall utilize air -profile design. Disc material shall be Type 316 stainless steel. 5. Valve Shaft: Shaft shall be either one-piece through or stub shaft design. The shaft shall be Type 316 stainless steel. 6. Valve Seat: Elastomer seats shall be in the body. Seats shall be PTFE and suitable for a maximum operating temperature of 300°F. 7. Valve Bearings: All shaft bearings shall be of the self-lubricating, corrosion resistant, sleeve type, suitable for a maximum operating temperature of 300°F. 8. Valve Packing: All valves shall have adjustable or self -adjustable packing materials. Packing shall be suitable for the temperature of 300°F and service condition. 9. Valve Coating: All valves shall have a factory applied high build epoxy coating suitable for the intended service. 10. Valve Operators: a. Manually actuated valves 4 -inches in size and smaller shall be furnished with a lever operator that includes a locking mechanism for throttling capability. Properly sized gear operators shall be provided for manually actuated valves larger than 4 inches in size. Each gear operator shall include a handwheel and be designed so that the force on the handwheel needed to operate the valve does not exceed 80 pounds. b. Valves to be equipped with a pnuematic actuator shall be provided with appropriate appurtenances for connection to the pneumatic valve operator as specified in in this section. B. Butterfly valves for air service shall be Keystone Model 61L or an approved equal 2.05 PNEUMATIC VALVE ACTUATORS A. Manufacturer: Kinetrol B. Pneumatic valve actuators shall be quarter -turn double acting rotary vane actuators specifically sized and designed for the intended applications. Sizing shall be based on a valve working pressure of 10 psi for all valves. It is anticipated that the compressed air system will maintain a pressure of 70 psi. The manufacturer shall field verify conditions during bidding. JPT/LMC/specs/15050 Tt #200-41125-24002 15050-6 051425 C. Actuators for the butterfly valves shall be designed for open/close service or modulating service per the Valve Schedule. For modulating service an electropneumatic positioner shall be furnished to provide accurate control in response to a 4-20 mADC signal. Each actuator shall also provide a 4-20 mADC signal to allow remote monitoring of the valve position. Other accessories shall include limit switches, visual position indicator, solenoid valve, and handwheel for manual valve operation. 2.06 SWING CHECK VALVES A. Swing check valves 2 -inch through 24 -inch in size shall conform to AWWA C508, latest revision, and shall be designed for a minimum water working pressure of 150 psi. Check valves shall have cast iron body, swing type design, and ends shall be flanged, Class 125 in accordance with ANSI B16.1. When open, the valve shall have a straight way passage with a minimum flow area equal to the full pipe area. Swing check valves shall be completely bronze fitted with renewable bronze seat ring and a rubber faced disc. Valve hinge pin shall be stainless steel. Check valves shall be supplied with an outside lever and weight. The check valve bonnet shall be provided with a tapped boss with plug for future installation of a pressure gauge. B. Swing check valves shall absolutely prevent the return of water back through the valve when the inlet pressure decreases below the downstream pressure. The check valve shall be constructed such that the disc and body seat ring may be easily removed and replaced without removing the valve from the line. Each valve shall be hydrostatically tested at the factory, at a test pressure of 300 psi. C. Prior to shipment from the factory, the interior ferrous surfaces of the valve, except for finished, non-ferrous, or bearing surfaces, shall be coated with a fusion bonded or thermosetting epoxy coating in accordance with AWWA C550, latest revision. Coating shall be holiday -free, NSF approved, with a minimum thickness of 16 mils. Surfaces shall be clean, dry, and free from rust and grease before coating. D. All exterior surfaces of swing check valves shall be clean, dry, and free from rust and grease before coating. Exterior ferrous parts of all valves shall be shop primed at the factory with one coat, minimum dry film thickness of 4 mils of a rust inhibitive, universal primer. Primer shall be suitable for finish paint specified. Following installation, valves shall be finish painted with two (2) coats of potable water epoxy as manufactured by Tnemec or an approved equal. E. Valve Manufacturer: Non -cushioned swing check valves shall bein accordance with the City of Clearwater Utility Standards. 2.07 RESTRAINED COUPLINGS A. Joint Restraint to prevent axial separation shall be incorporated into the design of the sleeve or coupling used to connect two plain pipe ends. B. The restraint mechanism shall consist of a plurality of individually actuated gripping surfaces to maximize restraint capability. Torque limiting twist off nuts shall be used to J PT/LMC/specs/15050 Tt #200-41125-24002 15050-7 051425 insure proper actuating of the restraint devices. The restraint devices shall be coated using MEGABONDTM. C. Ductile Iron components shall be of a minimum of 65-45-12 ductile iron meeting the requirements of ASTM A536 of the latest revision and shall be tested in accordance with the stated standard. D. The restrained joining system shall meet the applicable requirements of AWWA C219, ANSI/AWWA C111/A21.11, and ASTM D2000. E. The restrained joining system shall be the EBAA Iron Series 3800 or approved equal. 2.08 RESTRAINED FLANGED ADAPTORS A. Restrained flange adapters shall be used in lieu of threaded, or welded, flanged spool pieces. Flange adapters shall be made of ductile iron conforming to ASTM A536 and have flange bolt circles that are compatible with ANSI/AWWA C110/A21.10. B. Restraint for the flange adapter shall consist of a plurality of individual actuated gripping wedges to maximize restraint capability. Torque limiting actuating screws shall be used to insure proper initial set of gripping wedges. The restraint devices shall be coated using MEGABONDTM. C. The flange adapter shall be capable of deflection during assembly, or permit lengths of pipe to be field cut, to allow a minimum of 0.6" gap between the end of the pipe and the mating flange without affecting the integrity of the seal. D. The flange adapter shall have a safety factor of 2:1 minimum. E. The flange adapter shall be the SERIES 2100 MEGAFLANGE adapter, as produced by EBAA Iron, Inc., or approved equal. PART 3 - EXECUTION 3.01 INSPECTION A. All pipe, fittings, valves, and other material shall be subject to inspection and approval by the Engineer after delivery, and no broken, cracked, imperfectly coated, or otherwise damaged or unsatisfactory material shall be used. When a defect or crack is discovered, the injured portion shall not be installed. Cracked pipe shall have the defect cut off at least 12 inches from the break in the sound section of the barrel. 3.02 GENERAL INSTALLATION REQUIREMENTS A. Pipe, fittings, valves, and accessories shall be installed as shown or indicated on the Drawings in accordance with the manufacturer's recommendations. All connections to existing piping systems shall be made as shown or indicated on the Drawings after J PT/LMC/specs/15050 Tt #200-41125-24002 15050-8 051425 consultation and cooperation with authorities of the Owner. Some such connections may have to be made during off-peak hours (late night or early morning). 3.03 INSTALLATION OF VALVES A. Valves of the size and type shown on the Drawings shall be set plumb and installed at the locations indicated on the Drawings. Valves shall be installed in accordance with manufacturer's installation instructions and with the details shown on the Drawings. B. Valves shall be installed such that they are supported properly in their respective positions, free from distortion and strain. Valves shall be installed such that their weight is not borne by pumps and equipment that are not designed to support the weight of the valve. C. Valves shall be carefully inspected during installation; they shall be opened wide and then tightly closed and the various nuts and bolts shall be tested for tightness. Special care shall be taken to prevent any foreign matter from becoming lodged in the valve seat. Check and adjust all valves for smooth operation. D. Install valves with the operating stem in either horizontal or vertical position. E. Allow sufficient clearance around the valve operator for proper operation. F. Clean iron flanges by wire brushing before installing flanged valves. Clean carbon steel flange bolts and nuts by wire brushing, lubricate threads with oil or graphite, and tighten nuts uniformly and progressively. Clean threaded joints by wirebrushing or swabbing. Apply Teflon joint compound or Teflon tape to pipe threads before installing threaded valves. Joints shall be watertight. J PT/LMC/specs/15050 Tt *200-41125-24002 END OF SECTION 15050-9 051425 BRIGHT AND BEAUTIFUL • BAY TO BEACH DIVISION 16 ELECTRICAL SECTION 16050 BASIC ELECTRICAL REQUIREMENTS PART 1- GENERAL 1.01 SUMMARY A. Section Includes: General administrative, procedural requirements, and installation methods for electrical installations specified in Division 16. B. The Drawings are schematic and are not intended to show every detail of construction. 1. In general, conduits/raceways, transitions and offsets shown on Drawings indicate approximate locations in plan and elevation where the systems are intended to be run. 2. CONTRACTOR shall fully coordinate electrical Work with other trades to avoid interferences. 3. In the event of interferences, CONTRACTOR shall request clarification from ENGINEER in writing. C. Related Documents: Drawings and general provisions of Contract, including General and Supplementary Conditions and Division 1 Sections, apply to Work of this Section. 1.02 SUBMITTALS A. Shop Drawings: Submit in accordance with requirements of Section 01340, Shop Drawings covering the items included under this Section of Work. Shop Drawing submittals shall include: 1. Submit product data covering the items included under this Section of Work. B. Conforming to Construction Drawings: Submit a complete set of Drawings showing the locations of the piping, ductwork, etc., as actually installed. Such Drawings shall be submitted to ENGINEER in electronic format (PDF). C. Operation and Maintenance Manuals: Submit operation and maintenance manuals for items included under this Section. Include following information for equipment items: 1. Description of function, normal operating characteristics and limitations, performance curves, engineering data and tests, and complete nomenclature and commercial numbers of replacement parts. 2. Manufacturer's printed operating procedures to include start-up, break-in, and routine and normal operating instructions; regulation, control, stopping, shutdown, and emergency instructions; and summer and winter operating instructions. 16050-1 051425 3. Maintenance procedures for routine preventative maintenance and troubleshooting; disassembly, repair, and reassembly; aligning and adjusting instructions. 4. Servicing instructions and lubrication charts and schedules. 1.03 RECORD DOCUMENTS A. Prepare Record Documents in accordance with requirements in Section 01720. In addition, CONTRACTOR shall submit, prior to final payment, Drawings conforming to construction records of systems it has installed. Vendor drawings shall be sized as manufacturers' standard. B. Provide updated panelboard schedules for any panelboard modified. 1.04 QUALITY ASSURANCE A. National Electrical Code: Comply with NFPA 70, National Electrical Code. B. UL Compliance and Labeling: Use products and components labeled by UL. 1.05 PERMITS, INSPECTIONS, AND LICENSES A. CONTRACTOR shall procure all necessary permits and licenses, observe and abide by all applicable laws, codes, regulations, ordinances, and rules of the State, territory, or political subdivision thereof, wherein Work is done, or any other duly constituted public authority, and further agrees to hold OWNER harmless from liability or penalty which might be imposed by reason of an asserted violation of such laws, codes, regulations, ordinances, or other rules. 1. Upon completion of Work, CONTRACTOR shall secure certificates of inspection from the inspector having jurisdiction and shall submit 3 copies of the certificates to OWNER. CONTRACTOR shall pay the fees for the permits, inspections, licenses, and certifications when such fees are required. 1.06 DELIVERY, STORAGE, AND HANDLING A. Deliver products to Project properly identified with names, model numbers, types, grades, compliance labels, and other information needed for identification. Equipment shall be packaged to prevent damage during shipment, storage, and handling. Do not install damaged units; replace, and remove damaged units from Site. PART 2 - PRODUCTS NOT USED 16050-2 051425 PART 3 - EXECUTION 3.01 GENERAL ELECTRICAL INSTALLATION A. Provide electrical materials and equipment enclosures appropriate for areas in which they are installed. An area designated by a name and elevation includes space bounded by floor, ceiling, and enclosing walls. 1. Exception: Provide manufacturer's standard construction for indoor or outdoor application where equipment is not manufactured to NEMA specifications (e.g., switchgear, transformers, high voltage capacitors, bus duct, and Tight fixtures; materials and equipment used in finished areas such as offices, laboratories, etc.). B. Provide nonmetallic electrical materials and equipment enclosures in NEMA 4X areas; watertight NEMA 4 and equipment enclosures for outdoor applications and indoor applications below grade; explosion -proof NEC Class I, Division 1, Group D equipment for NEMA 7 areas; explosion -proof NEC Class II, Division 2, Group F equipment for NEMA 9 areas. C. Provide chases, slots, and openings in other building components during progress of construction, to allow for electrical installations. D. Supporting devices and sleeves shall be set in poured -in-place concrete and other structural components as they are constructed. E. Where mounting heights are not detailed or dimensioned, install systems, materials, and equipment to provide maximum headroom possible. Locate light fixtures at approximately 8 feet above floor and where fixtures may be readily serviced. F. Coordinate connection of electrical systems with exterior underground and overhead utilities and services. Comply with requirements of governing regulations, franchised service companies, and controlling agencies. Provide required connection for each service. G. Install systems, materials, and equipment to conform with approved submittal data, including coordination Drawings, to greatest extent possible. Conform to arrangements indicated by Drawings recognizing that portions of Work are shown only in diagrammatic form. Where coordination requirements conflict with individual system requirements, refer conflict to ENGINEER. H. Install systems, materials, and equipment level and plumb, parallel and perpendicular to other building systems and components where installed exposed in finished spaces. I. As much as practical, connect equipment for ease of disconnecting with minimum of interference with other installations. J. Install systems, materials, and equipment giving right-of-way priority to systems required to be installed at a specified slope. 16050-3 051425 3.02 RACEWAY INSTALLATION A. Indoors, use the following wiring materials: 1. Connection to Vibrating Equipment, including transformers and hydraulic, pneumatic or electric solenoid or motor -operated equipment: Liquidtight flexible conduit. 2. Exposed Conduit: Schedule 80 PVC. B. Minimum size conduit shall be 3/4 inch unless shown otherwise. C. Instrument Signal Conduit Requirements: Shielded signal wires for 4-20 mA type instruments or thermocouple wires assigned to the same control panel may be run in the same conduit. Shielded instrument signal wires, thermocouple wires, and shielded 2 -wire intercom wires may be run in the same conduit. D. Install expansion fittings in all exposed rigid nonmetallic conduit runs of 20 feet or more. E. Install expansion/deflection fittings where conduit passes a building expansion joint or where conduits are attached to two structures joined by a concrete expansion joint. F. Exposed Raceways: Install parallel and perpendicular to nearby surfaces or structural members and follow the surface contours as much as practical. Make bends and offsets so the inside diameter is not effectively reduced. Keep the legs of a bend in the same plane and the straight legs of offsets parallel. Conduits shall slope away from loads to keep moisture from entering the load. Run parallel or banked raceways together. Make bends in parallel or banked runs from the same centerline so that the bends are parallel. Factory elbows may be used in banked runs only where they can be installed parallel. This requires that there be a change in the plane of the run, such as from wall to ceiling and that the raceways be of the same size. In other cases, provide field bends for parallel raceways. Keep raceways at least 6 inches away from parallel runs of flues and steam or hot water pipes. Install horizontal raceway runs above water and steam piping. G. Space raceways, fittings, and boxes 0.25 inch from mounting surface in NEMA 4 and NEMA 7 areas. Spacers shall be one-piece construction of stainless steel, galvanized steel, PVC, ABS, or other noncorrosive material. H. Sleeves: Install in concrete floor slabs except where conduit passes through a housekeeping pad. Install in exterior walls below grade. I. Stub -up Connections: Extend conduits through concrete floor for connection to freestanding equipment with an adjustable top or coupling threaded inside for plugs and set flush with the finished floor. Extend conductors to equipment with rigid metal conduit; flexible metal conduit may be used 6 inches above the floor. Where equipment connections are not made under this Contract, install screwdriver -operated threaded flush plugs with floor. J. Flexible Connections: Use short length (maximum 6 feet for lighting fixtures; maximum 3 feet for all other equipment) of flexible conduit for recessed and semi -recessed lighting fixtures, equipment subject to vibration, noise transmission, or movement, and all motors. Use 16050-4 051425 Iiquidtight flexible conduit in wet locations and rated flexible connections for hazardous locations. Install separate ground conductor across flexible connections. K. Join raceways with fittings designed and approved for the purpose and make joints tight. Where joints cannot be made tight, use bonding jumpers to provide electrical continuity of the raceway system. Where terminations are subject to vibration, use bonding bushings or wedges to assure electrical continuity. Where subject to vibration or dampness, use insulating bushings to protect conductors. L. Use raceway fittings that are of types compatible with the associated raceway and suitable for the use and location. For intermediate metal conduit, use threaded rigid metal conduit fittings. For PVC externally coated rigid metal conduit, use only factory -coated fittings approved for use with that material. Patch all nicks and scrapes in PVC coating after installing conduit. M. Install raceway sealing fittings in accordance with the manufacturer's written instructions. Locate fittings at suitable, approved, accessible locations and fill them with UL listed sealing compound. For concealed raceways, install each fitting in a flush metal box with a blank cover plate having a finish similar to that of adjacent plates or surfaces. Install raceway sealing fittings at the following points and elsewhere as indicated: 1. Where conduits enter or leave hazardous locations. 2. Where conduits enter or leave NEMA 4X areas. 3. Where conduits pass from warm locations to cold locations, such as the boundaries of refrigerated spaces and air-conditioned spaces. 4. Where required by the NEC. N. Install electrical boxes in those locations which ensure ready accessibility to enclosed electrical wiring. Provide knockout closures to cap unused knockout holes where blanks have been removed. 0. Fasten electrical boxes firmly and rigidly to substrates or structural surfaces to which attached, or solidly embed electrical boxes in concrete masonry. P. Provide fire -retardant barriers in all pull and junction boxes containing circuits that are otherwise continuously separated in conduit. Securely fasten these barriers within box. Size barriers so that space between barrier and box wall does not exceed 0.125 inch anywhere around the perimeter of barrier. Q. Support exposed raceway within 1 foot of an unsupported box and access fittings. In horizontal runs, support at box and access fittings may be omitted where box or access fittings are independently supported and raceway terminals are not made with chase nipples or threadless box connectors. 16050-5 051425 R. In open overhead spaces, cast boxes threaded to raceways need not be supported separately except where used for fixture support; support sheet metal boxes directly from building structure. S. Terminations: Where raceways are terminated with locknuts and bushings, align the raceway to enter squarely and install the locknuts with dished part against the box. Where terminating in threaded hubs, screw the raceway or fitting tight into the hub so the end bears against the wire protection shoulder. Where chase nipples are used, align the raceway so the coupling is square to the box and tighten the chase nipples so no threads are exposed. T. Complete installation of electrical raceways before starting installation of conductors within raceways and prevent foreign matter from entering raceways by using temporary closure protection. Cap spare conduit. Protect stub -ups from damage where conduits rise from floor slabs. Arrange so curved portion of bends is not visible above the finished slab. U. Install pull wires in empty raceways: Use No. 14 AWG zinc -coated steel or monofilament plastic line having not less than 200 -pound tensile strength. Leave not less than 12 inches of slack at each end of the pull wire. 3.03 WIRE AND CABLE INSTALLATION A. Use pulling means including fish tape, cable, rope, and basket weave wire/cable grips which will not damage cables or raceways. Pull conductors simultaneously where more than one is being installed in same raceway. Use UL listed pulling compound or lubricant where necessary. B. Keep branch circuit conductor splices to minimum. Splice feeders only where indicated. Use a standard kit. No splices are allowed for instrument and telephone cables except at indicated splice points. C. Install splice and tap connectors which possess equivalent or better mechanical strength and insulation rating than conductors being spliced. Use splice and tap connectors which are compatible with conductor material and are UL listed as pressure type connectors. D. Provide adequate length of conductors within electrical enclosures and train conductors to terminal points with no excess. Bundle multiple conductors, with conductors larger than No. 10 AWG cabled in individual circuits. Make terminations so there is no bare conductor at terminal. E. Terminate power conductors at equipment using pressure-type terminals specifically designed for type of terminations to be made. Terminate no more than 2 conductors No. 8 AWG and smaller within the same pressure-type terminal. These 2 conductors shall be no more than 4 wire gauge sizes apart. Terminate no more than 1 conductor larger than No. 8 AWG within any pressure-type terminal. F. Seal wire and cable ends until ready to splice or terminate. 16050-6 051425 3.04 CUTTING AND PATCHING A. Perform cutting, fitting, and patching of electrical equipment and materials required to uncover Work to provide for installation of ill-timed Work, remove and replace Work that is either defective or does not conform to requirements of Drawings. B. Cut, remove, and legally dispose of selected electrical equipment, components, and materials as indicated including, but not limited to, removal of electrical items indicated to be removed and items made obsolete by new Work. Protect structure, furnishings, finishes, and adjacent materials not indicated or scheduled to be removed. Provide and maintain temporary partitions or dust barriers adequate to prevent spread of dust and dirt to adjacent areas. C. Patch existing finished surfaces and building components using new materials matching existing materials. 3.05 EQUIPMENT CHECKOUT AND TESTING A. In addition to testing recommended by equipment or material supplier and called for in equipment or material specification, perform the following. B. Check-out Procedures. In general, check-out procedures (as listed below) which are applicable for a particular item of equipment shall be performed: 1. Vacuum interior of cubicles and remove foreign material. 2. Wipe clean with a Tint -free cloth insulators, bushings, bus supports, etc. 3. Check exposed bolted power connections for tightness. 4. Check operation of breakers, contactors, etc., and control and safety interlocks. 5. Check tightness of bolted structural connections. 6. Check leveling and alignment of enclosures. 7. Check operating parts and linkages for lubrication, freedom from binding, vibration, etc. 8. Check tightness and correctness of control connections at terminal blocks, relays, meters, switches, etc. 9. Clean auxiliary contacts and exposed relay contacts after vacuuming. END OF SECTION 16050-7 051425 SECTION 16060 GROUNDING PART 1 - GENERAL 1.01 SUMMARY A. Section Includes: Electrical grounding and bonding Work as follows: 1. Solidly grounded. B. Applications of electrical grounding and bonding Work in this Section: 1. Electrical power systems. 2. Raceways. 3. Equipment. 1.02 SUBMITTALS A. Shop Drawings: Submit in accordance with Section 01340, Shop Drawings covering the items included under this Section. Shop Drawing submittals shall include: 1. Product Data: Submit manufacturer's data on grounding and bonding products and associated accessories. 1.03 QUALITY ASSURANCE A. Codes and Standards: 1. UL Compliance: Comply with applicable requirements of UL Standards No. 467, "Electrical Grounding and Bonding Equipment," and No. 869, "Electrical Service Equipment," pertaining to grounding and bonding of systems, circuits, and equipment. In addition, comply with UL Standard 486A, "Wire Connectors and Soldering Lugs for Use with Copper Conductors." Provide grounding and bonding products which are UL listed and labeled for their intended usage. 2. IEEE Compliance: Comply with applicable requirements and recommended installation practices of IEEE Standards 80, 81, 141, and 142 pertaining to grounding and bonding of systems, circuits, and equipment. 16060-1 042525 PART 2 - PRODUCTS 2.01 GROUNDING AND BONDING A. Materials and Components: 1. Except as otherwise indicated, provide electrical grounding and bonding systems indicated; with assembly of materials including, but not limited to, cables/wires, connectors, solderless lug terminals, grounding electrodes and plate electrodes, bonding jumper braid, surge arresters, and additional accessories needed for complete installation. Where more than one type component product meets indicated requirements, selection is Installer's option. Where materials or components are not indicated, provide products which comply with NEC, UL, and IEEE requirements and with established industry standards for those applications indicated. 2. Conductors: Electrical copper grounding conductors for grounding system connections that match power supply wiring materials and are sized according to NEC. PART 3 - EXECUTION 3.01 INSTALLATION OF ELECTRICAL GROUNDING AND BONDING SYSTEMS A. Connect grounding conductors to underground grounding electrodes using exothermic weld process or mechanical compression type connectors. B. Connect together system neutral, service equipment enclosures, exposed noncurrent carrying metal parts of electrical equipment, metal raceway systems, grounding conductor in raceways and cables, receptacle ground connectors, and plumbing systems. C. Terminate feeder and branch circuit insulated equipment grounding conductors with grounding lug, bus, or bushing. D. Bond grounding cables to both ends of metal conduit or sleeves through which such cables pass. E. Tighten grounding and bonding connectors and terminals, including screws and bolts, in accordance with manufacturer's published torque -tightening values for connectors and bolts. Where manufacturer's torquing requirements are not indicated, tighten connections to comply with tightening torque values specified in UL 486A to assure permanent and effective grounding. F. Route grounding connections and conductors to ground and protective devices in shortest and straightest paths as possible while following building lines to minimize transient voltage rises. Protect exposed cables and straps where subject to mechanical damage. END OF SECTION 16060-2 042525 SECTION 16070 SUPPORTING DEVICES PART 1— GENERAL 1.01 SUMMARY A. Section Includes: Secure support from the building structure for electrical items by means of hangers, supports, anchors, sleeves, inserts, seals, and associated fastenings. 1.02 SUBMITTALS A. Shop Drawings: Submit in accordance with Section 01340, Shop Drawings covering the items included under this Section. Shop Drawing submittals shall include: 1. Product data for each type of product specified. 1.03 QUALITY ASSURANCE A. Electrical components shall be listed and labeled by UL, ETL, CSA, or other approved, nationally recognized testing and listing agency that provides third -party certification follow-up services PART 2 - PRODUCTS . 2.01 MANUFACTURERS A. Subject to compliance with specified requirements, manufacturers offering products which may be incorporated in Work include: 1. Slotted Metal Angle and U -Channel Systems: a. Allied Tube & Conduit. b. American Electric. c. B -Line Systems, Inc. d. Cinch Clamp Co., Inc. e. GS Metals Corp. f. Haydon Corp. g. Kin -Line, Inc. h. Unistrut Diversified Products. 2. Conduit Sealing Bushings: 16070-1 042525 a. Bridgeport Fittings, Inc. b. Cooper Industries, Inc. c. Elliott Electric Mfg. Corp. d. GS Metals Corp. e. Killark Electric Mfg. Co. f. Madison Equipment Co. g. L.E. Mason Co. h. O-Z/Gedney. i. Producto Electric Corp. j. Raco, Inc. k. Red Seal Electric Corp. I. Spring City Electrical Mfg. Co. m. Thomas & Betts Corp. 2.02 COATINGS A. Coating: Supports, support hardware, and fasteners shall be protected by being 316 stainless steel finish, or inherent material characteristic. 2.03 MANUFACTURED SUPPORTING DEVICES A. Raceway Supports: Clevis hangers, riser clamps, conduit straps, threaded C -clamps with retainers, ceiling trapeze hangers, wall brackets, and spring steel clamps. B. Fasteners. Types, materials, and construction features as follows: 1. Expansion Anchors: Stainless steelwedge or sleeve type. 2. Toggle Bolts: Stainless Steelspringhead type. 3. Hanger Rods: 0.375 -inch diameter minimum Stainless steel. C. Conduit Sealing Bushings: Factory fabricated, watertight conduit sealing bushing assemblies suitable for sealing around conduit or tubing passing through concrete floors and walls. Construct seals with steel sleeve, malleable iron body, neoprene sealing grommets or rings, metal pressure rings, pressure clamps, and cap screws. 16070-2 042525 D. Cable Supports for Vertical Conduit: Factory fabricated assembly consisting of threaded body and insulating wedging plug for nonarmored electrical cables in riser conduits. Provide plugs with number and size of conductor gripping holes as required to suit individual risers. Construct body of stainless steel finish. E. U -Channel Systems: 12 gauge or 0.105 -inch -thick steel channels, with 9/16 -inch -diameter holes, at a minimum of 8 inches on center in top surface. Provide fittings and accessories that mate and match with U -channel and are of same manufacturer. 2.04 FABRICATED SUPPORTING DEVICES A. Shop- or field -fabricated supports or manufactured supports assembled from U -channel components. B. Steel Brackets: Fabricated of angles, channels, and other standard structural shapes. Connect with welds and machine bolts to form rigid supports. C. Pipe Sleeves: Provide a waterstop on pipe sleeves. Provide pipe sleeves of 2 standard sizes larger than conduit/pipe passing through it and of one of the following: 1. Sheet Metal: Fabricate from aluminum sheet metal; round tube closed with snaplock joint, welded spiral seams, or welded longitudinal joint. Fabricate sleeves from the following gauge metal for sleeve diameter noted: a. 3 -inch and smaller: 20 -gauge. b. 4 -inch to 6 -inch: 16 -gauge. c. Over 6 -inch: 14 -gauge. 2. Pipe: Fabricate from Schedule 40 aluminum pipe. PART 3 - EXECUTION NOT USED END OF SECTION 16070-3 042525 SECTION 16075 ELECTRICAL IDENTIFICATION PART 1- GENERAL 1.01 SUMMARY A. Section Includes: Identification of electrical materials, equipment, and installations. It includes requirements for electrical identification components including, but not limited to, the following: 1. Identification labeling for cables and conductors. 1.02 SUBMITTALS A. Shop Drawings: Submit in accordance with Section 01340, Shop Drawings covering the items included under this Section. Shop Drawing submittals shall include: 1. Product Data for each type of product specified PART 2 - PRODUCTS 2.01 ELECTRICAL IDENTIFICATION PRODUCTS NOTE TO SPECIFIER: DELETE NONAPPLICABLE PRODUCTS BELOW. CONSIDER DELETING RACEWAY AND CABLE IDENTIFICATION REQUIREMENTS FOR RENOVATION IN BUILDINGS WITHOUT CURRENT RACEWAY CABLE IDENTIFICATION SYSTEMS. A. Colored Adhesive Marking Tape for Wires and Cables: Self-adhesive, vinyl tape not less than 3 mils thick by 1 inch to 2 inches in width. B. Pre -tensioned Flexible Wraparound Colored Plastic Sleeves for Cable Identification: Flexible acrylic bands sized to suit raceway diameter and arranged to stay in place by pre -tensioned gripping action when coiled around the cable. C. Wire/Cable Designation Tape Markers: Vinyl or vinyl -cloth, self-adhesive, wraparound, cable/conductor markers with pre-printed numbers and letter. D. Cable Ties: Fungus -inert, self -extinguishing, one-piece, self-locking nylon cable ties, 0.18 inch minimum width, 50 -pound minimum tensile strength, and suitable for a temperature range from minus 50 to 350 degrees F. Provide ties in specified colors when used for color coding. 16075-1 042525 PART 3 - EXECUTION 3.01 INSTALLATION A. Lettering and Graphics: Coordinate names, abbreviations, colors, and other designations used in electrical identification Work with corresponding designations specified or indicated. Install numbers, lettering, and colors as approved in submittals and as required by Code. B. Underground Electrical Line Identification: During trench backfilling for exterior nonconcrete encased underground power, signal, and communications lines, install continuous underground plastic line marker located directly above line at 6 to 8 inches below finished grade. Where multiple lines installed in a common trench, do not exceed an overall width of 16 inches; install a single line marker. C. Install line marker for underground wiring, both direct buried and in raceway. D. Conductor Color Coding: Provide color coding for secondary service, feeder, and branch circuit conductors throughout the Project secondary electrical system following OWNER's method of phase identification or as follows: E. Wiring Standards: 1. 480/277 Volt, 3 -Phase Power: a. Brown. b. Orange. c. Yellow. d. Grey Neutral. 2. Motor Leads, Control Cabinet/MCC: a. Black, numbered L1 -T1, etc. 3. Control Wiring: a. Red Control circuit wiring that is de -energized when the main disconnect is opened. b. Yellow Control circuit wiring that remains energized when the main disconnect is opened. c. Blue DC. d. Green Ground. 16075-2 042525 F. Use conductors with color factory applied entire length of conductors except as follows: 1. The following field applied color coding methods may be used in lieu of factory -coded wire for sizes larger than No. 10 AWG. a. Apply colored, pressure -sensitive plastic tape in half -lapped turns for a distance of 6 inches from terminal points and in boxes where splices or taps are made. Apply last 2 laps of tape with no tension to prevent possible unwinding. Use 1 -inch -wide tape in colors as specified. Do not obliterate cable identification markings by taping. Tape locations may be adjusted slightly to prevent such obliteration. b. In lieu of pressure -sensitive tape, colored cable ties may be used for color identification. Apply 3 ties of specified color to each wire at each terminal or splice point starting 3 inches from the terminal spaced 3 inches apart. Apply with a special tool or pliers, tighten for snug fit, and cut off excess length. G. Power Circuit Identification: Securely fasten identifying metal tags of aluminum wraparound marker bands to cables, feeders, and power circuits in vaults, pull boxes, junction boxes, manholes, and switchboard rooms with 1/4 -inch steel letter and number stamps with legend to correspond with designations on Drawings. If metal tags are provided, attach them with approximately 55 -pound test monofilament line or one-piece self-locking nylon cable ties. H. Install wire/cable designation tape markers at termination points, splices, or junctions in each circuit. Circuit designations shall be as indicated on Drawings. END OF SECTION 16075-3 042525 SECTION 16120 WIRES AND CABLES PART 1 - GENERAL 1.01 SUMMARY A. Section includes the following: 1. Low -Voltage Wire and Cable. 2. Instrument Cable. 1.02 SUBMITTALS A. Shop Drawings: Submit in accordance with Section 01340, Shop Drawings covering the items included under this Section. Include Shop Drawings of wires, cables, connectors, splice kits, and termination assemblies. B. Reports of field tests prepared as noted in Section 01720. 1.03 QUALITY ASSURANCE A. UL Compliance: Provide components which are listed and labeled by UL. For cables intended for use in air handling space comply with applicable requirements of UL Standard 710, "Test Method for Fire and Smoke characteristics of cables used in Air Handling Spaces." B. NEMA/ICEA Compliance: Provide components which comply with following standards: 1. NEMA WC 70-1999/ICEA 5-95-658-1999, Nonshielded Power Cables Rated 2,000 Volts or Less for the Distribution of Electrical Energy. C. IEEE Compliance: Provide components which comply with the following standard. 1. Standard 82, Test procedures for Impulse Voltage Tests on Insulated Conductors. D. Labeling: Handwritten labels are not acceptable. All labels shall be machine printed on clear or opaque tape, stenciled onto adhesive labels, or typewritten onto adhesive labels. The font shall be at least 1/8 inch in height, block characters, and legible. The text shall be of a color contrasting with the label such that is may be easily read. If labeling tape is utilized, the font color shall contrast with the background. Patch panels shall exhibit workstation numbers or some type of location identifier, in sequential order, for all workstations or devices attached. Each Network cable segment shall be labeled at each end with its respective identifier. 16120-1 042525 PART 2 - PRODUCTS 2.01 MANUFACTURERS A. Subject to compliance with specified requirements, manufacturers offering products which may be incorporated in Work include: 1. Low -Voltage Wire and Cable: a. American Insulated Wire Corp. b. General Cable. c. The Okonite Co. d. Southwire Co. 2. Connectors for Low -Voltage Wires and Cable Conductors: a. AMP. b. O-Z/Gedney Co. c. Square D Company. d. 3M Company. 3. Instrument Cable: a. Belden (Trade Nos. 1120A and 1118A). 2.02 LOW -VOLTAGE WIRES AND CABLES A. Conductors: Provide stranded conductors conforming to ASTM Standards for concentric stranding, Class B. Construction of wire and cable shall be single conductor (1/c) unless multiconductor cable is shown by notation in form (x/c) where x indicates the number of separate insulated conductors per cable. B. Conductor Material: Copper. Minimum size power wire shall be No. 12 AWG. C. Insulation: Provide XHHW insulation for power conductors used in single- and 3-phase circuits with more than 120 volts to ground. Provide XHHW, or THWN/THHN insulation for power conductors used in single- and 3-phase circuits with 120 volts or less to ground 1. Provide THHN/THWN, or XHHW insulation for grounding conductors installed in raceways. 2. Provide THHN/THWN insulation for control conductors. 16120-2 042525 2.03 CONNECTORS FOR LOW -VOLTAGE WIRES AND CABLES A. Provide UL listed factory fabricated, solderless metal connectors of sizes, ampacity ratings, materials, types, and classes for applications and services indicated. Use connectors with temperature ratings equal to or greater than those of the wires upon which used. 2.04 INSTRUMENT CABLE A. Instrument Cable: 600 volt minimum insulated shielded cable with two or more twisted No. 16 AWG stranded copper conductors; PVC, nylon, or polyethylene outer jacket; and 100 percent foil shielding. PART 3 - EXECUTION 3.01 FIELD QUALITY CONTROL A. Reports (non -LAN cable): Testing organization shall maintain a written record of observations and tests, report defective materials and workmanship, and retest corrected defective items. Testing organization shall submit written reports to ENGINEER. END OF SECTION 16120-3 042525 SECTION 16130 RACEWAYS PART 1- GENERAL 1.01 SUMMARY A. Section Includes: Raceways for electrical wiring. Types of raceways in this Section include the following: 1. Liquidtight flexible conduit. 2. Rigid nonmetallic conduit. 3. Conduit bodies. 1.02 SUBMITTALS A. Shop Drawings: Submit in accordance with Section 01340, Shop Drawings covering the items included under this Section. Shop Drawing submittals shall include: 1. Product data for the following products: a. Conduit. b. Conduit bodies. 1.03 QUALITY ASSURANCE A. Codes and Standards: 1. NEMA Compliance: Comply with applicable requirements of NEMA standards pertaining to raceways. 2. UL Compliance and Labeling: Comply with applicable requirements of UL standards pertaining to electrical raceway systems. Provide raceway products and components listed and labeled by UL, ETL, or CSA. PART 2 - PRODUCTS 2.01 MANUFACTURERS A. Subject to compliance with requirements, manufacturers offering products which may be incorporated in Work include: 1. Conduit: a. Allied Tube. 16130-1 042525 b. Carlon. c. General Electric Co. d. Johns Manville. e. Occidental Coatings. f. Orangeburg. g. Perma-Cote Industries. h. Republic Steel. i. Robroy Industries. j. Steelduct Co. k. Triangle Conduit. I. Wheatland Tube. m. Youngstown Sheet and Tube. 2. Liquidtight Conduit: a. Anamet, Inc. b. Carlon. c. Electric -Flex. d. Thomas and Betts. 3. Conduit Bodies: a. Adalet-PLM. b. American Electric. c. Appleton Electric Co. d. Carlon. e. Crouse -Hinds Division, Cooper Industries, Inc. f. Delta Industrial Products. g. Killark Electric Mfg. Co. 16130-2 042525 h. Kraloy Products Co. i. O-Z/Gedney Co. j. Perma-Cote Industries. k. Robroy Industries. I. Spring City Electrical Mfg. Co. 2.02 NONMETALLIC CONDUIT AND DUCTS A. Rigid Nonmetallic Conduit (RNC): NEMA TC 2 and UL 651, 80 PVC. B. Liquidtight Flexible Nonmetallic Conduit and Fittings: UL 1660. Fittings shall be specifically approved for use with this raceway. 2.03 CONDUIT BODIES A. Provide matching gasketed covers secured with corrosion -resistant screws. Use nonmetallic covers in NEMA 4X areas. B. Conduit and Tubing: Use metallic conduit bodies as follows: PART 3 - EXECUTION NOT USED END OF SECTION 16130-3 042525 SHEET INDEX SHEET # SHEET DESCRIPTION G-101 6002 6003 S -IM 5-501 5-502 6100 ILMI 6102 6103 6104 DAM 6150 6102 6301 6302 6!50 6900 D-303 6!50 6105 FON I-II E -1M COVER SHEET GENERALNOTES OVERALL noun, SITE PLAN GENERALSTRUCTUEAL NOTES, ABBREVIATIONS, LEGEND AND SYMBOLS STRUCTURAL DETAILS STRUCTURAL DETAILS OVERALL FILTER MODIFICATION PLAN UPPER MODIFICATION PLAN FILTERS 1 - SLUICE GATE REPLACEMENT UPPER LEVEL PLAN SLUICE GATE REPLACEMENT LOWER LEVEL PLAN SLUICE CATE REPLACEMENT 3D PERSPECTIVE UPPER MODIFICATION PLAN FILTERS S -12 LOWER MODIFICATION PLAN MODIPICATION PLAN SECTION AND DETAIE EFFLUENT PUMPS FILTER MODIFICATION SECTIONS FILTER MODIFICATION SECTIONS OVERALL FILTER ASSEM SLV DETAIL FILTER UNDERDRAIO DETAIL FILTER BACETTASH/DITRIBUTION TROUGH ASSEMBLY DETAIL FILTER AIR PIPING DETAIL PROCESS DETAILS PROCESS DETAILS ELECTRICAL. LEGEND ELECTRICAL LEGEND ELECTRICAL MOOWICATION PLAN DETAILS BRIGHT AND BEAUTIFUL • BAY TO BEACH De'ES *plod by MRRn W..n Room E10010041: MNMESEAEM.la.In.1. F001. E 002, E-101, E-102 Oa*: 202515.10 NORTHEAST WRF SAND FILTER REHABILITATION Project Location NORM.. WRF Omrrn045050 CITY OFFICIALS Bruce Rector Ryan Cotton Mike Mannino David Allbritton Lina Teixeira Jennifer Pointer Digitally signed by David S Morris Reason: Structural : Responsible for Sheets S-100, "' S-502, S-501 * 2023Date: 501 15 10:10:22-04'00' Mayor Counclimember Councilmember Councllmember Councilmember City Manager Tara L. Kivett, P.E. City Engineer Approved For Construction Date Approved Digitally signed by % Tara GIVER,025. 5. /A�kodi Date: 2025.000' E 19:42:35 -04'00' eITVM000. T•r.Musa. P.11.1.0.011 BID SET City Project No. 23 -0045 -UT City Plan Set No. 2024030 Tetra Tech Project No. 200-41125-24002 Valve •• •1A14• ScheduleL GENERAL NOTES r^•^ 14.1.80 ALL NARK PERFORMED UTILITY OWNERS SHALL COMPLY WITH TIE REGULATIONS AND ORDINANCES OF THE VARIOUS PoWSGOVERNMEMAL AGENCIES HAVING PoSDICTON OVER THE WORK. JU q. eer.H1 1•Ar18.mw '. YNkt eiu. 408 TI. mer. rms... Am.01 11..na pm SApectru 2. ALL WORKMANSHIP AND MATERIALS USED IN THE CONSTRUCTION OF THS PROJECT SHALL CONFORM TO TIE LATEST CITY OF CLEARWATER STANDARDS, CONTRACT DOCUMENTS AND . .e t . nor . wre.e. 118.3, rtes M. TOA Bingham 700 Carlon Parkoay. Su0e6 St Petersburg, FIM* 33]18-112]SPECIFICATIONS UNLESS OTHERWISE NOTED. ]. THE CONTRACTOR SHALL M ALL REQUFED PERMITS 08 rnM.ati..eP6Anmm yen 11.65.66P Star20•18511536336•63e.M•W pgremn.Aren1v FIIwwTma4 • Klw PemM ACNn.. , Phone (727) 329-z3,7133. PRIOR TO CONSTRUCTION. 4. THE CONTRACTOR SHALL NOTIFY ALL UTILITY COMPARES AT LEAST FORTY EIGHT (48) HOURSa 1183 No. - 38881868 mpo0um•• '. Span 081.80errer '1 n ,tp Up,155002 ...... c....... A3•1661. nem. Naomi vn,..4.8811 KM,mI PemmB Amun Frontier CRRIRWaIOtlone, Mc.LOBTA Attention, M, ChM Mew. MC FLOW A33 PRIOR TO START OF CONSTRUCTION, DEMOLITION AND/OR EXCAVATION IN ACCORDANCE HATH FLORID STATUTES. 5, LOCATIONS, ELEVATIONS MID DIMENSIONS OF EXISTING UTIUTES, STRUCTURES AND OTHER FEATURES ARE SHOWN ACCORDIBU TO TIE BEST INFORMATION AVNLABLE AT THE TIME OF TIE 1838 Ne .vv.K..55'wmP4voww Smt neO.n wee. 1.61.. 431n.M8 548.88111mmn i fi- IN0.rb 2rm y Ioo-1 ow1 ngeu ap•e 5.100441 • Ornre'we vimem,1 .niiv mrenm.A rY•.tMrwkm 'n.ln v.n.A KiO. Teen. Acts* r Pa* ..1..310131133.1 /86.31 m.- 40.• 3383114.8..uwex. 1260581.15MSbwt ClermMer,.Str ]3]52 Mem 727)582-11]0 PREPARATION OF THESE PIANS, BUT DO NOT PURPORT TO BE ABSOLUTELY CORRECT. THE STRUCTCONTRACTOR SHALL VERIFY THE LOCATION, ELEVATORS AND DIMENSIONS OF ALL EXISTING UTIUTES, STRUCTURES AND OTHER FEATURES AFFECTNq THE WORK PRIOR TO CON6TRUCnON, 6. THE CONTRACTOR SHALL BE RESPONSIBLE f1.u.:.; µe1.35ie ee0un.n Sone e.emo. w•n re•i.v0 eestomommvum. S'u.t 18.x.3, tete• ,v - Neaib rNmny Top, Ivpl.... rW.a wpau P•v..euz. opnrw PBurb 1yx e10t men ewer 1YM.e0 1,os x omen t.M,A•WwwPmml.nmuv 3rntli 183634' S.M.e4, Innen lmp. mhoa S`u"w 1w.N8'w.r,a FWiie Ope Open Mat (WOW) N0IA.DIM.JMnesbergmen- Wmb �pn Probed am , Sandman w 3001 Galey BOMevaN North TO REVIEW THE SITE TO DETERMINE EXISTING CONDITIONS. ANYTHING NOT SHOWN ON THESE PLAITS SHALL BE BROUGHT TO THE ATTENTION OF THE CITY'S ENGINEERING REPRESENTATVE AND SHALL NOT CONSTITUTE ADDITIONAL SCOPE OF WORN 183318 . .1818.558 paCIum.e 1me 188.8 Wrier X nm rn. ,, i2 ovim n.yw 1ennet. npenrwe 38166 �•• Sub. Fme. rash An P.mo-.K +rte PHOR. Perk, FINN39,02 33762 Poen: (727) 2390224 ORIN APPROVED BY THE ENGINEER. 7. THNINGAN CONTRACTOR SHALL COMACTTEGCONSTTY'S ONEERINDREFRESENTATVE IMMEDIATELY CONCERNING ANY COM'UCTS ARISING WRING CONSTRUCTION. SEE UTIUTV OFFER NOTES FORPlgm CONTACT INFOR INFORMATION. ram N. ew1wnSameytvum.. SP.a6.u. 8.o, • '831 Nu u vkM..4To.mxr43vebn spelt lML1„en AlVirmr 37 oro 0. .w0 I18uenb to.15 ITml 4 55raN eart POnacSu. Pneuru.eYme'Ye pIS i3, .. '''mw 3,18688 . bac838b hawk Ksm. 8. DukeE MY Rico AWey 2188 Palmetto SIH, BIO. F 2lar... FlorkM 33765 B, ALL CONSTRUCTION ACTA/TIES MUST CONFORM TO THE LOCAL NOISE OROINAN CE. 111384 II 8•68•888m1.T"m.n yen 1b10. Nwer m m pthe 781.1 r.....rye.l« •3-160.13683•.11.1•813 4TrwA a K rare (727) SR -6]6] Cry of gums. 9. HOURS Of WORK SHALL BE IN ACCORDANCE WITH THE CITY AND COUNTY ORDINANCES. 10. THESE DRAWINGS W NOT INCLUDE NECESSARY COMPONENTS FOR CONSTRUCTDIN SAFETY. THE CONTRACTORIS SOLELY RESPONSIBLE FOR CONSTRUCTION SAFETY. SPECIAL PRECAUTIONS MAYBE ria N.. II 5YFd5umrwWna.. Spa 333883,81 leo No a.YY.4Sube.PrNYw.m.n• grin WTI.88 wee/ g ar 8888 Su6..=. pew.. --...Want low 55084 55x01 Prmu.gn-L. -... Prcw.M-tkr.<'Ye mum.'""'"'a...mumen lmrgn We PmmB Ammo 51188 Desk eea.am F1rlr.n in.P0 iw • • K rte geometer O. System Mention, M,.. 01. 104. 401 North Myrtle AvarlMMIN w CMarwaler, Florida 33755 Phone:(727) 4444924 REQUIRED IN TIE VICINITY OF POWER USES AND OTHER UTILITIES. OWER 11. A REGISTERED 1 YXel were 4 nr2b p Hoe r oro.rk-Opurwe mon v.`e c Naomi n Plum. amn A Gary elGrrweM LAND SURVEYOR, AT THE CONTRACTORS EXPENSE, SHALL RESET ALL SECTOR CORNERS OR PROPERTY CORNERS DISLOCATED OR DISTURBED BY ANY CONSTRUCTION RELATED AC V111Eb. AMY NATIONAL GEODETIC SURVEY (NGS) MONUMENT WITHIN TME UNITS OF CONSTRUCTOR IS TO 18.7501 n.WJxm imam �.. 8888. fin w.+ -.. 8888_...16 ' Yr°H w'e 133' 'r Bom.N iNMny 10 Pi p 551.4 epee P...w.M. OPorrY. Pe,m k )Poo t'1u ioomrsni. nM, mien V.• a Am,.. r„�,1 ^10010 Iles. Ink. t roti VON a Kira. Per n Nom. Enpimerkp DSR.NR.M- Traffic DIWelon A OSOAR Annabelle C. HLT, P.E. 100 South MMOe Awn., CteT. (72 Florida33756-474812. Phone (727) 3830932 BE PROTECTED. IF IN DANGER OF DAMAGE. CONTRACTOR STALL NOTIFY TIE 010'5 FIELD REPRESENTATIVE IMMEDIATELY AND CONTACT THE NATIONAL GEODETIC SURVEY INFORMATION CENTER. 33rl4ww 133 n p q,� M,ee _ cT.mt-� ILA Twin vaira Kb.. ..n.x O.wY City of EIMIWIM City ol/A.g 13. MATERIALS INTERFERING HATH CONSTRUCTION SHALL BE DISPOSED OF AS DIRECTED BY THE ken Nn 3 ""mTM Onlax.n Ir Bra1G w 5510 �� .. Cp.CY. rx IOCOIVI1005 80 raw,.,. nemro- DeterrnrR-Sway glalon Attention: M.PexNDnmbMW 100 South Myrtle Avenue. Room 220 CITY'S ENGINEERING REPRESENTATIVE, UNLESS OTHERWISE NOTED ON PLANS. 1A THE CONTRACTOR Oasss184•21051. ,r 1x113, P rap. 1111.3.8. . ryrx'1ve I3 a3 T.a8A Valve I Kna. au,v1 CM Y. 172 Floties 33755J]48 Plam (TIT onde 332 SHALL MMNTTNN AN ACCURATE SET OF MARKED -UP DRAVANGS (ASJ3ULTS) AT THE CONSTRUCTION SITE. 3,0 1k.16m w.3, 133 Mu." p epee r rr. 1RenrY. IAirwn n.nn.N. INr•Mktnweu S -.Ilea 1881351 err Cloy OICNanrter City of ClgD.ReNirnt-P2Mk 15. THE CONTRACTOR SMALL DISPOSE OF ALL UNSUITABLE MATERIALS, CONSTRUCTION DEBRIS, AND OTHER WASTE MATERIALS OFFSITE IN ACCORDANCE WITH APPLICABLE REGULATORY AGENCY REOUREMENTS AT TE CONTRACTORS EXPENSE. ALL BACKFILL SHALL BE FREE OF UNSUITABLE `"o "'n g iyne.1118. itmo 010 Re v '--- If euuW Iomi 41qpH 553,4 PBu... gaWt1.. vuv 4Nwrwe 16omw rook,1 rough 4080 Ane. memo mer w e waw MiTv1hA K.vMMATERIALS. UMMea Menden, I.E. Rid* Geller 1650 Nell Arcane* Avenue a.m., FT..335Mu�N Phone (727) 444-B87 Sarrn0 16. THE CONTRACTOR SHALL BE RESPONSIBLE FOR PROVIDING A HURRICANE PREPARATION PLAN TO THE CITY'S ENGINEERING REPRESENTATIVE FOR REVIEW AND APPROVAL PRIOR TO COMMENCING flier Nu 10 3316516.1 wen 133 nmMi p .... r o..e... 0,8•.1.8 Pueel.O...1, 6,11,80 4118 • Kr. • r.0o. Moble: (72224-]043 City Meana. CONSTRUCTION ACTVITES. 17. ANY DAMAGE TO TRIC COUNTY, OR STATE ROADS CAUSED BY THE CONTRACTOR SHALL BE REPAIRED BY THE CONTRACTOR IN A 'TIMELY MANNER AND TO THE SATISFACTION OF TME CITY'S ENGINEERING REPRESENTATNE. PAYMENT SHALL NOT BE MAGE FOR THIS NARK. w Nn r klen'nmr rtes We. Ilm814, nen741 No ! .n g (11388.8 Mom Omer OwNm. Ir' '• Ornb n•^••^b ilei o- rb.ml IMps hour 3Me.'„... rnxm -iwvclx 16In. Venea "" - bah..• Inlet Tan o A100 r c rte Erpmarkq DammneN-ConHruc>on Mention,I.E. JM Walter South Myrtle Avenue, Room 220 Clean.. Florida TA THE CONTRACTOR SHALL PROTECT PRIVATE PROPERTY. 3u1w ^ Igo No 5 V w _ My e x 0.36011.1.1.1onro um ie eor.q 00 55.x04 rn0101.0 Opmr1.. v.1nx v un 33758 PIgrR. (727) 444ffi10 BASE DRAWING INFORMATION WAS OBTAINED FROM THE CITY OFCLEARWATER NORTHEAST WATER RECLAMATION FACIUTY RECORD AND SHOP DRAWINGS. TIE CONTRACTOR nber Nn19. 111 wilneer 1!.4 04.41 0 00+010, -.w 55x14 ..m Po-Opnrle. Nis. rYei..`Amp.6.1.11 IS RESPONSIBLE FOR VERIFYING THE PRESENCE. LOCATION AND ELEVATION OF ALL EXISTING PIPING. ELECTRICAL FAOUTIES, AND ASSOCIATED EQUIPMENT PRIOR TOBIDDING. NI. �yj. IGe i�•`�AN1` row, 0111+ ,x rxr N p 1kpM r 1mm.c.lxmx i.e /rive• Learol 1186a A.rn 20. ALL BACKGROUND DRAWINGS WERE PROVIDED FROM PDF/TIFF FILES FLRMSMED BY THE OF CRY...Nomllwxnn CLEARWATER. SCALES ARE FOR m 5.5136.5.868e Ir. krmy I. p 55814 n41tre. YYr mrlr u..l n1pee. v.IOA K83 w 06 Aum.. REFERENCE PURPOSES ONLY. CONTRACTOR SHALL FIELD VERIFY ALL DIMENSIONS PRIOR TO ORDERING ANY MATERIALS OR EQUIPMENT 21. ALL WORK SHALL CONFORM TO TIE CURRENT CITY OF CLEARWATER CONSTRUCTION STANDARD'S WHICH ARE AVAILABLE AT wwr.mycleermle..cem. w • •'w 1kYn'.i.r 1138 wen 5-118.1 8888 rim NB S Me,. 0615.108u.3• 4833, wul. M' 133 er..y wmnS _o-1 8888.. =• a 553,4 8888.. rxpee PBmu oP.+ea0 8888.. Nev.,Isne1.OmH.e.A.Bn.. - i1.orT•1u ur Y, New Nene1Y Nk v0, a A1.•n. 408101.5, Wenn von.a K rte Nom. 0888 lam 22. CONTRACTOR SHALL BE RESPONSIBLE FOR THE COST OF REPLACING AM EQUIPMENT AND COMPONENTS DAMAGED AS A RESULT OF TIE CONTRACTORS NEGUGENCE DURING REMOVAL, Nn 1 e 1•5•88.6188 18388 Sue, Ir amml p epee r. Pn.-150,74.. 1, 10.0 A.wm `•o'ux ' PRESSURE WASHNG, CLEANING OR REJNSTALUTON. ron-He 1, k N G•m11888 p fie rl.w 10.1, Ir 03,+,, z o-1 55.10 nor.' Im.1<'w/ r 16168118.. 08.• 1616818.mere `en`s Aew.a 23. ALL STNNESS-STEEL HARDWARE, FASTENERS. AND ANCHORS SHALL BE ASSEMBLED WITH AN ANTSEIZE COMPOUND SPECIFICALLY FORMULATED FOR USE WITH STAINLESS STEEL IN SIMILAR CONXTONIS AND APPLICATIONS. O'x'Ab^• rM N33 ' b'w' " N1R' p ,..., rr..m.k.lpenrl.. 11;ar KrvM 24. WHERE TFE CITY'S TECHNICAL CAL SPECIFICATIONS, SUPPLEMENTAL TECHNICAL SPECIFICATIONS.open'""• reo Ne ...YAM. vi Ga.n.,wn {iW 008x. . it nom.. Pe qpm ro.,m8.np.wrYe 1 '1N1a Kier. ^e'/•w ANO dUVAN05CONFl1CT, THE MORE STRINGENTU REQUIREMENTS APPLY. ininido 1,8 Aai No, me8186 X68. 8888. .nom• rlorx.ur N0 twun'nw,. rr.weer or ,r 58.3.8 10... 25 psi YR, rVp. x7488888 omunk-Owr.c'1.e waren yml Ater 161re4M elri, ,.pew rM.e TaalaAle. Nom. Ammar Nee 4165.• Kern. nommen Noumue 183,.1811reWM,iRm 'r.111w1 183inderi.rms654 Main -. IrliN waver rhnpnlarl,oa'r.M•11 -... r83nlw.er ........ Ir Ir /1 n nwenb - /////„../.// _ x•i µ^._ .... 1915* . n0mp.(A.nrw p....„,..„. relrn ///../././/,/,././...,/, 1•18 ea lkukfJ.aI1 VaMAK0.4 Dem. Fans V*•Nis. ----. 13:,(118•1,,, Pump Pakl'ebcllw w... 0210• Fee70000 0888.6.83 11.4wea 11 Om Crow1.p, 55414 500.5 Nr+ bowl' mm.n NnN•.m. w l yam. On•roYM 1urd.utl.rtme8A4awx1dk , 3,13883am x.WV arte 481161eA. BID SET NOT RECORD ERMINES ; 'Yen' CITY OF CLEARWATER, FLORIDA _ W� all ....... °", FOR CONSTRUCTION .1.. PUBLIC uTILmES GENERAL NOTES 12••^ X• en.`rerr -RR-- 100 R. MYRTLE AVE. " 1.. CLEARWATER, FL 33754 SLR`� J R a n ES en .m...m,.rm.,.u.r... - Do- - MVPS. .. re 1 omlI'A:• t1 eel...... BID SET NOT FOR CONSTRUCTION RECORD DRAWINGS REVESIDIS CITY OF CLEARWATER, FLORIDA PUBLIC UTILITIES 100 S. MYRTLE AVE. CLEARWATER, FL 33756 DONSIONE STATE ONE CALL OVERALL FACILITY SITE PLAN 4;0;4' 111614002 IT GENERAL STRUCTURAL NOTES STRUCTURAL ABBREVIATIONS GENERAL CONDITIONS ALUMINUM 1.Au STRUCTURAL DRANINGS SHALL BE USED IN DN MTH THE MEDHANDAL CIVIL, , ALUMINUM DFIGN,DETAILINO FABRICATOR, AND ERECTION SHALL CONFORM TO THE UTEST O ARCHITECTURAL, ELECTRIC., HVAC, PLUMBING AND SHOP ,NNOS AND SOECIFCATIONS EDITION OF THE ALUMINUMDESIGNMANUAL. 2 TIE CTOR ALL FIELD CONDITIONS uSTHAATT MAY AFAND ECCT THHEWOORK DEPIICCTED ON THE DLLRAAwIoa SGHREVIEW ' COATED verHAHEAw COATING OF AIrAU REDSTART BITUMINOUS PAINT. ALUMINUM IN CONTACT WITH OR EMBEDDED IN CONCRETE OR MASONRY SURFACES SHALL BE OBTAIN ENGINEERS CLARIFICATION BEFORE COMMENDISCREPANCIES APPEAR, THE CONTRACTOR SHALL CING THE THE WORN WR NG To 3.CONCRETE THE CONTRACTOR SHALL ] TYPE ]1B. UNLESS NOTED OTERWISE ALUMINA. MEMBERS SHALL BE STAINLESS STEEL INITIALLY REFER TO MECHANICAL, ILD PLUMBING DRANING6 FOR TYPE, SSE, LOCATKK+, AND SPECIAL INSTALLATION REQUIREMENTS FOR THESE ITEMS A AL VIE.. OF ALUMINUM STRUCTURES SHALL CONFORM TO'STRUCTURAL WELDING CODE• 4. THE CONTRACTOR SNALL TAKE ALL NECESSARY MEASURES TO PROTECT DUSTING STRUCTURES FROM DAMAGE AMEN WORM° IN AND AROUND EXISTING STRUCTURES NHILE PERFORMING WORN SUCH AS DEMOLITON. FOUNDATION EXCAVATORS, AND OTHERS. S. SIZEAND LOCATOR OF EQUIPMENT PADS AND ANCHOR BOLTS SHALL BE PER EGUIPENT MANUFACTURERS REQUIREMENTS. STAINLESS STEEL ,. STAINLESS STEEL MATERIALS SHALL SE AS FOLLOWS UNLESS NOTED OTHERWISE: BNOT INDICATE METHODS OF OONSTRUCTON. THE CONTRACTOR SHALL PROVIDE A THE coNTRALT sTRucTuRAL DRAWINGS REPRESENT THE FINISHED STRUCTURE. THEy LL pO . EXTERIOR AND SUBMERGED usE. TYPE MS MEASURES NECESSARY TO PROTECT TOpE ]ISL (MMEREMHDm) OONSTRUCTION. SUCH MEASURES EXISTING AND NEW ERES�oBRACING, SHORING, ET CETERA FOR ALL CONSTRUCTION PHASE LOADS. : G COCE • STAINLESS STEEL'', AVYS DIA, LATEST EDIT.N. ELECTROOF_S SHALL BE ESN. 31131. T ANY EQUIPMENT AT MAY INDUCE VIBRATION TO THE STRUCTURE SHALL BE ADEQUATELY STAINLESS STEEL ISOLATED FROM THESTRUCTURE BSHALL BE CONSTRUED TO APPLY TO ANY SMEAR GS ARE INTENDED TO BE TYPICAL AND UATON ELSEWHERE ON THE PROJECT, EXCF_FT WHERE A DIFFERENT DUAL IS SHOWN. e SAILAR SITUATIONS ON THE PROJECT EOCEPTWHERE A DIFFERENT DETAIL IS SHOWN DESIGN CRITERIA 1.NBUILDING CODE. 1m]FLORIDA BMLDINO COOS, STH EDITION ROxroncED CONCRETE WATER RETAINING ENVIRONMENTAL STRUCTURES. ADI ]BGm"coDE REQUIREMENTS FOR FNMRONMENTAL ENGINEERING CONCRETE ALL OTHER STRUCTURES ACI 31.10 'BUILDING CODE REQUIREMENTS FOR STRUCTURAL CONCRETE' 3. ALUMINUM DE3MR MANUAL GC IOx.,nH EDITION REINFORCING 1, RENFORGEMENT SHALL CONFORM TO ASTM 0.315, GRADE.. REQUIREMENTS. FABRIC SHALL ROASTAI 1004 REST MENTS, ALL AACCEFRSHALL BE N� E IN CONFORMANCE,. M 2. REINFORCING STEEL SHALL HAVE THE FOLLOWING CLEAR OOVER UNLESS OTHERVASE NOTED - CONCRETE CAST AGAINST EARTH b. FORMED SURFACE WATER OR XPOSEDIN CO WEACT THER 4T SOIL SEWAGE A FORMED SURFACES NOT EXPOSED TO WEATHER OR X4 NCH SLABS, WAILS AND JOIST va BEAMS ....COLUMNS 1 ] DDRASPLICES M...,T E^COONTTRACTTHONAOR SHALL OBTAINN^E GIINEEERS APPPRO ALES NOT SHOWN ON THE t THE RACTORSHALL RE RACING DRAWINGS AND SCHEDULES IN CONFORMANCE WT HAGIREQUIREMENTS, 3. STAINLESS STEEL PLATES. SHEETS AND WASHERS SHALL BE IN ACCORDANCE TO AST./ A2.1, 4. STAINLESS STEEL W SHAPES, CHANNELS AND ANGLES SHALL BE IN ACCORDANCE TO ASTM 5. ALL BUILT-UP ASSEMBLES SHALL BE FUSED BY LASER IN ACCORDANCE WITH AVIA AIMS FOR NON TUBULAR SHAPES OR WELCED IN ACCORDANCE WITH ASTM ABH FCR TUBULAR SHAFES A. STAINLESS AINLE SSTEEL SNOTEDOTS AND THREADED RODS SHALL BE TYPE MS IN ACCORDANCE TO ASTM F 7. STAINLESS STEEL NUTS SHALL BE TYPE 31.11N ACCORDANCE TO ASTM F5B4 UNLESS NOTED OTHERVASE LEGEND Add STRUCTURAL LEGEND APPUES TO .S••• SHEETS ONLY EARTH RU_ UNDISTURBED EARTH COMPACTED GRANUUR FILL GROUT OR SAND IAS NOTED) ORATING l A • •1 SYMBOLS CONCRETE EGSTMG CONCRETE DEMOLITION STEEL PRECAST CONCRETE SYMBOLS APPLY TO SHEETS ONLY COLUMN AIR WALL LINE TAG BUILDINGSECTPN NO. SECTOR INDICATOR SECTION VIEW ELEVATION TAG CETNL NO. EES3SECTION // • NUMBER ABOVE FINISHED FLOOR ALUM ALUMINUM WELDED sTTUDIS 2LPROX ALTERNATEAPPROXIMATELY, BLD BUILDING • sEpm C.J CONTROL JOINT CL COE.TJR LINE 0.1CRETE MASONRY UNIT COL COLUMN CONC CONCRETE CONN CONNECTION CONST JT CONSTRUCTOR JOINT CONT CONTINUOUS CTR CENTER DIA DIAMETER DIG DIMENSION C. dno IsDV. DRAM. NOTES 1 REFER TO 'V SHEETS FOR EQUIPMENT REQUIREMENTS. z REFER TO SPECIFICATION FOR SEQUENCE OF CONSTRUCTION. FLTERW I. O VA DOWELS) OR oas„IN0 EACr EACH FACE EXPANSION JOINT EL ELEVATOR EMBEDMENT EO EOUALEW EACH Y ENST FNSTINO EXP EXPANSION FE FIRE , EEXTINGUISHER NGUISH FE FLOOR VI,. FINISHED GRADE R FIBER REINFORCED PUSTIC FF; FOOT FOOTING F3 FIELD VERIFY GILVGALVANIZED HK HOCK HOW HORIZONTAL SECTION HP HIGH POINT tfr INSIDE DIAMETER JOINT LIND POuxgS : FILTER SIC F it II FILTER alI ANAL R RADIUS LOW POIREINF Rr,r,,IgNO MAX MATERIAL RO ROUGH UOPENING MECHANICALMECH Ir SAM SHEET METAL SCREW SC MMISCEui MINIMUM SPECS SPECIFICATIONS MO MASONRY °KIANG SO SQUARE N1TL METAL STAINLESS STEEL NO NUMBER 6.T'D STANDARD ns NOT TO SCALE .,:3.0 OUTSIDE DIAMETER TIE BEAM I. OPPOSEE HAND TAB TOP AND BOTTOM OPING OPENING 1303 THICK PEMB FREENOINEERED TOC TOP OF PERPENCIcuLVR STEELMETAL BUILDING TOS TOP OF CONCRETE PLATE UNO UNLESS NOTED PLF POUND PER LINEAR OTHERWISE DoTVERT VERTICAL PRESSURE µEGHT PROJECTOR IOW WIRE FABRIC PSF POUNDS PER SQUARE FOOT PSI POUNDS PER SQUARE INCH PVC POLYMNYL CHLORIDE itI gGAL R LEVEL TO SHEET REMOVE EOSTING COATINGS AND INJECT ALL ACTIVE WEEPING CRACKS V.ITH POLYURETHANE GROUT, REFER TO NOTE I ON SHEET S-50, ▪ I I I I I I H I 1-- I I I I 1,--I I I S FILTI I II I I II I I II I I II I L -I _IL_ _J L- __IL_ FILTER AS I WRF FILTER REHABILITATION KEY PLAN NTS IFILTERM I 111111111 L ND SET NOT FOR CONSTRUCTION CITY OF CLEARWATER, FLORIDA PUBLIC UTILITIES 100 S. MYRTLE AVE. CLEARWATER, FL 33756 GENERAL STRUCTURAL NOTES, ABBREVIATIONS, LEGEND AND SYMBOLS LEVEL 1 -REPAIR DEPTH UP TO 1/2" NO EXPOSED REINFORCING CONCRETE WALL OR SLAB EMENRTGUG REPAIR REMOVE CONCRETE AROUND EXPOSED REINF RCINTPROVIDE MIN OF SAI. TOO COVER, TR off EXISTORCING:M. CIFICATIONS" SPECIFICATIONS ORIGINAL UNDAMAGED CONCRETE SURFACE WM.DUE REFER TO LEVEL 4 DETMLV.HERESECRON LOSS ORIGIN. RENFFORRCE EH:SAREAATER THAN z°N of EIENTRWSREPAIR MORTAR A SPECIFICATIONS SS 3113 CA 5 SERIES REFRACTORY ANCHORS Wroc. EW EMT. CONCRETE WALL AND SLAB ERSTING REINFORCING, TYR COATI...RENO PER SPECIFICATIONS ORIGINAL UNDAMAGED CONCRETE SURFACE NOTEREINFORCEEEMMETM LEVELDETAIL WHERE .POSED TO 1 MZ. SANCUT SOUARE EDGES AT TERIMEATHERED REMOVAL, TYR EDGES ARE TALL NOT BE ACCEPTABLE) LEVEL 2 -REPAIR DEPTH GREATER THAN 1/2' AND UP TO 1" NO EXPOSED REINFORCING EGSTING CONCRETE W.L OR ane ORIGINAL UNDAMAGED CONCRETE SURFACE SQUARE OPP EDGES. TIP 'NAND SQUARE EDGES PERIMETER ACCEOF PTARE ABLE)VAL FEATHERED DAMAGED REINFORCING STEEL ACCEPTABLE) FULLY LL BE REMOVED G EDREPMR, REINFORCEMENT SECTION LOSS CONCRETE S"srF,_L EACH BDEOFTHE E TO CORROSION TO LESS E®-A�"EFOIOTDEH,G ACMEVEA PROPER LAP HI ADDITION TOOTH. var+Fo°RREOEMIAa"NE.A SOF UNSOUND CON OF O"EbaM NG REEFER TOOTAB E 1'FORO" SIZE MINIM LAPS LENGTHS TO BE PROVIDED REMOVE EXPOSED NFORCI AROUND EMENTRWsa®NR PROVIDE MIN TYR F14 CLEAR MORTAR PER EXISTIAM SPECIFICATIONS RENFORCING, COMING/UMW PER SPECIFICATIONS LEVEL 3 - REPAIR DEPTH GREATER THAN 1" AND UP TO 4" WITHOUT REINFORCEMENT REHABILITATION t ERRIOUS REPAIR MORTAR AND GOATINGIIMNG SYSTEM TO BE PER DESIGN SAWCLR DEPTHS SHALL BEUWTEC TO PREVENT DAMAGE TO WSRNG REINFORCING S 3. REPAIR DEPTH IS DEFINED AS DEPTH Of REMOVAL OF UNSOUND CONCRETE AFTER SURFACE BLASTING HAS BEEN PERFORMED. 4 ALL nSRESABENERE�RHrsewRFasc SURFACES NAVE FOR TTHOWNEENTHEOIEERs EIORTO PROCEEDING WITI4 REPAIRS. 5. CONCRETE SURFACE PREPARATION .AL L BE A MINIMUM OF CE NO A SURFACE PRORLE EQUAL TCOMMERCIAL BLAST O IAc"RACSP 4ORIOR.TED BY R SHALL F.R ESTABLISHED. m MANUFACTURER. a. .L EXPOSF_O REINFORCING STEEL SHALL EPONFEHg PRIORTO LBEAB9VEaMR MATERIAL"BONDIGAG,. TEOCNGST.L.AALRA BLASTED TO WARE METAL CONDITION IN CONFORMANCE µRH SSPC-EPS/NACE ROI AND COATED WITH S. ARMATECH 1RI CORROSION INHIBITORSONDING PRIMER. 7. ANY ACTIVE INFILTRATION SHALL BE INJECTED PRIOR TO APPLICATION OF COATINGS INJECTIONS TO BE MADE TO SEAL THE CCRS USING DE NEEF POLYURETHANE GROUT BY CCP APPLIED TECHNOLOCI.OR ANAPPROVED EQUAL APPLICATION SHALL BE IN STRICT ACCORDANCE WITH THE MANUFACTURERS REQUIREMENTS A T. CONTRACTOR MUST EIAMNATION DETECTEDLSHALL BE REMOVE UNTIL INTERIOR CONCRETE SURFACES ALL A.AS OF ESOUND REPAIREDCONCRETE IS ENCOUNTERED AND PER THE SHEET. ALL AREAS OF OEUMKK! NATSHALL BE C.ARiAMRD AND EVALUATED BY ENGINEER PR OR TO EMOIRION AND REPAIR. SQUARE OFF EDS., TYR .E NOTE SQUARE 112,AWCUT EPAIR AND EDGES AT PERIMETER OF REMOVAL, TYP (FEATHERED EDGES ARE WILL NOT BEE COKIRACTOR OPTION TO PROVI LAPPING BCW COUPLERS RATED ME LEVEL 4 - REPAIR DEPTH GREATER THAN 1" AND UP TO 4" 4NTH REINFORCEMENT REHABILITATION CONCRETE RESTORATION AT WALL AND SLAB SURFACES DETAILNTS (A BIDDING NOTES. 1. R SHALL E RBINAG ASSUMED THE FOLLOYANGSQUAREGFOOTTAGEE OF WALL SURFACE • LEVEL 2 REPAIR 200 SF •LEVEL S REPAIR. 150 SF • LEVEL 4 REPAR 0 ]. IT SHALL BEASSUMEDUMED THE FOR FOLLOW,. LINEAR FOOTAGE OF CRACKING MUST . NG PURPOSES • CRACK INJECTIONS .ISLE .POSED CARBON STEEL BE GRIND. BACK TO A DEPTHEMBED IR SURFACE. NG CONCRETE NOTES eAPPLY HEAVY BONDGG DINNGOF E OMT AND PATCHW PLUS REPAIRMORTAR. I. DETAIL IS APPLICABLE TO VERTICAL AHO HORIZONTU SURFACES REINFORCEMENT/STEEL FREE AFURETT'Y RCMATIAC ACCORDING TNUACTREESWRIw INSTauniws AND RECOMMENDATIONS CER a mdTeNsLARinTINvN HUSING OF PROTECTIVE COGSYST. AT LOCATORS MERE CONCRETE SURFACE MILL RECEIVE NEW PROTECTIVE COATINGS CONCRETE RESTORATION AT EXISTING CARBON STEEL EMBEDS DETAILNTS �81 IMAGED BAR BEE TABLE, FOR LAP LENGTHS TYR Arr 1---�--J.-r/� �41 II -I II -1=-1i -zeteihrAn SAWCUT MOVE CONCRETE TO EXPOSE UNDAMAGED REINFORCING AREA OF EXP0.0 DAMAO. REINFORCING STEEL REINFORCING REINNG EU UNDAMAGED REINFORCING, LEVEL 4 -REPAIR PLAN OR ELEVATION 9 � STANDARD HOOK DEVELOPMENT LENGTH BAR SITE 90. STD ISO' STD HOOK", OEVEL o MENTIkat rsY TOR STD HO. BAR .0METRY ROT SHOWN REFER TO MUM AO REQUIREMENTS STANDARD REINFORCEMENT DETAILS DETAIL TABLE 1 -MINIMUM REINFORCEMENT LAP LENGTHS FOR TANK REHAB CONCRETE STRENGTHTF 4,0,3PEORGREATER BAR SEE LAP LENGTH (CLASS B SPLICE CLR COVER=+.5' CLR COVERALL. VERT HORM VERT NORM 19. 21. I. GRADES° UNCOATED REINFORCEMENT UNCOATED. RENFOF VER IS THE CIEIOAA COVER O INAL EEABmNG OF LL. CENTERLINE TTO W O ENTmUNE SPACING TO MUST BE GREATER THAN 1.o. BAR p DIAMETER PLUS MICE THE C CRETE COVER. IIFFTHH� H RPoTS NOT MET CONTACT THE BEER FOR S SPLICVV TOSTILENGTHS ORCEIENT tissocurm WITH THFOR E REHAB NORM, UNLESS NOTED OTHERWISE IN THE DRAWNGB. LAP LENGTH FOR TANK REINS DETAIL NTS O RECORD DRAWINGS CITY OF CLEARWATER, FLORIDA PUBLIC UTILITIES 100 S. MYRTLE AVE. CLEARWATER, FL 33756 {,TdICALL 811 STRUCTURAL DETAILS BIO SET NOT FOR CONSTRUCTION DANWSONS ��IAw 1e0.411IM01IR0: SPALLING AT FLOOR SLAB IN PIPE GALLERY PHOTO NO.1 6.4 111. PERIMETER OrWALLING o , 71.74:=1,,lLmF.IVAFIRTO FLOOR NMI soon BID SET NOT FOR CONSTRUCTION MCCCRC DRAWINGS REVISION CITY OF CLEARWATER, FLORIDA PUBLIC UTILITIES 100 S. MYRTLE AVE. CLEARWATER, FL 33756 STRUCTURAL DETAILS 011/111.202. 164. ri AC CHAIN r r -i SHEET D-101 I- HATCH OPERATING LEVEL 7 MUDWELL FILTER 12 FLOOR HATCH FILTSR EXISTING FILTERS UPPER LEVEL PLAN SCALE VI FILTER a - FILTER 3 FILTER 2 L J z [Al MCORP nwnnw Ism CITY OF CLEARWATER, FLORIDA PUBLIC UTILITIES 100 5. MYRTLE AVE. CLEARWATER, FL 33756 CALL 811 OVERALL FILTER MODIFICATION PLAN " w4 "uma .,...gym HATCH rr DUSTING 1" CONDENSATE BELOW FLOOR INFLUENT CHANNEL FLOOR HATCH I e L IIP O D6FU247,SPERPSBTER,NOFT wOTURING IFRO RVAI.VE PANEtS o M SHOW, FASTING 1. SST DROPS TO LYES ONTIE FETER PNEUMATIC ACTUATOR, PROVIDE REMAIN REMOVE EXISTING LUgNOCELLINLEf D FLOOR GALVANIZED STEEL RPE (SSP) RATE, BACKWASH INLET, sSTAND RY S, AND PROCESS AIR HEADER AND mPA PRESSURE PER. UGH, ARO LOW 15 (ISEEOETMEC NT -SO Arki NEP EXISTING FILTERS 1-8 UPPER LEVEL PLAN 0 ERAt£ EkSTNO FACKRATE INSPECTpN OFUNDERCIRAIN BY FILTER VALVES AND PNEUMATIC MANUFACTURER. REPLACE WITH APPROVED MEDIA FOLLOW. SYSTEMSREPAIR OT N SHOWN) ACTUATORS ON CELLS 1.10. BID SET NOT FOR CONSTRUCTION 11.1•••11. TAM LPN NE.111111.1 CITY OF CLEARWATER, FLORIDA PUBLIC UTILITIES TOO S. MYRTLE AVE. CLEARWATER, FL 33751 ..................... CALL 811 UPPER MODIFICATION PLAN FILTERS 1 - 8 L CONSTRUCTION NOTES AND SEQUENCING CO @ FILDTERSE O LEVEL INSTALL42" OHD GATES TO PREVENTO NE STOP IN DIP DEWATER NODRAIN, PUMP,RTH 1-8. FLOW FROM INFLUENT CLEARWELL CLEARWELL AND CHANNEL TO TRANSFER PIPES, EQUALIZATION WET EQUALIZATION PUMP SEE SHEET D-103. WELL STATION WET WELL. ALSO CLOSE GATE TO INFLUENT CHANNEL FOR FILTERS 9-12. SLUICE GATE UPPER LEVEL PLAN IEGSTING DISCHARGE OREMOVE EXISTING 37042" SLUICE GATE AND PEDESTAL OPERATOR. OINSTALL NEW HEAVY O REMOVE 42" PLUG OR DUTY SLUICE GATE IMTH UNE STOP IN PEDESTAL OPERATOR CLEARVVELL TRANSFER AND ELECTRIC MOTOR PIPE AND RESUME ACTUATOR. NORMAL OPERATIONS. EAS INS EGwuuTGn PUMPS mama NORTH CLENMFIL NOTES: 1. DURING STEPS 3-6, BACKWASH FUNCTION FOR FILTERS 1-8 WALL NOT BE AVAILABLE. DISCHARGE INFLUENT BCS EQUALIZATION P.S. WET NELL .L f I. OSECTION Al A NACORD CIIIAdNIm CITY OF CLEARWATER, FLORIDA PUBLIC UTILITIES 100 5. MYRTLE AVE. CLEARWATER, FL 33756 CALL 811 SLUICE GATE REPLACEMENT UPPER LEVEL PLAN BID SET NOT FOR CONSTRUCTION NYC IONEST, wm 12.141102 m.F BIO SET NOT FOR CONSTRUCTION O REHAB, ANMAKE 2 CLOSE PV OPERATIONALATI_ FILTERSDA GATES TOUPPREVENTERLEEL 1-8. FLOW FROM INFLUENT CHANNEL TO EQUALIZATION PUMP STATION WET WELL ALSO CLOSE GATE TO INFLUENT CHANNEL FOR FILTERS 9-12. INSTALL PLUG OR UNE STOP IN 42" DIP ,.> CLEARWELL TRANSFER PIPES, SEE SHEET D-103. CONSTRUCTION NOTES AND SEQUENCING - I!,1 INSTALL NEW HEAVY D DRAIN, PUMP, D REMOVE'O DEWATER NORTHD 30'x42SLUICE GATE DUTY SLUICE GATE WITH CLEARWELL AND AND PEDESTAL PEDESTAL OPERATOR EQUALIZATION WETOPERATOR. AND ELECTRIC MOTOR WELL I-� ACTUATOR. NIUDNELL L{ _p y;f MISTING IS' 011, • N,.P000LOPoGmRC 4) PROCESS AIR EXISTING1 TEE �R.4) MISTING I' PVC SOMA. ITIPOCIILORITE (TYPICAL 0E21 MISTING 3. CIP PROCESS N (TYPICAL OF 12) GLEARWELL a REMOVE 42' PLUG OR LINE STOP IN CLEARWELL TRANSFER PIPE AND RESUME NORMAL OPERATIONS. 4 INFLUENT SOX EXISTING 1r FILTRATE VE mACAL OF 12) Earn"er.INLET Rw `TYPICAL BUTTERFLY SLUICE GATE LOWER LEVEL PLAN .. EXISTING CT OF NiFLUENT NOTES: 1. DURING STEPS 3-6, BACKWASH FUNCTION FOR FILTERS 1-8 WILL NOT BE AVAILABLE. MISTNG 24. DIP RETURN EGUAUZATION PPE Os. CALORY ZPROCESS AIR 7�7 EXISTING en. REDUCER EXISTING 3" lEIFV CITY OF CLEARWATER, FLORIDA PUBLIC UTILITIES 100 S. MYRTLE AVE. CLEARWATER, FL 33756 SLUICE GATE REPLACEMENT LOWER LEVEL PLAN lirriarless PERSPECTIVE NW SCALE PERSPECTIVE NW CROSS SECTIONAL SCALE \�N PERSPECTIVE SE SCALE PERSPECTIVE SE CROSS SECTIONAL SCALE SCALE ',Mr Ilrvif100 CITY OF CLEARWATER, FLORIDA PUBLIC UTILITIES 10D 5. MYRTLE AVE. CLEARWATER, FL 33756 301.1.111M RATE SLUICE GATE REPLACEMENT 3D PERSPECTIVE isa`waur van. NIA ioo`.�4rauow ACTUATORS ON FILTER CELLS 1-10. &D SET NOT FOR CONSTRUCTION EXISTING AIR COMPRESSORS IXISTING 1 112. EFW FILTER 12 CXD t11 EAsi00 I'' FLOOR HATCH O a aSneFEE13LAZT NOOwD SHOWN) . EVSTwD r SST HEADERS Ito-sag Fs TO REMAIN. (SEE DETAIL FILTRATE, SACXWASH INLET, OPERKRNO LEVEL L f v1VVE3oNT EFILTER BACIONASH TROUGH, ANO LOWPRESSURE AIR. L _� I FLOOR HATCH EXISTING FILTERS 9-12 UPPER LEVEL PLAN ® nuTw; EXTENSPN AND FLOOR STAND (TYR0u. 0 'F'ATLIYr71TtN=TIgN OF 0iriLE*iaauorLACsC 1800 UNDERDRAIN SVELTER VALVES AND PNEUMATIC MANUFACTURER_ REPLACE wrrH APPROVED MEDIA 0RMS SYSTFOLLOWING EMS oESHOWN). CITY OF CLEARWATER, FLORIDA PUBLIC UTILITIES 100 S. MYRTLE AVE. CLEARWATER, FL 00756 CALL 871 11.1.10111.1.011C *TAT UPPER MODIFICATION PLAN FILTERS 9 - 12 L DOSTIN MNDAELLORMN TO17:LN, ii•?i PLUG DOSING A VE V 0 EXISTING tar. DIP BACRWAEII PUMP ROOM EXISTING DIP CLEARNELL CONN "ECTION EXISTI EXISTING tr. PROCESS AIR 0 w sms TNOril wHr1=1: MAIN. (SEE " TO REMAIN. /o. RS 0 0 ANOWELL /7 EXISTP10 . DIP INFLUENT L.: 00 00 0 U. '1S, 0 ;N O 18. FILTRATE OE BUTTERFLY VE AND FILTRATE VALVES. AND ON FILTERC3L.1-8PNEUMATIC NEWACTUATO"RR(TTYPICAL`Cf 8) COSTING Ir BACKWASH ■.©0 CLEARWRL HYPoc�HLORim m (TYPICAL OOFF 8) TaiW Li PROCESS DOSTINO NR (TYPICAL OF 12) EXISTING OPEN ROW METER EXISTING Z. PROCESS AIR DISTR.onPVC SODIUM HVPOCHI RE(rvNCAL OF AI 1E TEEE( m., OF gBwsnxc EMSPNG 18. FILTRATE ,TYPICAL OF ,BUTTERFLY A-0LVE 00 7H.1 00 00 CLEARWELL EXISTING FILTERS LOWER LEVEL PIPE GALLERY PLAN DIVING 4' DIP RETURN EQUALIZATION WETWELL COSTING 81S T LI AR SONO 3" BEV 0: °oE, 7iNv w S SYSTEM VEDIN�CELLNLET, FILTRATE, BACKWASH INLET, ,IrRiCKWA:ILIOUGH. ANO LOW io OVEA DRERP=E, BF,T , PNEUMATIC ACTUATOR, NNECK VIDE STAND(OTS EXTENSION c 00 0 FAgEND:; E HSEPE roN OF UNgsADnAIN BY FILTERMANUFACTURER. REPLACE MATH FOLLOW,. REPAIRAPPROVED MEDIA SYSTEMS ((OT SHOOSIii. CITY OF CLEARWATER, FLORIDA PUBLIC UTILITIES 100 S. MYRTLE AVE. CLEARWATER, FL 33756 SUMMINE ONE CALL or LOWER MODIFICATION PLAN .011 ww "7.1:07411411. NOSS .....114+1• 710;.+1. 1' 121144002 wLw VALVE T"REPLACEED O SE EXISTING IS' FLO. SPOOL PIECE TO SE REPAACED DUSTING PIPE SUPPORTS TO BE REPUCED BID SET NOT FOR CONSTRUCTION EXISTING EFFLUENT PUMPS LOWER LEVEL PLAN SCALE IRTPILIT 3 SECTION IX EFFLUENT 16" FLANGE CHECK VALVES REVISION CITY OF CLEARWATER, FLORIDA PUBLIC UTILITIES 100 5. MYRTLE AVE. CLEARWATER, FL 33756 CALL 817 SUNSHINE STATE MODIFICATION PLAN SECTION AND DETAILS EFFLUENT PUMPS 'raoww. 011/111411211 L NOTES 1. THE IEGSTING S' PROCESS AIR PIPING FOR FILTER LL BE REPLACED. SEE DET 0,01 FOR RY*LLMUREMIN OPERATIONAL DURING REPAIR OF THE NF WINO. THE CLEARWELL CANNOT BE ISOLATED. 2. FILTERS. ACTUATORS ON ABOVE SHOWS E�SRN0 ACTNAT.6 F. FILTERS 102.. REMOVE AND REPLACE BACKWASH TROUGH EXISTING FLOO6=T. ACTUATODsifro„nr�NOER j REMOVEEYJS1ING IINLETTROWN BUTTERFLY �TAPMN ACTUATORS (TAP SECTION EMSTING 1W DIP BACKWASH HEADER EXISTING„ - DIP FILTRATE OUTLET RECORD DREWINOS MERMEN CITY OF CLEARWATER, FLORIDA PUBLIC UTILITIES 100 S. MYRTLE AVE. CLEARWATER, FL 33756 CALL 811 FILTER MODIFICATION SECTIONS isae`.s.tr MINORS mo`+nesnosa OP EC BID SET NOT FOR CONSTRUCTION SECTION CLEARAELL EXISTING . SST PROCESS . Herm. REMAIN IN FILTER CELLS �P N� .O 1 FILTER CELL EMT. STAINLESS STEEL AIN DROP PIPING T,QROT.IOa,1.40(YFl CL a WA REMOVE AND REPLACE BOSTINEI 27. BACKWASH TROUGH BEV AND PNEUMATIC ACNATOR. PROVIDE NECK =RENS. ANO FLOOR STAND REMOVE AND PVC DIFFUSERS(SEE DETAIL EXISTING 508) 1.1 1111-= 1111_, CITY OF CLEARWATER, FLORIDA PUBLIC UTILITIES 100 S. MYRTLE AVE. CLEARWATER. FL 33756 FILTER MODIFICATION SECTIONS "" aN.rmas EXISTING AIR VENTS TO REMAIN IN SERVICE AND BE RE•USED EUSTING 318 SST DIFFUSER SUPPORT BRACKET U -BOLT EXISTING I° SST as DROP PIPING To REMAIN GNP) OIL SST DIFFUSER DROP SUPPORT VIO Ll -BOLT REMOVE EXISTING 3).GSP PROCESS AIR HEADER AND REPLACE MN E SCHEDULE 10 OW SST IN FILTER CELLS <InP.,m. EXISTING W HEADER TO REMAIN IU FILTER NI, DTP xm FASTING 1' SST BOLL VALVE TO REMAIN INLET BOX AND WEIR W.MBLV RENO. E DSTING PJC DIFFUSERS. FURNISH AND INSTALL NEwSCH DD PJC PFNSE SGYPx lm GULLET COVER AGO INSTWL MEnAPPR,VED FxTER EESHEET D21 COMPONENTS slxECUIR sHRAMST FRAMES owN. REO PER FRT IR ASSEMBLIESDUSTING BAGILWASKIDISTRIBUTION TROUGH (TWO TROUGH SECTIONS SHOWN, THREE REWIRED PER FILTER) REMOVE AND REPLACE WATER LEVEL FLOATS. EMOTING SUPPORT TOR AIN GYP)(SEE DETAIL TWES) 1. FOR ALL ITEMS TO BE REMO. AND IMPEDE OF D. ANY POLY TUBING, PNEUMATIC REPLACE,, MAIINc. UN., LINES,P PRESSURED AIR UNES. UNE CONNECTION, OR MANFIXDS MUST MEET THE REQUIREMENT OF ISO PSI AT ISO. F. ENSURE THE CONNECTIONS ARE RATED TOT. SAME STANDARD AS THE LINES AND NW/FOLDS. CITY OF CLEARWATER, FLORIDA PUBLIC UTILITIES 100 S. MYRTLE AVE. CLEARWATER, FL 33756 CALL 811 OVERALL FILTER ASSEMBLY DETAIL voT neasg.M.ra aee.ESADnaADoa GROUT AROUND`TUUBBE STO BE LAR LIGHT NOTES 1. FOR ALL ITEMS TO BE REPLACED. REMOVE AND DISPOSE OF EGSTING 2. THIS ORMAING REFLECTS COMPLETE REPLACEMENT. ACTUAL SCOPE MALL BE BASED ON INS.ECTION BY FILTER MFR. BID SET NOT FOR CONSTRUCTION REMOVE AND REPLACE STAINLESS STEEL SAS HEX NUTS AND FLAT WASHERS THAT ARE INCLUDED AS PART OF HOLD DOAN ASSEMBLIES REMOVE NU REPLACE 7.7N HOLD COVVN BEAM z- PERIMETER REMOVE AND REPLACE rel 1 /211 M. WRH twin owcu�cssnc ANGLE 1/211 PERM -T. . REPLACE ANGLE, LONG LEA VERTICAL REMOVE AND REPLACE CORE SEAUNG STRIP 1 /8.41. GLUED BACK GASKET REMOVE AND REF1.ACE STAINLESS STEEL WIRE MESH T 0.0.0.010 AIRE REMOVE AND REPLACE STAINLESS STEEL HOLD DOWN ASSEMBLIES EACH ASSEMBLY CONNSISTSE F )e 3 (THREE) (THREE) HA"W"NUTS FIBERGLASS GRATINGS X REMOVE AND REPLACE Mir, MEDIUM COMPRESSION CLOSED CELL NEOPRENE GASKET NOTE OVERUP GASKETS AT EACH ENO UNDERORAIN CORES REMOVE AND REPLACE we. SS SO. HD SEET vz- "EACH es FLAT WWASHER AND HEX. Nur REOROUT AROUND EACH NOLO DOM ASSEMBLY AFTER NEW ASSSMS, HAS BEEN INSTALLED GnouTAROONDTEE Isr ua T)., CITY OF CLEARWATER, FLORIDA PUBLIC UTILITIES 100 S. MYRTLE AVE. CLEARWATER, FL 33756 L (CALL 811 FILTER UNDERDRAIN DETAIL ww.471 e• Se 1 3/8" 29 1/4' 24 1/2 1 3/8" — 11/4" /row Dial. 9 5/8" 9 5/8" 10 I/4" 30 3/4" 1 1/8" 9 1 %41.— 8 3/44 9 1 /4".j 1 1 /8" 29 1/2" END FLANGE DRILLING DETAIL NTS ACTUAL ANCHORING LOCARONS TO BE DETERMINED BACKWASH TROUGH WALL SECTION' TROUGH WALL SECTION HAS W. ON END TO BE BOLTED TO WALL CARE MUST BE EXERCISED TO LOCATE AND ANCHOR THIS END TO THE CONCRETE WALL TROUGH NVERT ELEV 15 ,,,r ER REHASH PLATE BACKWASH TROUGH VSELD AIG ECII,°4SE• UGV/ lz1M LG. W,1,00N NUT SPLASH IG5LOED TO SPLASH LATE) SPLASH PLATE INSTALLATION DETAIL NTS AND, FLAT WASHERS BO REDD PER R UGH T FIBERGLASS ADJUSTABLE EDGE 12 RECO PER TROUGH ON CENTER BACKWASH TROUGH DSEC,ONHAS SECTION' WALL AT THE END OF THE TROUGH WA_OCK NUT REDD PER TROUGH jam-, Ie NUT REOD PER TROUGH SHIMS CL ETEV: REMOVE AND REPLACE Sir SS BOLT 21/r BY FILTER NPR, REDD PER TROUON 1 /2. SS ADHESIVE ANCHOR W/ NUT AND...HER 10 Ran PER TROUGH BACKWASH TROUGH END FLANGE BACKWASH TROUGH up SECTION" TROUGH MID SECTION HAS 'Al N MIDDLE OF TROUGH THIS BErWEEN THE WALL SECTION END TROUGH BOLTED ECTIONS TROUGHBOTH ENDS ARE THE SAME NARROW STAINLESS STEEL SPLASH PLATE a REOD PER TROUGH SUPPORT STAND REF. GROUT BETWEEN UNDERDRAIN FRAMES REMOVE SECURING TABS FROM BACKWASHTROUGH EM TABS IN PLACEe AEEODFDS. R TROUGH. `� ^E FILTER CELL REMOVE AND REPLACE RADOM. TROUGH FURNISHED LLP F�ANGLEILTER FR ANCHORT ANGLE REMOVE AND REPUCE 1 /2. SS ADHESIVE ANCHOR WINUT AND WASHER FURNISHED BY CONTRACTOR 4 REOD PER TROUGH REOD PER TROUGH NOTES - 1 FOR ALL ITEMS O BE REPLACED. REMOVE AND DISPOSE OF A z TURING PNEUMATIC LINES. AIR UNES, MANIFOLDS Mui MEET THE REQUIREMENT OF ISD PSI AT ISO. F. ENSURE THE CONNECTIONS THE SAME STANDARD AS THHEE NES ANORMANIFOLDS. MOOR/ OYMMm I CITY OF CLEARWATER, FLORIDA PUBLIC UTILITIES 100 S. MYRTLE AVE. CLEARWATER, FL 33756 FILTER BACKWASH / DISTRIBUTION TROUGH ASSEMBLY DETAIL NIA iaae`.sur estiarteas aewnss.uen ,MT REMOVE „� 1 ANY EUMATTC LINES, NR LINES PRESSURED AIR LIN_S, UNE ENOTES RPN,O M°wwLE'SMUSTMEETT.REQUIREMENTOR,SOPSI.T161, ENSURE THE IONS ARE RATED TO THE SAME STANDARD AS THE UN. AND MANIFOLDS. jx BID SET NOT FOR CONSTRUCTION RE1A0VE OUSTING 3" GSE PROCESS AIR HEADER AND 10 304 SST IN ,R;, -0m easrour 9" SST RPEACES LTO REMAIN IN TRTRDELLS0-„. PRP XS) BE.NOPCANDRE Cm QV0110) (REE DETAIL D.C. LOW PRESSURE DIFFUSER AIR PIPING SCHEMATIC SCALE NTS /aTIRNDTOREMNSTING 9. BEV ON R ; STING TNT. TGE REMANPEE�,IL1PIPING )� VE WING .F PROCESS AIR 10 SST IN AND FILTER CELLS EPLACE VNT11 Yamo:,01 DROP PNO MTO REMAIN (SEE DETML 1/0-.51 TYPICAL SECTION SCALE N. RECORD DRAWINGS I�M CITY OF CLEARWATER, FLORIDA PUBLIC UTILITIES 100 S. MYRTLE AVE. CLEARWATER, FL 33756 CALL 811 SUMMON STATE Tose GALE FILTER AIR PIPING DETAIL (18/16202. Amu MTAL TYPICAL -AIR DIFFUSER AND PIPE DROP INSTALLATION NMEws�us. PVC TANK WALL (REF.) DIFFUSER CONNECT TO Stl.TEE AN MEADERR (TO REMAIN) OAS COCK (TO REMAIN) UNION EXISTING STAINLESS STEEL DIFFUSER OROP TO REMAIN TEE NNRtalif Pvc wSTAUATAR DETAIL Of FOR HOLE . m. /Mr PIPE.; TYPICAL DIFFUSER ASSEMBLY 2) TYPICAL -LEVEL SENSOR INSTALLATION EXISTING, FLOAT SWITCH SUPPORT NATES: ONE (1) FLOAT MRCP/ RECAL. EACH RLTER CELL FLOAT SWTCNESLIN0. UDETVA(2) POINT BY2. FILTER EQUIPMENTEL.ATCNMANGE TO BE RT ER 31 TYPICAL -FILTER CELL PROFILE I INLET VALVE ' INLET CHANNEL A 20RB TROUGH VALVE S _. DIFFUSERS 180 B.N. INLET VALVE -gK .:� H I I B I I BACKWASH TROUGH A 1 .0 W ~ k 8" 10" FILTER MEDIA UNDERDRAINS 9 180 FILTRATE 'F -- $-N VALVE z r EFF. WEIR CREST EL. LTH. CLEARNELL a GULLET 41 MUD ELL Cr, A A L ENCORE EENESNM CITY OF CLEARWATER, FLORIDA PUBLIC UTILITIES 100 S. MYRTLE AVE. CLEARWATER, FL 33756 CALL 811 SUNSHINE ST Ere PROCESS DETAILS Eaw I BID SET NOT FOR CONSTRUCTION 060111/14211 mess N T.E. 41.2.002 U 2. 0 t. R 0 0 0 2 3 3 ip e@ er 1 aI PROCESS DETAILS Avower orwu owq'eosrns3uu33Hsaaoaie i>3,'oameVH3n e31lb awes iavarra31w 310-zaorzsruoozow Foal .3ns000, Voorens ea+sa3srn'.o wa ecz�z GENERAL AND ANNOTATIVE SYMBOLS SYMBOL DESCRIPTION (P.Aacuumx) c.Lan-CONDUIT P POl C CONTROLS M- '7X= I MAP -040+m I T S- CALLOUT EQUIPMENT CALLON.. INSTRUMENT CONSTRUCTOR NOTE KEYED NOTE REFERBYCE AND EFOR AIAIRINGA HT LINE INDICATED EXISTING ELECTRICAL OR EXISTING EoaPMENT. MONT LINE MAY ALSO MUSED FOR DETAIL DRAWING CLARITY. ogoNOEOE INDICATES NEW WORN TO BE HATCH INDICATES IXISTING WOW TO BE REMOVED CONDUCTORS CONNECTED CONDUCTORS NOT CONNECTED CONTINUATOR CONDUIT SYMBOLS SYMBOL DESCRIPTION EXPOSED CONDUIT BRANCH CIRCUIT, CONCEALED BOVE CEILING OR PALL WHERLEL E PERPENDICULAREPOSSIBLE. EXPOSED ROUTE FEIN — UE— UNDEGROUND ELECTRIC. PRIMARY CONDUCTOR — U0— DIRECT BURIED CABLE —DB— UNDERGROUND CONCRETE ENCASED DUCT HANK — E— DIRECT BURIED CONDUIT t CONRHEAD NONRIGID UNE DDUIT NTH CONDUIT SEAL FITTING NONRIGID CONDUIT � . CONDUIT TO CABLE GLAND SEAL — y CONDUIT BENDSTOWARO OBSERVER 3 CONDUIT BENDS AWAY FROM OBSERVER —3 CONDUIT REMAND CAPPED BRANCH PUIOv 0 RUN. LPCxx2 AWO NMI U.N.O. %.Y,2-CIRCUITNUMBERS BELOW...PENETRATOR CONDUIT µ CONDUIT Dwnuw PENETRATION RECEPTACLE SYMBOLS SYMBOL DEHRIPTON xx EHE DUPLEX IRE RECEPTACLE, 20A S.2DR, usv •MOUNTING HEIGHT GFCA • GROUND FAULT rwu WEATHERPROOFW PROTECTOR IN U. OLIG-ISOLED GROUND INDICATED SOURCE ANEL IPA)Alt CIRCUIT. IT NUMBER M FEEDING BRANCH ALL RECEPTACLE TYPES. NOTE RECEPTACLE ERB APRICABLETO FLOOR MOUNT DUPLEX RECEPTACLE GUADPLEX RECEPTACLE • CEILING MOUNT OUPLEX RECEPTACLE hit DUPL. S HALF TCCAEODUPLEX RECEPTACLE • IDUPLEX ACLS • MOUNT tr ABOVE COUNTER RECEPTACLE - EX OUTDOOR AP/OFCI IN -USE COVER 9 RECEPTACLE T -TWIST LOCK a. MS INDCATEDON PUNS, ▪ RECEPTACLE.MELDID 1i..IL RECEPTACLE -PLUG STRIP • FURNITURE SYSTEM CONNECTION BOX UGHTING SYMBOLS SYMBOL DESCRIPTOR CEILING q ARROWS UNTED EXIT FARROW CE PLACE. HATCHEDXX• DENOTES TYPE. SEE FLXTURE SCHEDULE .-� WALL MOUNTED EXIT SIGN. EMERGENCY UNIT LIGHT FIXTURE NTH A HEADS PTtBO CEILING HT FIXTURE HEED PER PHYMCAL XX • p OF FIXTURE ONS SEE FIXTURE SCHEDULE •- OENOTESCOONTaaLED BY SNITCH IF wpCArED%A NUMBEREAND BRAN. CIRCUIT NOLEiRE iroE6MODIFIERS APPLICABLE TO ALL FIXT 0 D o-0 CEILING. LIGHT FIXTURE BAERGENCY BATTERY BACKUP UPUNIT WALL MOUNTED LIGHT FIXTURE REGEBBEDWW1 LIGHTFIXTURE HIGH MAST L.HT FIXTURE POLE MOUNTED UGHT FIXTURE H NUMBER POLE MOUNTED LIGHT FIXTURE ARMS OR HEADS AS 34OWN HANDRAIL MOUNTED UGHT FLXTURE ABBREVIATIONS CHARGER -BATTERY 1 i MS MAN ,JAI MOTOR STARTER NI -NIA SIZE 2 MAMIE VA (MI I AMP( (KT CIRCUIT OR CIRCUIT BREAKER Al -FN EXTENSION TIN HAND NESE-- ON NITJA LIA LITNIFN %MP MOTOP pl ,„„,„ ,,„,„,, C SPIED CONTROL, VAC VOLTS ALTERNATING CURDINT 2P TWO POLE CRT CONTROI. HS HAND SWITCH L OR LOCAL OFF REMOTE NITS MANUAL TRANSFER SWITCH PIT PRESSURE INDICATING ECT CURRENT A AMPERES OR AMBER, OR AERATOR w CONTROL RELAY CORROSION PANEL Hz SIERrz CP CONTROl PANEL FA FIRE ALARM HTR HEATER LOS LOC.OUT STOP my MILLIVOLTS ,Lc LOGE TRANSE. SELECTOR NED VARIABLE SMITTER OR SECONDS FREQUENCY DAVE AC ABOVE COUNTER FAH FLOW MARFA HIGH PM RESISTANT EU PHASELR A L LATCHING R.,. N NEUTRAL MONITORF D CM VOLTMETER STATOR CONTROL SYSTEM INTEGRATOR I TERLo0N SH SHEET OR FD AF AMPERE ACCESS RUNS CT CURRENT TRANSFORMER FCV FLOW CONTROL VALVE I/O RPur/Ounur N/A W WIRE, TTS REF ABOVE FINISHED FLOOR CU COPPER ORCONOENSING UNITED,FEEDER SOMTION CONTACTOR ETHERNET NI KM 1 ENCLOSURE PEA PANEL PROTECTION DEW. W/ WITH HIGH/LOW W/O WITHOUT AFG ABOVE FINISHED ALRHoamAWD�iuRlsDlrnon E FE ROW ELEMENT IDS xTRuslox DETECTION SYSTEM LSIG LONG, SHORT, INSTANTANEOUS, ENCLOSURE NA NON -AUTO PR SHELLED R ss R SWITCH OR STAINLESS WAP WIRELESS ACCESS PVT A. AHU AIR HANDLING UNIT IUMMPwEi frr FLOW INDICATING SOWED GROUND GROUND STEEL LSL LEVEL SWITCH LOW NC NORMALLY CLOSED PRI PRIMARY STATE SOFT START WI WEIGHT INDICATOR DI DISCRETE AI ANALOG INPUT LIT FMw ASS NOnMG ON NTERVAL TIMER ITCH HIGH SIPS D TWISTEDPPP WEATHERPROOF AIC AMPERES INTERRUPTING RENT NEEINTIK NTERLOCK LEVEL FR SQUARE INCH NOq vALVFP AIL AMBER INDICATING LIGHTa/OMR TRANSFORMER O FIBER OPTIC NP NSTRUMEMAN,,,,,, fPANEL LTF LIQUID TIGHT FLEXIBLE METAL xEM MANUFACTURERS ASSOCIATION PREMECTRICAL PSI UIR SWITCH LOIS SWBD SWITCHBOARD Fa PNC POLmNYL CHLORIDE CONDUIT SWOP SWITCHGFM XYLENE NT ANALYSIS INDICATING TRANSMITTER TRANSMITTER ,B UNCTION BOR LTG CONDUIT NE N. -FUSED XP EXPLOSION -PROOF AL ALUMINUM NEP NATIONAL EIRE LV LOW VOLTAGE ASSOCIATION ALT ALTERNATE OR ALTERNATOR OwG1S1 DEAWISOINl OS DISCONNECTSWITCHNTROL FVR FuuvaTAGF R[vERSIxGK KEY RCP CIRCULAR Mels LTA LEVEL REUY LIGHTS NO A OPEN PROTECTION REFLECTED CEILING PUN THERMOSTAT TERMINAL BLOCK n STATUSINYC STANS DICATION AM AMMETER KCIAIL SAND RE RELOCATE TDR TIME DELAY RELA AMP AMPERE _G GROUND NU NUMBER louan cRECUT RECEPTACLE TEL TELEPHONE Al MOTOR STARTER Cpl on CYCLEES POSITION SWITCH NP NAMERIATE SORAREST CONTROL UNIT R. EANTRACTOR kVM -AMPERES NTS NOT TO HALE M TO TEMPERATURE INDICATORESC POSITION SWITCH CLOSED EXHAUST FAN . GROUND SUS kVA DAIS (REACTIVE ES ALUM TIME DRAY OPENING CONTACT OR iso POSITION SWITCH OPEN AS AMPERE EPESI PLD STEEL ALUMINUM OVERLOADTHERMAL MAN MAN.L RES R MAX MAXIMUM AUTO AATOMSTEC T1WwBFFR DMITHD w GFQ CIRCUIT RFL ELEVATOR OPEN/CLOSE RED KAAnw LIGTSP TWISTED SHIELDED PAIR GEO cxOUxDWURRu• ovF.oAo RELAY monOVERLOAD vO PANEL m Tv AwG AMERICAN WIRE GAUGE Augrv.RIG GFP RP REPLACE EQUIPMENT ExrULT PROTECTION OF "'' AUX AUNLIARY ENIER EMERGENCY TIME REwvMCC MOTOR CONTROL CENTER 00 ON-OFF TYPICAL ENCL ENCLOSURE MMON ALARM BAS BUILDING GND GROUND MCP MOTOR "DETECTOR UE W Rio Axa TEMPERATURETNG LGM PANEL SYSTEM NTNFRRET OUT • ON-Off UNDERGROUND ELECTRICrtROrtCroRE EXPLOSION PROOF METER lUC CONTROL CONTACTOR UnOx PAML BC BARE COPPER EP OR REM RUNNING TIME GRP GROUP BKR CIRCUIT BREAKER EQUIP EQUIPMENT GRS GALVANIZED RIGID STt PAID PROCESS 0 INSTRUMENTATION RTU REMOTETRUANT. UNITDIAGRAM UL UNDERWRI TERS LABORATORIES BLDG BUILDING REDUCED VOLTAGE, NON REVERSING u OTHERWISE ETR ERISIING TO REMAIN MIN MINUTE, MINIMUM PC PHOTOELECTRIC CELL RVS REDUCED VOLTAGE STARTER UP UTILITY POWER C CONDUIT EUH ELECTRIC UNIT HEATER HC HAND CONTROL LF CAT CATEGORY VAIII ELECTRIC WA.TER HEATERHH HAttrxio. LI LEVEL LINEAR NDDICCATOR ONLY POT IAM MULTINIODE MI iRFwENnAI UT UNDERGROUND TELECOMMUNICATIONS H HORN OP HIGH LET LEVEL ELEMENT TRANSMITTER m.TES OR MIxIMUM RUSS REDUCED VOLTA. SOFT STARTER UPS UNINTERRUPTIBLE POWER SUPPLY 5 START CH COUNTER NIGHT MST EXISTING DEVICE TO REMAINNOR HAND -ON -AUTO LIC LEVEL INDICATING CONTROLLER HP HORSEPOWER LIR LEVEL INDICTING RECORDER MK S, SEC SECOND CONT. -TOR CHER M5 MAGNETIC STARTER PE PRESSURE ELEMENT v VOLTS RECORD ORAVANOS 101.1011 CITY OF CLEARWATER, FLORIDA PUBLIC UTILITIES 188 S. MYRTLE AVE. CLEARWATER, FL 33758 CALL 811 SUNSHINE STATE CALL ELECTRICAL LEGEND BID SET NOT FOR CONSTRUCTION isawwr �eNaww. �aM o.. PPR .sr sq..RNSas.•... CONTROL CIRCUIT & PILOT DEVICE LEGEND O 0 0 DESCRIPTION PRESS ACTUATED WATCH FLOAT AGWAY., SNITCH FLOW ACTUATED SWITCH TEMP. ACTUATED SNITCH LMIT SWITCH -NORMALLY OPEN LIMIT SWITCH -NORMALLY CLOSED LIGHT SWITCH - NORMALLY CLOSED HELD OPEN LIGHT SNITCH - NORMALLY OPEN MELD CLOSED DESCRPTIOA CONTR.. RELAY CRL CONTROL RELAY CONTAO,NORMALLY OPEN CONTROL RELAY CONTACT -NORMALLY CLOSED IWO COIL LATCHING RELAY TIMING REU8 COIL TIMED CLOSED CONTACT ON ENERGUATION SMED OPEN CONTACT ON ENERCCATPN TIMED OPEN CONTACT ON DE -ENERGISATION ▪ ON DE -ENERGISATION TIMED CLOSED CONTACT1 nn 0 ED �o- MOMENTARY PUSHBUTTON OPERATOR -NORMALLY OPEN ARS PUSHBUTTON OR -NORMALLY CLOSED PUSHBUTTON OPERATOR MTN MUSHROOM HEAD FIELD LOCATED STOP BUTTON MAINTAINED STOP -START PUSHBUTTON OPERATOR SOLENOID OR CLUTCH INDICATING 3MIRT SYMBOL ESC RIP710`. MAINTAINED STOP I MOMENTARY START PUSHBUTTON MOGI. ZERO SPEED,. ANTS • PLUGGING SNITCH -Hem- ELAPSED TIME INDICATOR Hha. CONTACTS NORMALLY OPEN CONTACTSTIMING RAM - INSTANTAAEGUS NORMALLY CLOSED lI o�.La-III /23 VAC TRANSFORMER SINGLE -LINE DIAGRAM SYMBOLS SYMBOL Dt_SCRIPTION w ® TRANSFORMER, • DENOTES VOLTAGE AND PHASE XX - DENOTES H8E IN INA Ic AR°N CE (PROSIDE IC DENOTES • DELTA CONFIGURED HANDING WYE CONFIGURED WINDING GROUND ELECTRODE MVO X TA) COFFER -CLAD SURGE PROTECTION DEVICE ❑J DISCONNECT SWATCH ® HEATERWMUEINDICATED SOLENOID VALVE TRANSFER CH AMPERAGE POLES SYMBOL DESCRIPTION © HIGH VOLTAGE FUSE (ABOVE Soon LOW VOLTAGE FUSE IDI DENOTES AMP RATING 0 o CIRCUIT BREAKER 4ra\ DRAW OUT BREAKER \\^r/ ACTUALMOTOR WITH ASSUAGE, HORSEPOWER. REQUIRED MAY DIFFER - INCREASE AS 0— SHUNT TRIP URLDYCONNECTION 1513 CT ENCLOSURE WITH SEPARATE METER GENERATOR XXDENOTES SUE IN KW YY DENOTES VOLTAGE AND PHASE D\o LOW VOLTAGE DISCONNECT SNITCH DESCRIGNON _L M-NIAGNETE MOTOR STARTER, T , MUMBLER INDCATCEOMTNETAUUTOR) o.no MOTEL OVERLOAD DEVICE CAPACITOR) PHASE, NUE AS INDICATED 3(3) INDICATES OUANTIn ES IA Oj INTERLOCK FUNCTION MECHANICAL NEYEO INTERLOCK INTERLOCK ASSOCIATON VARIABLE FREQUENCY DRIVE POWER QUALITY MONITOR ® SOLID STATE REDUCED VOLTAGE STARTER SOU° STATE TRIP O REDUCED VOLTAGE SOFT STARTER BUS CONNErnON CIES LEM CIZEI GROUNDING SYMBOLS - GROUND CONDUCTOR BARE COPPER BUCOUNTERPOISE RIED SO BELOW GRALan TINNED COPPER) GROUND CONDUCTOR 1A,H EXOTHERMIC�G CONNECTION. Re' GTNL IM FINISHED NIBHFD GROUND OR WITH MECHANICAL CONNECTION. IC`( 'T' GROUND BAR • SEE PLANS AND SPECS FOR GROUND ROD NON INSPECTION WELL GROUND ROO 83/MRA x IG COPPER -CLAD ENCASEDCONCRETE ELECTRODE INDICATES BONDING TO CONCRETE RUMPS POWER PLAN SYMBOLS Cpl =f B a ID ®0 RECONNECT IOTIMEATONEMAT DENOTE ACTUAL EEQU T X - DENOTES TYPE FUSED NE - NON -F u DE CIRCUIT BREWER SP BEROFPOLES °310 STAINLESS STEEL- ANTERIOR RATEDNI2 INTERPR WITH DUST GASKETAXP. NON-METALLIC NEMA-1E03LOSION PROOF OCROBINATION ,PE STARTER AND DISOONNECT - MAGNETIC ,PE E ELECTRONIC TYPE FULL VOLTAGE NONREVERSING (FVNR) STARTER YOP NUMBER DENOTES FRAME SIZE BOTTOM NUMBER DENOTES TRIP OR FUSE SIZE ,PHONON BOX -GENERAL PURPOSE XX DENOTES NES. RATING IMMO DENOTES DIMENSIONS HANO HOLE MAN HOLE TERMINAL BOX UTILITY METER EN OL G A). TO DENOTE ACTUAL TRANSFORMER DIMENSONS ELECTRICAL EQUIPMENT AS NOTED ON PLANS. SURFACE MOUNTED. ELECTRICAL EQUIPMENT AS NOTED ON PLANS FLUSH OR RECESSED MOUNTIE° �:)' MOTO:OR DENOTES HP CRON POINT 6 CABLE REEL EoPMELECTRICAL FRNSBYET RSTO EQUIPMENT E WATCHCONTROL OR STATION FOR MOTORS SURGE ROTECTION DEVICE -SERVICE TDEVICE (TYPE t) 113 - ONRDAEVVICE(TYPE2 03 POINT OF USE DEVICE (TYPE SI D* MOUNTED NEMA FOR EXTERPR LOCATIONS GA AUTOMATIC TRANSFER SWATCH O THERMOSTAT TILITY POLE 136 LFLLOMTSMATCH X APPLICABLE CODES AND STANDARDS CODE.2023 NA`IGNAI L, LU. RIC LODE ,NECA 2023 FLORIDA BUILDING CODE BUILDING STH EDITION 2023 FLORIDA BUILDING CODE EXISTING BUILDING, 8TH EDITION 2023 FLORIDA BUILDING 2023 NDARON PREMONCODE, EDACONOCCUPAmL ETAND HAND EALTH ACT (�PLLABLBCM ALL APPLICABLE LDNOOOES AND STANDARDS NOT SPECIFIED MERE -IN LIGHTNING PROTECTION SYMBOLS DESCRIETION ,k` iASAXco T u..0)ESEDGREG 4 AIR TERMINAL • MOUNTED TO SIDE OF AIR TERMINAL - MULTIPOINT MR TERMINAL • DIAGONALs�RFACE HEMS, ABOVE MOUNTING CROSS CONDUCTOR —a— CLASS I LIGHTNING PROTECTION CABLE CII— CLASS II LIGHTNING PROTECTION CABLE (Al THROUGH-ROOFPENETRATION SEAL 1 CONDUCTOR BONDING CONNECTION �• ECRAPMENT/BUILDING CONNECTION �Y SYSTEM) FICONDUCTOR RTHIA-METALL. CONNECTION IN JUNCTIONBOX BETWEEN UGHTNING PROTECI1ONCABLE AND GROUNDING CABLE SWITCH SYMBOLS SYMBOL X DESCRIPTION 1204277V NNOOTEGL TOGGLE, DIGHT SNITCH. AS' AFF 8-0 WAY NG (EBDWATT U D.) OCCUPANCY SENSOR MATH MANUAL CSED - OCCUPANCY SENSOR WITH DIMMING AND MANUAL OVERRIDE M. M STORE TED WOMBLE TODDLE Lv NGGVOLTAGE WITH CIAMIIWP WEATHERPROOF COVERHOA HANCLOFF-AUTO • - DENOTES FIXTURES CONTROLLED VACANCYSOCCUPANOY SENSOR, CEILING MOUNTED BLL(MOUNT MITEROR OF BUILDING FACING NORTH MHO) LIGHTING CONTACTOR. BID SET NOT FOR CONSTRUCTION RECORD DR/WANGS —011— REINEION CITY OF CLEARWATER, FLORIDA PUBLIC UTILITIES 100 S. MYRTLE AVE. CLEARWATER, FL 33756 CALL 811 ELECTRICAL LEGEND ><ownmaeoa a v s L-11_ OPERATNG 0TF TECONTROL PANEL .FCF, 5a TRIG LEVEL MCC ROOM RLTER RLTER 10 /FILTER, \_FLOOR HATCH INFLUENT INFLUENT CHANNEL EXISTING FILTERS UPPER LEVEL PLAN FILTER S FILTER a LTER TER ILTE L SCALE NIS. Q KEY NOTES: PROPOSED GATE MODULATING ACTUATOR, 460V, 3 PHASE. 1.1. PROVIDE WITH JOA, NON-FUSED, NEMA 4X, 316 STAINLESS STEEL, DISCONNECT SWITCH MOUNTED TO ADJACENT WALL. 1.2. PROVIDE GATE ACTUATOR WITH ANALOG INPUT AND OUTPUT CARD. 2. EXISTING 4800, 34, PANELBOARD •L5 . PROVIDE NEW J POLE, 30 AMP, CIRCUIT BREAKER IN SPARE POLES 12.11,18. MATCH NEW BREAKER AC RATING TO RATING OF EXISTING CIRCUIT BREAKERS IN PANELBOARD. J. EXISTING FILTER CONTROL PANEL 'FCP. CONNECT NEW GATE ACTUATOR TO EXISTING I/O CARDS. PROVIDE THE FOLLOWING SIGNALS AND UPDATE EXISTING SCADA SCREENS TO SHOW AND CONTROL GATE ACTUATOR. J.1. DIGITAL INPUTS: J.1.1. FAULT 5.12. IN REMOTE 32. ANALOG INPUTS: 32.1. POSITION FEEDBACK J.J. ANALOG OUTPUTS: 9.9.1. POSITION COMMAND RECORD DRAWINGS REVISION CITY OF CLEARWATER, FLORIDA PUBLIC UTILITIES 100 S. MYRTLE AVE. CLEARWATER, FL 33756 CALL 811 SUNSHINE STATE ELECTRICAL MODIFICATION PLAN wA WA .e•. WA l". 015AR W11MmlA BID SET NOT FOR CONSTRUCTION CITY OF CLEARWATER, FLORIDA PUBLIC UTILITIES 100 S. MYRTLE AVE. CLEARWATER, FL 33756 / J WALL CONDUIT SLEEVE DETAIL MEEr CONDUIT 1. 00 1.10i USE BELOW MADE. VERTICAL AND HORIZONTAL CONDUIT RACKS AND HANGERS SCAL TS NECNAN NAMIINO• DETAILS WA ww. WA BRIGHT AND BEAUTIFUL • BAY TO BEACH SECTION V CONTRACT DOCUMENTS SECTION V CONTRACT DOCUMENTS Table of Contents PUBLIC CONSTRUCTION BOND 1 CONTRACT 3 CONSENT OF SURETY TO FINAL PAYMENT 7 PROPOSAL/BID BOND 8 AFFIDAVIT 9 NON -COLLUSION AFFIDAVIT 10 PROPOSAL 11 CITY OF CLEARWATER ADDENDUM SHEET 13 BIDDER'S PROPOSAL 14 SCRUTINIZED COMPANIES AND BUSINESS OPERATIONS WITH CUBA AND SYRIA CERTIFICATION FORM 15 SCRUTINIZED COMPANIES THAT BOYCOTT ISRAEL LIST CERTIFICATION FORM 16 SECTION V Page i Updated: 6/3/2024 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 copy of the recorded bond. Notwithstanding the terms of the contract or any other law governing prompt payment for construction services, the public entity may not make a payment to the contractor until the contractor has complied with this paragraph." CONTRACTOR SURETY OWNER [name] [name] [principal business address] [principal business address] [phone number] [phone number] City of Clearwater Public Utilities 100 South Myrtle Avenue Clearwater, FL 33756 (727) 562-4750 PROJECT NAME: Northeast WRF Sand Filter Rehabilitation PROJECT NO.: 23 -0045 -UT PROJECT DESCRIPTION: The NE WRF is located at 3290 State Rd 580, Safety Harbor, Fl 33761 and has a permitted (Facility ID FL0128937) treatment capacity of 13.5 million gallons per day (MGD). The NE WRF effluent filtration system consisting of twelve (12) filter cells is in need of evaluation and repair. BY THIS BOND, We, , as Contractor, and , a corporation, as Surety, are bound to the City of Clearwater, Florida, herein called Owner, in the sum of $ [x,xxx,xxx.xx], for payment of which we bind ourselves, our heirs, personal representatives, successors, and assigns, jointly and severally. THE CONDITION OF THIS BOND is that if Contractor: 1. Performs the contract dated , between Contractor and Owner for construction of Northeast WRF Sand Filter Rehabilitation, the contract documents being made a part of this bond by reference (which include the Advertisement for Bids, Proposal, Contract, Surety Bond, Instructions to Bidders, General Conditions, Plans, Technical Specifications and Appendix, and such alterations as may be made in said Plans and Specifications as therein provided for), at the times and in the manner prescribed in the contract; and 2. Promptly makes payments to all claimants, as defined in Section 255.05(1), Florida Statutes, supplying Contractor with labor, materials, or supplies, used directly or indirectly by Contractor in the prosecution of the work provided for in the contract; and SECTION V Page 1 of 16 Updated: 4/24/2025 SECTION V — Contract Documents Bond No.: PUBLIC CONSTRUCTION BOND (2) 3. Pays Owner all losses, damages, expenses, costs, and attorney's fees, including appellate proceedings, that Owner sustains because of a default by Contractor under the contract; and 4. To the limits of § 725.06(2), Florida Statutes, shall indemnify and hold harmless Owner, their officers and employees, from liabilities, damages, losses and costs, including, but not limited to, reasonable attorney's fees, to the extent caused by the negligence, recklessness, or intentional wrongful misconduct of Contractor and persons employed or utilized by Contractor in the performance of the construction contract; and 5. Performs the guarantee of all work and materials furnished under the contract for the time specified in the contract, then this bond is void; otherwise, it remains in full force. 6. Any action instituted by a claimant under this bond for payment must be in accordance with the notice and time limitation provisions in Section 255.05(2), Florida Statutes. 7. Any changes in or under the contract documents and compliance or noncompliance with any formalities connected with the contract or the changes does not affect Surety's obligation under this bond, and Surety does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract or to the work or to the specifications. IN TESTIMONY WHEREOF, witness the hands and seals of the parties hereto this day of , 20 (If sole Ownership or Partnership, two (2) Witnesses required). (If Corporation, Secretary only will attest and affix seal). [TYPE LEGAL NAME OF CONTRACTOR] By: Title: Print Name: WITNESS: WITNESS: Corporate Secretary or Witness Print Name: Print Name: (affix corporate seal) (Corporate Surety) By: ATTORNEY-IN-FACT Print Name: (affix corporate seal) (Power of Attorney must be attached) SECTION V Page 2 of 16 Updated: 4/24/2025 SECTION V — Contract Documents CONTRACT (1) This CONTRACT made and entered into this _ day of , 20 by and between the City of Clearwater, Florida, a municipal corporation, hereinafter designated as the "City", and C&T Contracting Services, of the City of Tampa County of Hillsborough and State of Florida, hereinafter designated as the "Contractor". WITNESSETH: That the parties to this contract each in consideration of the undertakings, promises and agreements on the part of the other herein contained, do hereby undertake, promise, and agree as follows: The Contractor, and his or its successors, assigns, executors or administrators, in consideration of the sums of money as herein after set forth to be paid by the City and to the Contractor, shall and will at their own cost and expense perform all labor, furnish all materials, tools and equipment for the following: PROJECT NAME: NE WRF Sand Filters Rehab PROJECT NO.: 23 -0045 -UT in the amount of $5,469,339 In accordance with such proposal and technical supplemental specifications and such other special provisions and drawings, if any, which will be submitted by the City, together with any advertisement, instructions to bidders, general conditions, technical specifications, proposal and bond, which may be hereto attached, and any drawings if any, which may be herein referred to, are hereby made a part of this contract, and all of said work to be performed and completed by the contractor and its successors and assigns shall be fully completed in a good and workmanlike manner to the satisfaction of the City. If the Contractor should fail to comply with any of the terms, conditions, provisions or stipulations as contained herein within the time specified for completion of the work to be performed by the Contractor, then the City, may at its option, avail itself of any or all remedies provided on its behalf and shall have the right to proceed to complete such work as Contractor is obligated to perform in accordance with the provisions as contained herein. SECTION V Page 3 of 16 Updated: 7/9/2025 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 CONTRAFOREMENTIONED CONTRACTOR, CTORS, AGENTS, SERVANTS OR EMPLOYEES RESULTING FROM ACTIVITIES BYY TONTRACTOR AGENT SERVANTS OR EMPLOYEES, TO THE LIMITS OF § 725.06(2). In addition to the foregoing provisions, the Contractor agrees to conform to the following requirements: In connection with the performance of work under this contract, the Contractor agrees not to discriminate against any employee or applicant for employment because of race, sex, religion, color, or national origin. The aforesaid provision shall include, but not be limited to, the following: employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; lay off or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The Contractor agrees to post hereafter in conspicuous places, available for employees or applicants for employment, notices to be provided by the contracting officer setting forth the provisions of the non-discrimination clause. The Contractor further agrees to insert the foregoing provisions in all contracts hereunder, including contracts or agreements with labor unions and/or worker's representatives, except sub -contractors for standard commercial supplies or raw materials. It is mutually agreed between the parties hereto that time is of the essence of this contract, and in the event that the work to be performed by the Contractor is not completed within the time stipulated herein, it is then further agreed that the City may deduct from such sums or compensation as may be due to the Contractor the sum of $1,000.00 per day for each day that the work to be performed by the Contractor remains incomplete beyond the time limit specified herein, which sum of $1,000.00 per day shall only and solely represent damages which the City has sustained by reason of the failure of the Contractor to complete the work within the time stipulated, it being further agreed that this sum is not to be construed as a penalty but is only to be construed as liquidated damages for failure of the Contractor to complete and perform all work within the time period as specified in this contract. It is further mutually agreed between the City and the Contractor that if, any time after the execution of this contract and the public construction bond which is attached hereto for the faithful performance of the terms and conditions as contained herein by the Contractor, that the City shall at any time deem the surety or sureties upon such public construction bond to be unsatisfactory or if, for any reason, the said bond ceases to be adequate in amount to cover the performance of the work the Contractor shall, at his or its own expense, within ten (10) days after receipt of written notice from the City to do so, furnish an additional bond or bonds in such term and amounts and with such surety or sureties as shall be satisfactory to the City. If such an event occurs, no further payment shall be made to the Contractor under the terms and provisions of this contract until such new or additional security bond guaranteeing the faithful performance of the work under the terms hereof shall be completed and furnished to the City in a form satisfactory to it. SECTION V Page 4 of 16 Updated: 7/9/2025 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.Ca11(c%myclearwater.com, 727-562-4092, 600 Cleveland St., 6th Floor, 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 publicency. 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 5 of 16 Updated: 7/9/2025 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. 1) A notice complies with subparagraph (h)2. if it is sent to the public agency's custodian of public records and to the contractor at the contractor's address listed on its contract with the public agency or to the contractor's registered agent. Such notices must be sent by common carrier delivery service or by registered, Global Express Guaranteed, or certified mail, with postage or shipping paid by the sender and with evidence of delivery, which may be in an electronic format. j) A contractor who complies with a public records request within 8 business days after the notice is sent is not liable for the reasonable costs of enforcement. IN WITNESS WHEREOF, the parties to the agreement have hereunto set their hands and seals and have executed this Agreement, the day and year first above written. CITY OF CLEARWATER IN PINELLAS COUNTY, FLORIDA By: Jener oirrier City Manager Countersigned: By: Bruce Rect Mayor Contractor must indicate whether: Attest: Rosemarie Call City Clerk Approved as to form: -E g.aNSI J g62Owen Kohler r/ Lead Assistant City Attorney Corporation, Partnership, Company, or Individual C4't (Contractor By: Print Name: Title: Qp,r...�1' . —r (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. SECTION V Page 6 of 16 Updated: 7/9/2025 SECTION V — Contract Documents CONSENT OF SURETY TO FINAL PAYMENT TO OWNER: City of Clearwater PROJECT NAME: Northeast WRF Sand Filter Rehabilitation Public Utilities PROJECT NO.: 23 -0045 -UT 100 S. Myrtle Ave. CONTRACT DATE: [ 1 Clearwater, FL 33756 BOND NO.: [ 1, recorded in O.R. Book I 1, Page [ 1, of the Public Records of Pinellas County, Florida. CONTRACTOR: [ 1 Pursuant to § 255.05(11), Florida Statutes, and in accordance with the provisions of the Contract between the Owner and the Contractor as indicated above, the: [insert name of Surety] [address] [address] on bond of [insert name of Contractor] [address] [address] ,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 Utilities 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 7 of 16 Updated: 4/24/2025 SECTION V — Contract Documents PROPOSAL/BID BOND (Not to be filled out if a certified check is submitted) KNOWN ALL MEN BY THESE PRESENTS: That we, the undersigned,C & T Contracting Services, LLC. 11023 Countryway Blvd_Tampa, FL 33626 as Contractor, and FCCI Insurance Company as Surety, whose address is 6300 University Parkway Sarasota, FL 34240-8424 , are held and firmly bound unto the City of Clearwater, Florida, in the sum of Dollars ($ ) (being a minimum of 10% of Contractor's total bid amount) for the payment of which, well and truly to be made, we hereby jointly and severally bind ourselves, our heirs, executors, administrators, successors and assigns. The condition of the above obligation is such that if the attached Proposal of C & T Contracting Services, LLC. as Contractor, and FCCI Insurance Company as Surety, for work specified as: NE WRF Sand Filters Rehab 23 -0045 -UT all as stipulated in said Proposal, by doing all work incidental thereto, in accordance with the plans and specifications provided herefor, all within Pinellas County, is accepted and the contract awarded to the above named bidder, and the said bidder shall within ten days after notice of said award enter into a contract, in writing, and furnish the required Public Construction Bond with surety or sureties to be approved by the City Manager, this obligation shall be void, otherwise the same shall be in full force and virtue by law and the full amount of this Proposal/Bid Bond will be paid to the City as stipulated or liquidated damages. Limited Principal must indicate whether: _Liability Corporation, Partnership, x Company, or Signed this 23rd day of July Individual , 2025 . C & T Contracting Services, LLC. 11023 Countryway Blvd. Tampa, FL 33626 Contractor C & T Contract' rvices Principal By: Title - Christopher Telson, President FCCI Insurance Company IMP"'t�r•� Jessie Sloan, Attorney -In -Fact & Florida Licensed Resident Agent 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. Inquiries: (321) 800-6594 SECTION V Page 8 of 16 Updated: 7/9/2025 FCCI INSURANCE GROUP GENERAL POWER OF ATTORNEY Know all men by these presents: That the FCCI Insurance Company, a Corporation organized and existing under the laws of the State of Florida (the "Corporation") does make, constitute and appoint Jorge Bracamonte; Jessie Sloan; Hallie Martin Each, its true and lawful Attorney -In -Fact, to make, execute, seal and deliver, for and on its behalf as surety, and as its act and deed in all bonds and undertakings provided that no bond or undertaking or contract of suretyship executed under this authority shall exceed the sum of (not to exceed $30,000,000.00): $30,000,000.00 This Power of Attorney is made and executed by authority of a Resolution adopted by the Board of Directors. That resolution also authorized any further action by the officers of the Company necessary to effect such transaction. The signatures below and the seal of the Corporation may be affixed by facsimile, and any such facsimile signatures or facsimile seal shall be binding upon the Corporation when so affixed and in the future with regard to any bond, undertaking or contract of surety to which it is attached. In witness whereof, the FCCI Insurance Company has caused these presents to be signed by its duly authorized officers and its corporate Seal to be hereunto affuced, this 20"' day of December, 2024. Attest: .0 (4/04_ Christina D. Welch, President FCCI Insurance Company State of Florida County of Sarasota Before me this day personally appeared Christina D. Welch, who is personally known to me and who executed the foregoing document for the purposes expressed therein. 401.14%, FE80Y$Iow Q.1. a,,.s.,a • * Commission MI laftli &pig sWeary27.7 �sopANCECO.• SEAL •- 1994 �OR10P `. Christopher Shoucair, EVP, CFO, Treasurer, Secretary FCCI Insurance Company My commission expires: 2/27/2027 State of Florida County of Sarasota Notary Public Before me this day personally appeared Christopher Shoucair, who is personally known to me and who executed the foregoing document for the purposes expressed therein.pe� SNOW r4IrHtillIeai✓v v Notary Public My commission expires: 2/27/2027 w Woe 1027 CERTIFICATE I, the undersigned Secretary of FCCI Insurance Company, a Florida Corporation, DO HEREBY CERTIFY that the foregoing Power of Attorney remains in full force and has not been revoked; and furthermore that the February 27, 2020 Resolution of the Board of Directors, referenced in said Power of Attorney, is now in force. Dated this 23rd day of July , 2025 1-10NA3592-NA-04, 1/2025 Christopher Shoucair, EVP, CFO, Treasurer, Secretary FCCI Insurance Company SECTION V — Contract Documents AFFIDAVIT (To be filled in and executed if the bidder is a corporation) STATE OF FLORIDA ) COUNTY OF HILLSBOROUGH) Christopher Telson, being duly sworn, deposes and says that he/she is Secretary of C&T Contracting Services a corporation organized and existing under and by virtue of the laws of the State of Florida, and having its principal office at: 11023 Countryway Blvd Tampa Hillsborough Fl (Street &Number) (City) (County) (State) Affiant further says that he is familiar with the records, minute books and by-laws of _C&T Contracting Services LLC (Name of Corporation) Affiant further says that (Officer's N of the corporation, is duly authors - • s sign the Proposal for <23_ O ociS - (J or said corporation by virtue of (state whether a pro by Resolut q(Ti e) Sworn to before me this D day of n give laws or a Resolution o of adoption). SPRY Ptik„� ;O 712212028 (��-s Type/print/stamp naine igiagEddlouse 4s- 01 _____ Title or rank, and Sen tf any 4ktp OF 4,•`numuimo- SECTION V Page 9 of 16 Updated: 7/9/2025 SECTION V — Contract Documents NON -COLLUSION AFFIDAVIT STATE OF FLORIDA ) COUNTY OF 1..`11.51,... • + ) C11 1..j15s•- / of GT G-4 e.,e1,. �e(V0* es , the party making the fore ng Proposal or Bid; that such Bid is genuine of 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 • ectly or indirectly submitted this bid, or the contents thereof, or divulged information orda .1 elative .,�reto to any association or to any member or agent thereof. / / being, first duly sworn, deposes and says that he is Affiant Sworn to and subscribed before me this 7 7 day of Jut) Flannah Lamor Notary Public , 2025 . pj .,, HANNAH LAMON Notary Pubik - State of Florida Commission M HH 658387 ,f es My Cow. Expires Mar 30, 2029 P Bonded through National Notary Aso. SECTION V Page 10 of 16 Updated: 6/3/2024 SECTION V — Contract Documents PROPOSAL (1) TO THE CITY OF CLEARWATER, FLORIDA, for Northeast WRF Sand Filter Rehabilitation (23 -0045 -UT) and doing such other work incidental thereto, all in accordance with the contract documents, marked Northeast WRF Sand Filter Rehabilitation (23 -0045 -UT) Every bidder must take notice of the fact that even though his proposal be accepted and the documents signed by the bidder to whom an award is made and by those officials authorized to do so on behalf of the City of Clearwater, Florida, that no such award or signing shall be considered a binding contract without a certificate from the Finance Director that funds are available to cover the cost of the work to be done, or without the approval of the City Attorney as to the form and legality of the contract and all the pertinent documents relating thereto having been approved by said City Attorney; and such bidder is hereby charged with this notice. The signer of the Proposal, as bidder, also declares that the only person, persons, company or parties interested in this Proposal, are named in this Proposal, that he has carefully examined the Advertisement, Instructions to Bidders, Contract Specifications, Plans, Supplemental Specifications, General Conditions, Special Provisions, and Public Construction Bond, that he or his representative has made such investigation as is necessary to determine the character and extent of the work and he proposes and agrees that if the Proposal be accepted, he will contract with the City of Clearwater, Florida, in the form of contract; hereto annexed, to provide the necessary labor, materials, machinery, equipment, tools or apparatus, do all the work required to complete the contract within the time mentioned in the General Conditions and according to the requirements of the City of Clearwater, Florida, as herein and hereinafter set forth, and furnish the required surety bonds for the following prices to wit: If the foregoing Proposal shall be accepted by the City of Clearwater, Florida, and the undersigned shall fail to execute a satisfactory contract as stated in the Advertisement herein attached, then the City may, at its option determine that the undersigned has abandoned the contract, and thereupon this Proposal shall be null and void, and the certified check or bond accompanying this Proposal, shall be forfeited to become the property of the City of Clearwater, Florida, and the full amount of said check shall be retained by the City, or if the Proposal Bond be given, the full amount of such bond shall be paid to the City as stipulated or liquidated damages; otherwise, the bond or certified check accompanying this Proposal, or the amount of said check, shall be returned to the undersigned as specified herein. SECTION V Page 11 of 16 Updated: 4/24/2025 Attached hereto is a SECTION V — Contract Documents PROPOSAL (2) or certified check on 7/23/25 Bank, for the sum of (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: ADDRESSES: Chris Telson 11023 Countryway Blvd. Tampa Fl Jose Cisneros 11023 Countryway Blvd. Tampa F1. Signature of Bidder: e -6 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: Chris Telson By: C&T Contracting Services Title: Operations Manager Company Legal Name: C&T Contracting Services Doing Business As (if different than above): Business Address of Bidder: 11023 Count ryway Blvd . City and State: Tampa F1 813-616-3210 Phone: Email Address: Zip Code 33626 chris@ctcontractingservices.com Dated at , this 22 day of July SECTION V , A.D., 20 2.5 Page 12 of 16 Updated: 6/3/2024 SECTION V — Contract Documents CITY OF CLEARWATER ADDENDUM SHEET PROJECT: NE WRF Sand Filters Rehab Acknowledgment is hereby made of the following addenda received since issuance of Plans and Specifications. Addendum No. 1 Addendum No. Addendum No. Addendum No. Addendum No. Addendum No. Addendum No. Addendum No. Addendum No. Addendum No. Addendum No. SECTION V Date: 7/10/25 Date: Date: Date: Date: Date: Date: Date: Date: Date: Date: C&T Contracting Services (Name of Bidder) (Signature of Officer) Operations Manager (Title of Officer) 7/22/25 (Date) Page 13 of 16 Updated: 6/3/2024 SECTION V — Contract Documents BIDDER'S PROPOSAL PROJECT: NORTHEAST WRF SAND FILTER REHABILITATION (23 -0045 -UT) CONTRACTOR: BIDDER'S GRAND TOTAL: $ (Numbers) BIDDER'S GRAND TOTAL: (Words) Insert Bid Tab Table Here 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 14 of 16 Updated: 4/24/2025 SCRUTINIZED COMPANIES FORMS SCRUTINIZED COMPANIES THAT BOYCOTT ISRAEL LIST CERTIFICATION FORM THIS FORM MUST BE COMPLETED AND SUBMITTED WITH THE BID/PROPOSAL. FAILURE TO SUBMIT THIS FORM AS REQUIRED MAY DEEM YOUR SUBMITTAL NONRESPONSIVE. The affiant, by virtue of the signature below, certifies that: 1. The vendor, company, individual, principal, subsidiary, affiliate, or owner is aware of the requirements of section 287.135, Florida Statutes, regarding companies on the Scrutinized Companies that Boycott Israel List, or engaged in a boycott of Israel; and 2. The vendor, company, individual, principal, subsidiary, affiliate, or owner is eligible to participate in this solicitation and is not listed on the Scrutinized Companies that Boycott Israel List, or engaged in a boycott of Israel; and 3. "Boycott Israel" or "boycott of Israel" means refusing to deal, terminating business activities, or taking other actions to limit commercial relations with Israel, or persons or entities doing business in Israel or in Israeli -controlled territories, in a discriminatory manner. A statement by a company that it is participating in a boycott of Israel, or that it has initiated a boycott in response to a request for a boycott of Israel or in compliance with, or in furtherance of, calls for a boycott of Israel, may be considered as evidence that a company is participating in a boycott of Israel; and 4. If awarded the Contract (or Agreement), the vendor, company, individual, principal, subsidiary, affiliate, or owner will immediately notify the City of Clearwater in writing, no later than five (5) calendar days after any of its principals are placed on the Scrutinized Companies that Boycott Israel List, or engaged in a boycott of Israel. STATE OF Florida Authorized Signature L(,411-,/ cl t. -- Printed Name ajc,4t Title C1 ...e‹elvt'teS" Name of Entity/Corporation COUNTY OF Hillsborough The foregoing instrument was acknowledged before me by means of T physical presence or 0 online notarization on, this 22 day of July 20 75 , by Christopher TrI9on (name of person whose signature is 'being notarized) as the Operations Mann►iyyev' (title) of t i Conlroc 1 i n Ser., i cc3 (name of corporation/entity), personally ktlown X , or produced 147A (type of identification) as identification, and who di id not take an oath. moi_ 1 �. Public ►fir HANNAH LAWN ; Notary Public - State of Florida 17 Commission 0 Mar 63082029 7 My Comm. Expires Bonded through National Notary Assn. My Commission Expires: 3/ 30 /2°I NOTARY SEAL ABOVE N Hannah Lamers Printed Name SCRUTINIZED COMPANIES FORMS SCRUTINIZED COMPANIES AND BUSINESS OPERATIONS WITH CUBA AND SYRIA CERTIFICATION FORM IF YOUR BID/PROPOSAL IS $1,000,000 OR MORE, THIS FORM MUST BE COMPLETED AND SUBMITTED WITH THE BID/PROPOSAL. FAILURE TO SUBMIT THIS FORM AS REQUIRED MAY DEEM YOUR SUBMITTAL NONRESPONSIVE. The affiant, by virtue of the signature below, certifies that: 1. The vendor, company, individual, principal, subsidiary, affiliate, or owner is aware of the requirements of section 287.135, Florida Statutes, regarding companies on the Scrutinized Companies with Activities in Sudan List, the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or engaging in business operations in Cuba and Syria; and 2. The vendor, company, individual, principal, subsidiary, affiliate, or owner is eligible to participate in this solicitation and is not listed on either the Scrutinized Companies with Activities in Sudan List, the Scrutinized Companies with Activities in the Iran Petroleum Sector List, or engaged in business operations in Cuba and Syria; and 3. Business Operations means, for purposes specifically related to Cuba or Syria, engaging in commerce in any form in Cuba or Syria, including, but not limited to, acquiring, developing, maintaining, owning, selling, possessing, leasing or operating equipment, facilities, personnel, products, services, personal property, real property, military equipment, or any other apparatus of business or commerce; and 4. If awarded the Contract (or Agreement), the vendor, company, individual, principal, subsidiary, affiliate, or owner will immediately notify the City of Clearwater in writin s o later than e (5) calendar days after any of its principals are placed on the Scrutinized Companies with 1 ities in S - n List, the Scrutinized Companies with Activities in the Iran Petroleum Sector List, or engaged; usines rations in Cuba and Syria. STATE OF FtocidG Authorized Signature C(J-1.,�4-' V PPnnted Name Qtee/el— Titlb Name of Entity/Corporate COUNTY OF 11 t llSbovel 1r) The foregoing instrument was acknowledged before me by means of oflii physical presence or ❑ online notarization on, this 22 day of July , 20 25 , by Ch risco pn e r ¶c Mon (name of person whose signature is '6eing notarized) as the Operations Manage• (title) of C • ? Contracting SerWcts (name of corporation/entity), personally known )C , or produced N/A (type of identification) as identification, and who digldid not take an oath_ _.._ MBonded through National Notary Assn. ;+ HANNAH LAMON \ Notary PibUc - State of Florida 1\7., 41. R.3 Commksion I NH 658387 =4 `, (* Or// My Comm. Expires Mar 30, 2029 My Commission Expires: 3/30/ 2024i NOTARY SEAL ABOVE Notary Public Hannah (Amor Printed Name NE WRF Sand Filters Rehab Selected Line Item Description I. GENERAL C&T Contracting Services, LLC Quantity Unit of Measure Unit Cost Total X X 1 Mobilization and Demobilization 2 Indemnification 3 General Requirements 1 LS 1 LS 1 LS $260,000.00 $10.00 $109,000.00 $260,000.00 $10.00 $109,000.00 II. FILTER CLEAN 4 Filter Media and Debris Removal, Hauling, Disposal 5 Filter Cell Cleaning 180 Ton 10000 SF $970.00 $1.30 $174,600.00 $13,000.00 jlll. FILTER INSPE( 6 Filter Inspections - Filter Equipment Manufacturer 13 EA $4,938.00 $64,194.00 IV. CONCRETE RE 7 Crack Repairs - Epoxy Injection 8 Concrete Surface Rehab - Level 1 Repair 9 Concrete Surface Rehab - Level 2 Repair 10 Concrete Surface Rehab - Level 3 Repair 11 Concrete Surface Rehab - Level 4 Repair 12 Spall Repair at Floor 13 Protective Coatings 75 LF 900 SF 200 SF 150 SF 30 SF 5 SF 9000 SF $123.00 $25.00 $208.00 $264.00 $1,368.00 $712.00 $50.00 $9,225.00 $22,500.00 $41,600.00 $39,600.00 $41,040.00 $3,560.00 $450,000.00 V. FILTER REHAB Furnish and Install I -Beam Hold Down Assemblies X 14 (Including Fasteners & Hardware) Furnish and Install Hold Down Clip Angles (Including X 15 Fasteners & Hardware) X 16 Furnish and Install Wire Mesh Screen Furnish and Install 1/8"xl" Core Sealing Gasket (100' X 17 Roll) Furnish and Install 3/16"x3" Closed Cell Neoprene X 18 Gasket (50' Roll) X 19 Furnish and Install Long Loose Perimeter Angles X 20 Furnish and Install Short Loose Perimeter Angles X 21 Furnish and Install Hold Down I -Beam X 22 Furnish and Install Level Sensors X 23 Kit-Holddown X 24 Backwash Trough Support Angle X 25 Backwash Trough Support Tabs X 26 Level Existing V -Notch Weir X 27 Furnish and Install Filter Media 12 EA 360 EA 60 EA 10 EA 48 EA 120 EA 120 EA 360 EA 24 EA 360 EA 12 EA 96 EA 144 EA 180 Ton $743.00 $154.00 $723.00 $625.00 $503.00 $461.00 $593.00 $1,234.00 $558.00 $74.00 $656.00 $872.00 $54.00 $1,448.00 $8,916.00 $55,440.00 $43,380.00 $6,250.00 $24,144.00 $55,320.00 $71,160.00 $444,240.00 $13,392.00 $26,640.00 $7,872.00 $83,712.00 $7,776.00 $260,640.00 VI. VALVES X X Replace Existing 20 -Inch Backwash Effluent Trough 28 Valve Replace Existing 20 -Inch Backwash Effluent Trough 29 Actuator 12 EA $28,917.00 $347,004.00 12 EA $28,412.00 $340,944.00 30 Replace Existing 18 -Inch Inlet Trough Valve 10 EA ITEM DESCR 31 Replace Existing 18 -Inch Inlet Trough Actuator 32 Replace Existing 18 -Inch Backwash Inlet Valve 33 Replace Existing 18 -Inch Backwash Inlet Actuator 34 Replace Existing 18 -Inch Filtrate Valve 35 Replace Existing 18 -Inch Filtrate Actuator 36 Replace Existing 16 -Inch Effluent Pump Check Valve 37 Replace Poly Tubing for Pneumatic Actuators Install 1/2" Push to Connect X 1/2" Straight Fitting 38 for Connection to New Actuator VII. AIR PIPING 8 12 EA 8 EA 12 EA 8 EA 12 EA 2 EA 3000 LF 72 EA $24,578.00 $21,000.00 $25,000.00 $21,938.00 $29,421.00 $18,000.00 $48,385.00 $9.00 $303.00 $245,780.00 $252,000.00 $200,000.00 $263,256.00 $235,368.00 $216,000.00 $96,770.00 $27,000.00 $21,816.00 Remove Existing 3 -Inch GSP Low Pressure Air Manifold & Replace with 3 -Inch Type 304 SST Pipe X 39 Manifold (30') X 40 Furnish and Install PVC Diffusers X 41 Furnish and Install 3 -inch Air Manifold SST Supports 7 j iii. CHEM CLEM 16 EA 240 EA 24 EA r- Reprogram PLC for Proper Operation of Chemical 42 Cleaning System 1 LS $8,223.00 $113.00 $513.00 $47,538.00 $131,568.00 $27,120.00 $12,312.00 $47,538.00 IX. GATE REMOV X Sliding Gate Replacement, Actuator Replacement 43 and Bypass 1 LS $170,440.00 $170,440.00 CONTINGENCY Selected Line Item Description Quantity Unit of Measure C&T Contracting Services, LLC Unit Cost Total 44 Contingency (10% ) 1 LS GRAND TOTAL $497,212.00 $497,212.00 5,469,339.0000 SCRUTINIZED COMPANIES FORMS SCRUTINIZED COMPANIES AND BUSINESS OPERATIONS WITH CUBA AND SYRIA CERTIFICATION FORM IF YOUR BID/PROPOSAL IS $1,000,000 OR MORE, THIS FORM MUST BE COMPLETED AND SUBMITTED WITH THE BID/PROPOSAL. FAILURE TO SUBMIT THIS FORM AS REQUIRED MAY DEEM YOUR SUBMITTAL NONRESPONSIVE. The affiant, by virtue of the signature below, certifies that: 1. The vendor, company, individual, principal, subsidiary, affiliate, or owner is aware of the requirements of section 287.135, Florida Statutes, regarding companies on the Scrutinized Companies with Activities in Sudan List, the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or engaging in business operations in Cuba and Syria; and 2. The vendor, company, individual, principal, subsidiary, affiliate, or owner is eligible to participate in this solicitation and is not listed on either the Scrutinized Companies with Activities in Sudan List, the Scrutinized Companies with Activities in the Iran Petroleum Sector List, or engaged in business operations in Cuba and Syria; and 3. Business Operations means, for purposes specifically related to Cuba or Syria, engaging in commerce in any form in Cuba or Syria, including, but not limited to, acquiring, developing, maintaining, owning, selling, possessing, leasing or operating equipment, facilities, personnel, products, services, personal property, real property, military equipment, or any other apparatus of business or commerce; and 4. If awarded the Contract (or Agreement), the vendor, company, individual, principal, subsidiary, affiliate, or owner will immediately notify the City of Clearwater in writin • o later than e (5) calendar days after any of its principals are placed on the Scrutinized Companies with sties in S - n List, the Scrutinized Companies with Activities in the Iran Petroleum Sector List, or engaged •usines rations in Cuba and Syria. STATE OF Florida COUNTY OF H t lUSbora Ug h The foregoing instrument was acknowledged notarization on, this 22 day of Jul (name of person whose signatureg C • 1 Ccrn win., Services produced N/A �,�_ an oat_ HANNAH LAWN ?, Notary Pubtk - State of Florida Authorized Signature Printed Name Title 64-1- Name of Entity/Corporation) before me by means of'% physical presence or 0 online July 20 25 , by Christ-opt-lec Mon is�bein notarized) as the Operations Nana er (title) of (name of corporation/entity), personally known )C , or (type of identification) as Identification, and wh ,, jQ/did not take I 14 Commission 1 HH 658387 i ".. or My Comm. Expires Mar 30, 2029 Bonded through National Notary Assn. My Commission Expires: 3/3©/ 20201 NOTARY SEAL ABOVE lamettk taM Notary Public Hannah LQmorn Printed Name Compliance with Anti -Human Trafficking Laws Pursuant to Section 787.06 (13), Florida Statutes, this form must be completed by an officer or representative of a non-governmental entity when a contract is executed, renewed, or extended between the non-governmental entity and the City of Clearwater. The undersigned, on behalf of the entity listed below ("Entity"), hereby attests under penalty of perjury that: Entity does not use coercion for labor or services as defined in Section 787.06, Florida Statutes. The undersigned is authorized to execute this form on behalf of Entity. Date: July 22 20 25 Signed: et Entity: C&T Contracting Services Name: Chris Telson Title: Operations Manager BRIGHT AND BEAUTIFUL • BAY TO BEACH APPENDIX VERIFICATION OF EMPLOYMENT ELIGIBILITY FORM APPENDIX FORMS AND OTHER PROJECT DOCUMENTATION Table of Contents VERIFICATION OF EMPLOYMENT ELIGIBILITY FORM APPENDIX i Updated 12/3/2020 1 APPENDIX — FORMS AND OTHER PROJECT DOCUMENTATION VERIFICATION OF EMPLOYMENT ELIGIBILITY FORM PER FLORIDA STATUTE 448.095, CONTRACTORS AND SUBCONTRACTORS MUST REGISTER WITH AND USE THE E -VERIFY SYSTEM TO VERIFY THE WORK AUTHORIZATION STATUS OF ALL NEWLY HIRED EMPLOYEES. THIS FORM MUST BE COMPLETED AND SUBMITTED WITH THE BID/PROPOSAL. FAILURE TO SUBMIT THIS FORM AS REQUIRED MAY DEEM YOUR SUBMITTAL NONRESPONSIVE. The affiant, by virtue of the signature below, certifies that: 1. The Contractor and its Subcontractors are aware of the requirements of Florida Statute 448.095. 2. The Contractor and its Subcontractors are registered with and using the E -Verify system to verify the work authorization status of newly hired employees. 3. The Contractor will not enter into a contract with any Subcontractor unless each party to the contract registers with and uses the E -Verify system. 4. The Subcontractor will provide the Contractor with an affidavit stating that the Subcontractor does not employ, contract with, or subcontract with unauthorized alien. 5. The Contractor must maintain a copy of such affidavit. 6. The City may terminate this Contract on the good faith belief that the Contractor or its Subcontractors knowingly violated Florida Statutes 448.09(1) or 448.095(2)(c). 7. If this Contract is terminated pursuant to Florida Statute 448.095(2)(c), the Contractor may not be awarded a public contract for at least 1 year after the date on which this Contract was terminated. 8. The Contractor is liable for any additional cost incurred by the City as a result of the termination of this Contract. Authorized Signature Printed Name Title Name of Entity/Corporation STATE OF COUNTY OF The foregoing instrument was acknowledged before me by means of 0 physical presence or 0 online notarization on, this day of , 20 , by (name of person whose signature is being notarized) as the (title) of (name of corporation/entity), personally known , or produced (type of identification) as identification, and who did/did not take an oath. Notary Public Printed Name My Commission Expires: NOTARY SEAL ABOVE APPENDIX 1 Updated 12/3/2020