Loading...
HomeMy WebLinkAboutCity of Tamarac Resolution R-2008-032Temp. Reso. #11360 February 15, 2008 Page 1 of 5 CITY OF TAMARAC, FLORIDA RESOLUTION NO. R-2008--3 A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA, AUTHORIZING THE APPROPRIATE CITY OFFICIALS TO ACCEPT AND EXECUTE AN AGREEMENT FOR THE FY08 INFLOW AND INFILTRATION PROJECT FOR SEWER MAIN REHABILITATION WITH INSITUFORM TECHNOLOGIES, INC., UTILIZING CITY OF FORT LAUDERDALE CONTRACT #11273, FOR AN AMOUNT NOT TO EXCEED $800,000.00; AUTHORIZING THE APPROPRIATE CITY OFFICIALS TO ADMINISTER THE CONTRACT; PROVIDING FOR CONFLICTS; PROVIDING FOR SEVERABILITY; AND PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, Broward County Office of Environmental Services conducted an Inflow & Infiltration (I & 1) Study which identified the City of Tamarac as having an excessive amount of I & I conveyed to the Broward County Treatment Facility; and WHEREAS, at that time, the Director of Utilities chose to utilize available contracts awarded by other governmental entities for Wastewater Collection System Sewer Rehabilitation, as provided by City Code Section 6-155, which states that the purchasing officer may utilize contracts with other governmental agencies; and F� Temp. Reso. #11360 February 15, 2008 Page 2 of 5 WHEREAS, the City of Tamarac has successfully utilized Insituform Technologies, Inc. for sewer main rehabilitation previously; and WHEREAS, the Utilities Department's FY08 locations for sewer main rehabilitation are located in Land Sections 5,1land 13, including Westwood 3, Villas at the Gates, Arbor Key Apartments, Mainlands 3 & 4 and the Woodlands; and WHEREAS, the City of Fort Lauderdale issued Contract #11273 with Insituform Technologies, Inc., for sewer repair with a contract term for one year through September 5, 2008 (a copy of which is attached hereto as "Exhibit A"); and WHEREAS, both the City of Fort Lauderdale and Insituform Technologies, Inc., have agreed to extend the terms and pricing of Contract # 11273 to the City of Tamarac for the purpose of completing the FY08 Sewer Main Rehabilitation Project (a copy of which is attached hereto as "Exhibit B"); and WHEREAS, the City Commission of the City of Tamarac has approved capital funding for the FY08 Sewer Main Rehabilitation Project as recommended by the Utilities Department; and 1 Temp. Reso. #11360 February 15, 2008 Page 3 of 5 WHEREAS, the Director of Utilities shall have the responsibility to assign Work Tasks based on the most economical and structural need for sanitary sewer repairs using the unit prices provided by Insituform Technologies, Inc., under City of Fort Lauderdale issued Contract #11273 in an amount not to exceed $800,000.00; and WHEREAS, the Director of Utilities and the Purchasing and Contracts Manager recommend the acceptance and execution of the Agreement between the City of Tamarac and Insituform Technologies, Inc.; and WHEREAS, the City Commission of the City of Tamarac, Florida deems it to be in the best interest of the citizens and residents of the City of Tamarac to accept and execute the Agreement with Insituform Technologies, Inc., utilizing City of Fort Lauderdale Sewer Line Rehabilitation contract, in an amount not to exceed $800,000.00. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA, THAT: SECTION 1: The foregoing "WHEREAS" clauses are hereby ratified and confirmed as being true and correct and are hereby made a specific part of this resolution. 1 Temp. Reso. #11360 February 15, 2008 Page 4 of 5 SECTION 2: The appropriate City officials are hereby authorized to accept and execute the agreement for the FY08 for Sewer Main Rehabilitation Project with Insituform Technologies, Inc., utilizing City of Fort Lauderdale issued Contract #11273, valid through September 5, 2008 for an amount not to exceed $800,000.00 (a copy of which is attached hereto as "Exhibit C"). SECTION 3: The Director of Utilities is authorized to approve work tasks in accordance with the schedule of prices under said contract in an amount not to exceed ':11 111 11 SECTION 4: The City Manager or his designee is hereby authorized to issue Change Orders in amounts not to exceed $30,000.00 per Section 6-156 of the City Code, and to close the contract, which includes but is not limited to making final payment and releasing bonds per Section 10-156 of the City Code, when the work has been successfully completed within the terms, conditions and pricing of the Agreement. SECTION 5: All Resolutions or parts of Resolutions in conflict herewith are hereby repealed to the extent of such conflict. SECTION 6: If any clause, section, other part or application of this Resolution is held by any court of competent jurisdiction to be unconstitutional or invalid, in part or application, it shall not affect the validity of the remaining portions or applications of this L 1 J Resolution. SECTION 7 passage and adoption. 11: Temp. Reso. #11360 February 15, 2008 Page 5 of 5 This Resolution shall become effective immediately upon its PASSED, ADOPTED AND APPROVED this J0(, day oj� , ATTEST: MARION SWENSbN, CMC CITY CLERK I HEREBY CERTIFY that I have approved this RESOLUTION as to form. Fes. SAMUEL S. GOREN CITY ATTORNEY OETH aFLAAMB�AAUM-TALABISC 60 MAYOR RECORD OF COMMISSION VOTE: MAYOR FLANSBAUM-TALABISCO-�^ DIST 1: V/M PORTNER DIST 2: COMM ATKINS-GRAD DIST 3: COMM. SULTANOF DIST 4: COMM. DRESSLER EXHIBIT C TR 11360 ORIGINAL AGREEMENT BETWEEN THE CITY OF TAMARAC AND INSITUFORM TECHNOLOGIES, INC. THIS AGREEMENT is entered into on .Q.i ' -;,, 20 09 between the City of Tamarac , a municipal corporation with principal offices located at 7525 NW 881" Avenue, Tamarac, Florida 33321 (City) and Insituform Technologies, Inc., a Delaware corporation duly registered as a Florida Foreign Corporation, with principal offices located at 17988 Edison Avenue, Chesterfield, Missouri (the "CONTRACTOR) to provide for Cured -in -Place Pipe Lining Repairs to the City of Tamarac Wastewater Collection System Infiltration & Inflow infrastructure. The parties hereby agree to the following terms and conditions. 1. In return for valuable consideration in an amount not to exceed Eight Hundred Thousand Dollars and no cents ($800,000). Contractor shall comply with the terms and conditions within the City of Ft. Lauderdale Contract # 11273 attached hereto as Exhibit A. All terms and conditions of the contract documents set forth in Exhibit A are incorporated herein as if set forth in full, except as modified by the proposal specific to the City of Tamarac as set forth in Exhibit B dated October 30, 2007, attached hereto and incorporated herein as if set forth in full. 2. Upon execution of this Agreement, all references made to the City of Ft. Lauderdale Contract # 11273 in Exhibit A and Exhibit B shall be interpreted as pertaining to the City of Tamarac, and all terms and conditions of Exhibit A and Exhibit B shall be deemed as having been implemented for use within the City of Tamarac. It is understood that wherever the words "agency name" or "agency board name" appear, they shall be read as "City of Tamarac" and "City of Tamarac Commissioners". 3. Term: The term of this Agreement shall be for a one (1) year period effective on the date of approval of this Agreement. The City reserves the right to renew this Agreement in one (1) year increments, in the event that the Agreement is renewed by the City of Ft. Lauderdale. 4. This agreement, Exhibit A and Exhibit B constitute the entire agreement between the City and the Contractor. In the event of a conflict between these documents, this Agreement shall prevail, followed in precedence by Exhibit B and Exhibit A in that order. 5. Insurance: In addition to the insurance requirements stated in the City of Ft. Lauderdale Agreement, Contractor shall obtain at Contractor's expense all necessary insurance in such form and amount as specified in the original bid document or as required by the City's Risk and Safety Manager before beginning work under this Agreement including, but not limited to, Workers' Compensation, Commercial General Liability, and all other insurance as required by the City. Contractor shall maintain such insurance in full force and effect during the life of this Agreement. Contractor shall provide to the City's Risk and Safety Manager certificates of all insurances required under this section prior to beginning any work under this Agreement. The Contractor will ensure that all subcontractors comply with the above guidelines and will retain all necessary insurance in force throughout the term of this agreement. The following minimal insurance coverage shall be provided: a. Worker's Compensation Insurance: The Contractor shall procure and maintain for the life of this Agreement, Workers' Compensation. Insurance covering all employees with limits meeting all applicable state and federal laws. This coverage shall include Employer's Liability with limits meeting all applicable state and federal laws. This coverage must extend to any sub -consultant that does not have their own Workers' Compensation and Employer's Liability Insurance. The policy must contain a waiver of subrogation in favor of the City of Tamarac, executed by the insurance company. Sixty-(60) days notice of cancellation is required and must be provided to the City of Tamarac via Certified Mail. b. Comprehensive General Liability: The Contractor shall procure and maintain, for the life of this Agreement, Comprehensive General Liability Insurance. This coverage shall be on an "Occurrence" basis. Coverage shall include Premises and Operations; Independent Contractors' Products and Completed Operations and Contractual Liability. This policy shall provide coverage for death, personal injury or property damage that could arise directly or indirectly from the performance of this Agreement. c. Business Automobile Liability: The Contractor shall procure and maintain, for the life of the Agreement, Business Automobile Liability Insurance. d. The Minimum Limits of Coverage shall be $1,000,000 per occurrence, Combined Single Limit for Bodily Injury Liability and Property Damage Liability. e. The City must be named as an additional insured unless Owners and Contractors' Protective Coverage is also provided, or required. Sixty (60) days written notice must be provided to the City via Certified Mail in the event of cancellation. f. The minimum limits of coverage shall be $1,000,000 per Occurrence, Combined Single Limit for Bodily Injury Liability and Property Damage Liability. This coverage shall be an "Any Auto" type policy. The City must be listed as an Additional Insured under the Policy. Sixty (60) days written notice must be provided to the City via Certified Mail in the event of cancellation. g. In the event that sub -contractors used by the Contractor do not have insurance, or do not meet the insurance limits, Contractor shall indemnify and hold harmless the City for any claim in excess of the sub -consultants' insurance coverage, arising out of negligent acts, errors or omissions of the sub -contractors. h. Contractor shall not commence work under this Agreement until all insurance required as stated herein has been obtained and such insurance has been approved by the City. Contractor shall indemnify and hold the City harmless for any damages resulting from failure of the Contractor to take out and maintain such insurance. Contractor's Liability Insurance policies shall be endorsed to add the City as an additional insured. Contractor shall be responsible for I• payment of all deductibles and self-insurance retentions on Contractor's Liability Insurance policies. 6. Indemnification: a. Contractor shall, in addition to any other obligation to indemnify the City and to the fullest extent permitted by law, protect, defend, indemnify and hold harmless the City, its agents, elected officials and employees from and against all claims, actions, liabilities, losses (including economic losses), costs arising out of any actual or alleged: a). Bodily injury, sickness, disease or death, or injury to or destruction of tangible property including the loss of use resulting therefrom, or any other damage or loss arising out of or resulting, or claimed to have resulted in whole or in part from any actual or alleged act or omission of the Contractors, any sub -contractor, anyone directly or indirectly employed by any of them, or anyone for whose acts any of them may be liable in the performance of the Work; or b). violation of law, statute, ordinance, governmental administration order, rule, regulation, or infringement of patent rights by Contractor in the performance of the Work; or c). liens, claims or actions made by the Contractor or any sub -contractor under workers compensation acts; disability benefit acts, other employee benefit acts or any statutory bar. Any cost of expenses, including attorney's fees, incurred by the City to enforce this agreement shall be borne by the Contractor. b. Upon completion of all services, obligations and duties provided for in this Agreement, or in the event of termination of this Agreement for any reason, the terms and conditions of this Article shall survive indefinitely. c. The Contractor shall pay all claims, losses, liens, settlements or judgments of any nature whatsoever in connection with the foregoing indemnifications including, but not limited to, reasonable attorney's fees (including appellate attorney's fees) and costs. d. City reserves the right to select its own legal counsel to conduct any defense in any such proceeding and all costs and fees associated therewith shall be the responsibility of Contractor under the indemnification agreement. Nothing contained herein is intended nor shall it be construed to waive City's rights and immunities under the common law or Florida Statute 768.28 as amended from time to time. 7. Non -Discrimination & Equal Opportunity Employment: During the performance of the Contract, the Contractor shall not discriminate against any employee or applicant for employment because of race, color, sex, religion, age, national origin, marital status, political affiliation, familial status, sexual orientation, or disability if qualified. The Contractor will take affirmative action to ensure that employees are treated during employment, without regard to their race, color, sex, religion, age, national origin, marital status, political affiliation, familial status, sexual orientation, or disability if qualified. Such actions must include, but not be limited to, the following: employment, promotion; demotion or transfer; recruitment or recruitment advertising, layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The Contractor shall agree to post in conspicuous places, available to employees and applicants for employment, notices to be provided by the contracting officer setting forth the provisions of this nondiscrimination clause. The tl Contractor further agrees that he/she will ensure that Subcontractors, if any, will be made aware of and will comply with this nondiscrimination clause. 8. Independent Contractor: This Agreement does not create an employee/employer relationship between the Parties. It is the intent of the Parties that the Contractor is an independent contractor under this Agreement and not the City's employee for any purposes, including but not limited to, the application of the Fair Labor Standards Act minimum wage and overtime payments, Federal Insurance Contribution Act, the Social Security Act, the Federal Unemployment Tax Act, the provisions of the Internal Revenue Code, the State Worker's Compensation Act, and the State Unemployment Insurance law. The Contractor shall retain sole and absolute discretion in the judgment of the manner and means of carrying out Contractor's activities and responsibilities hereunder provided, further that administrative procedures applicable to services rendered under this Agreement shall be those of Contractor, which policies of Contractor shall not conflict with City, State, or United States policies, rules or regulations relating to the use of Contractor's funds provided for herein. The Contractor agrees that it is a separate and independent enterprise from the City, that it had full opportunity to find other business, that it has made its own investment in its business, and that it will utilize a high level of skill necessary to perform the work. This Agreement shall not be construed as creating any joint employment relationship between the Contractor and the City and the City will not be liable for any obligation incurred by Contractor, including but not limited to unpaid minimum wages and/or overtime premiums. 9. Assignment and Subcontracting: Contractor shall not transfer or assign the performance required by this Agreement without the prior consent of the City. This Agreement, or any portion thereof, shall not be subcontracted without the prior written consent of the city. 10. Termination: a. Termination for Convenience: This Agreement may be terminated by the City for convenience, upon seven (7) days of written notice by the City to the Contractor for such termination in which event the Contractor shall be paid its compensation for services performed to termination date, including services reasonably related to termination. In the event that the Contractor abandons this Agreement or causes it to be terminated, Contractor shall indemnify the city against loss pertaining to this termination. b. Default by Contractor: In addition to all other remedies available to the City, this Agreement shall be subject to cancellation by the City for cause, should the Contractor neglect or fail to perform or observe any of the terms, provisions, conditions, or requirements herein contained, if such neglect or failure shall continue for a period of thirty (30) days after receipt by Contractor of written notice of such neglect or failure. 11. Agreement Subject to Funding This agreement shall remain in full force and effect only as long as the expenditures provided for in the Agreement have been appropriated by the City Commission of the City of Tamarac in the annual budget for each fiscal year of this Agreement, and is subject to termination based on lack of funding. El 12. Venue: This Agreement shall be governed by the laws of the State of Florida as now and hereafter in force. The venue for actions arising out of this agreement is fixed in Broward County, Florida. 13. Signatory Authority: The Contractor shall provide the City with copies of requisite documentation evidencing that the signatory for Contractor has the authority to enter into this Agreement. 14. Severability; Waiver of Provisions Any provision in this Agreement that is prohibited or unenforceable in any jurisdiction shall, as to such jurisdiction, be ineffective to the extent of such prohibition or unenforceability without invalidating the remaining provisions hereof or affecting the validity or enforceability of such provisions in any other jurisdiction. The non- enforcement of any provision by either party shall not constitute a waiver of that provision nor shall it affect the enforceability of that provision or of the remainder of this Agreement. 15. No Construction Against Drafting Party: Each party to this Agreement expressly recognizes that this Agreement results from the negotiation process in which each party was represented by counsel and contributed to the drafting of this Agreement. Given this fact, no legal or other presumptions against the party drafting this Agreement concerning its construction, interpretation or otherwise accrue to the benefit of any party to the Agreement, and each party expressly waives the right to assert such a presumption in any proceedings or disputes connected with, arising out of, or involving this Agreement. 16. Notice: Any notice, demand, communication, or request required or permitted hereunder shall be in writing and delivered in person; sent by U.S. Certified Mail, U.S. Express Mail, air or ground courier services or by messenger service, addressed to the party for whom it is intended at the following addresses. CITY City Manager City of Tamarac 7525 NW 88th Avenue Tamarac, FL 33321 With a copy to City Attorney at the following address: Goren, Cherof, Doody & Ezrol, P.A. 3099 East Commercial Blvd., Suite 200 Fort Lauderdale, FL 33308 0 CONTRACTOR Insituform Technologies, Inc. 17988 Edison Avenue Chesterfield, MO 63005 Attn: H. Douglas Thomas, Vice President Global Procurement/Operations Support (636) 530-8000 (636)-550-8701 Fax REMAINDER OF PAGE INTENTIONALLY BLANK [i IN WITNESS WHEREOF, the parties have made and executed this Agreement on the respective dates under each signature. CITY OF TAMARAC, signing by and through its Mayor and City Manager, and CONTRACTOR, signing by and through its Contracting and Attesting Officer duly authorized to execute same. CITY OF TAMARAC III A "j1r.1Vj1' am PIA190", :- •. .• 9 LA r Date ATTEST: 7 E�Bjeffreyt'. Miler, City Manager / y Marion Swensons CMC Date City Clerk Approved as to form and legal sufficiency: Date _ k City Attorney Date ATTEST- . Sicjnature of Contracting & Attesting Officer Denise Carroll Contracting & Attesting Officer (CORPORATI SEAL) Insituform Technologies, Inc. Company Name Si Wage of Contracting & Attesting Officer Joann Smith Contracting & Attesting Officer February 8, 2008 Date 7 INSITUFORM TECHNOLOGIES, INC. Assistant Secretary's_Certiricate The undersigned, being the Assistant Secretary of Insituform Technologies, Inc., a Delaware corporation (the "Corporation"). hereby certifies that: The following is a true and correct excerpt from the By-laws of the Corporation: Chief Executive Officer Appointments. The Chief Executive Officer may from time to time appoint such officers of operating divisions, and such contracting and attesting officers, of the Corporation as the Chief Executive Officer may deem proper, who shall have such authority, subject to the control of the Board, as the Chief Executive Officer may from time to time prescribe. 2. The Chief Executive Officer of the Corporation has, pursuant to the above authority, duly appointed (a) H. Douglas Thomas to the position of Vice President — Global Procurement/Operations Support and (b) Joann Smith and Denise L. Carroll as Contracting and Attesting Officers of the Corporation. Each of the foregoing have been fully authorized and empowered by the Chief Executive Officer of the Corporation: " (i) to certify and to attest the signature of any officer of the Corporation, (ii) to enter into and to bind the Corporation to perform pipeline rehabilitation activities of' the Corporation and all matters related thereto, including the maintenance of one or more offices and facilities of the Corporation, (iii) to execute and to deliver documents on behalf of the Corporation and (iv) to take such other action as is or may be necessary and appropriate to carry out the projects, activities and work of the Corporation." IN WITNESS WHEREOF, I have hereunto affixed my name as Assistant Secretary. this 24111day of January, 2008. Insituform Technologies, Inc. By: ct� L___ 4- - Elizabet Kovaly Assistant ecretary CORPORATE ACKNOWLEDGEMENT STATE OF Missouri SS COUNTY OF St. Louis I HEREBY CERTIFY that on this day, before me, an Officer duly authorized in the State aforesaid and in the County aforesaid to take acknowledgments, personally appeared Joann Smith, Contracting & Attesting Officer of Insituform Technologies, Inc. a Delaware Corporation duly registered as a Florida Foreign Corporation, to me known to be the person(s) described in and who executed the foregoing instrument and acknowledged before me that he/she executed the same. WITNESS my hand and official seal this 08 day of February , 20nA. DEBR:KJASPEK: Notary PuotaryealStatsouriSt. tountMy Commissios No10, 2010Commis696944 Signa ire of Notary Public State of ftxjda at Large Missouri r Print, Type or Stamp Name of Notary Public ® Personally known to me or ❑ Produced Identification Type of I.D. Produced © DID take an oath, or ❑ DID NOT take an oath. Exhibit "B" Insituform Technologies; Inc - October 30, 2007 Tel: (904) 237-3426 Worldwide Pipeline 116 Spanish Moss lane Toll Free: (800) 633-8362 Rehabilitation Ponte Vedra Beach, FL 32082 Fax: (904) 280-4162 www.insitufonn.com Mr. Scott London Water / Wastewater Superintendent City of Tamarac, FL Utilities Dept Division 6001 N Nob Hill Rd Tamarac, FL 33321-6200 Re: Piggyback Existing Insituform TechnologiesS, City of Ft. Lauderdale Contract Dear Mr. London, Insituform Technologies is pleased to offer the existing City of Ft. Lauderdale Annual contract # 11273, Schedule "B", for sanitary sewer lining in the City of Tamarac. All prices, terms and conditions as stated in the contract will exist between The City of Tamarac and Insituform Technologies ® Inc. We look forward to renewing our working relationship with the City of Tamarac. If you have any questions or need further information please call me at (904) 237-3426 Best regards, Ted Hotchkiss Area Account Manager I DATE (MMAXWYYYY) 7/ 12008 2/82008 ACORDry CERTIFICATE OF LIABILITY IsNSUC�NICuEDASAMATTEROFINFORMATION IS CERTIFICATE La —ton Cpclrperlics,LLC t St- Louis ONLY AND HIS CERTIFICATE DOES NOT MEND, EXTEND OR Throe City Piece Chine. Suile 940 ALTER THE COVERAGE AFFOROEp BY THE POLICIES BELOW. St, LcvUIS MO 6314 1-7081 (314)432-05M NstWW lnsiluform Tcchnnlogi 1041932 17988 Edism Avenue Chesterfield Ma 63005 NAIC # INSURERS AFFORDING COVERAGE NA 23035 INSURERE M Mil 7ifO lnsur� Compau) 031 (2)SURERInswTULce o i3lINSURERINSURERINSUREMC7E � Nn � q�N1rtE A CUNTAACT BET. .. sncY'JiF OY INS x`lR AMO THE CL"FIC JVERAGES INSTFA2 z9 ca JECTTDALL THE TERMS.EXCLUSIONS ANDCONDITIPNSaSUCHSTANDING DI BE OF ANY CONTRACT OROTHER DOC R THRESPECTTO WHICH THISCEMAY8E ISSUED ORTHE POLICIES OF INSURANE LIS N D BELOW HAVE BEFU1(SSUED TO THE INSU N DED ABOVE FOR THE POLICY PERIOD INDICATED. NOTVVITH ANY REQUIREMENT. TERM OR C MAY PERTAIN, THE INSURANCE AFFORDf D 8Y THE POLICES DESCRIBED HERE PO( yCIE5- A N6THE I Tir LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID C I Y uMtT9 ....... PQI-IC7 lNN e.rN rY'fAIRRENGE 2 OU4 GENERAL UA6Mm X CD1dIAERCLALGENERALLUU31LfTY TB2"641-0(1�:2E8-(137 A CLAWS MADE OCCUR CL X Indpnt COn= BROAD FORivt PDIC( X XCU GEN'L AGGREGATE LIMIT APPLIES PER: POLICY X ACTT LOC AUTOMOB" WBIUTI' AS2 641 0042 3 &A37 A X ANY AUTO ALL OV,Tdr-D AUTOS SCH;EOUL FD, AUTOS HIRED AUTOS NON-CJNIMEO AUTOS X Physical Damage X C7educt - peT poliLy GARAM L WOLITY NOT APPLICABLE ANT AUTO EXf."E55Alaw�LLA �� OCr�R � OIAIMs MADE NOT APPLICABLE UMBRELLA DE17UC'I,e E FORM B WORKERS COMPENISATION AND E]APLOYERW LlASILM B ANY pgppRIETOWPARTHER/FXECUTIVE OFFIeFRMEMBE R OCCLUDED"+ NO M yes. de"roo under SPECIAL PROVIIA2t ACM' 7/1/2007 7/12007 WA7-64D-00- -' 7/12007 WC7-641-00t2I"17 (W► & OR) 7112007 7l12008 Sul ESv ~~ a $ J MFD EXP (Anj! one araon) S 1 PERSONAL S ADV INJURY S � FSe�cj COIABINEO SINGLE LIMIT S 2.000.000 711/2008 �a�) (ODIL`! INJURY $ (per pw%-) OWLY INJURY S xx xxxx (P1r aood-d) PROPERTY DAMAGE S XXXX�( d AUTO ONLY. EA ACCIDENT S X7C7OQ�( EA ACC s OTHERTHAN 3CX7OUO(X AUTO ONLY. AGO S EACH OCCURRENCE S AGGREGATE $ s s s X VC TAT T- OTHH- 7/l2008 s 7/12009 E:.. FAChi ACOOENT I.000 o00 E.L. DISEASE • EA EMPLOYE S I ,000,0(1U EasEASE.:.POLICY LIMIT S 1.L�0,o0 pEvrC T10N CIp OPERATIONS I LpCJLTItlN51 VEHICLEON AND INFLOW S 1 EXCWSK*4 ADDED 9" ENpppSEMENT 1 SPECIAL PROVISIONS _ RE CIPP LINING RFpA1R5 TO Tim CITY OF TAr•iARAC W A L��IES UH�ER WORKERSNCONIPENS�T1Ia WHn RE PERaa Sib E BY LAW AS 11E CIPTRUC'I G CITY OF 1 WAIVER OF SUAC I�BROG-AT Oti AP SLED LJ`�DER GENERAL LIAABILITY AND AUTOSYSTEMMOBILE LIABILITY AS REQUIRED B}" Vk'R3TTTN CONTRACT A( REQUIRED BY ARMEN CONTRACT CANCELLATION CERTIFICATE HOLDER SHOULD ANY OF THE ABOVE DESCRIBED POMIES BE CANCELLED BEFORE T-AE WIRATIDN 3561778 DATE THEREOF, THE ISSUING INSURER W%-L ENDEAVOR TO MAIL 6/A DAYS WRITrtN CITY OF l'A `LAR AC NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TD DO SO SHALL CITS OF A%t8TH A�-ENU E IMPOSE NO OgIJGA-nON OR UA�TY OF ANY KIND UPON THE INSURER, ITS AGENTS OR TAMARAC FI- 3 i 321 REpKSENTATIVE5. AUTHDRRED REPRE NT E ACORO 25 (2001108) F"+w''i°'" "a"dI^a wr a.,�+r. �..� w....r�r x.ua r w. T+raa.c�r`"^"' . a .r.�KY a•^ ow•Te+r © RO CORPORATION 1988 (�1 "EXHIBIT A" TR #11360 PUBLIC WORKS DEPARTMENT (ENGINEERING AND ARCHITECTURAL SERVICES) CONTRACT PROJECT 11273 IMPROVEMENT OR PROJECT NO. WASTEWATER CONVEYANCE SYSTEM - SEWER BASIN A-11 & ANNUAL SEWER LINING DESCRIPTION INSITUFORM TECHNOLOGIES, INC. CONTRACTOR. $2,569,443.50 AMOUNT COMMISSION APPROVAL DATE CITY OF FORT LAUDERDALE, FLORIDA Wastewater Conveyance System Long -Term Remediation Program Project # 9 Sewer Basin A-11 and Annual Sewer Repair Contract � � ► � u ► I�L1.=I3iPl�J August 9, 2007 The following changes, additions, and/or deletions are hereby made a part of the Bidding Documents for the Wastewater Conveyance System Long -Term Remediation Program - Project # 9 Sewer Basin A-11 and Annual Sewer Repair Contract for the City of Fort Lauderdale, as fully and completely as if the same were fully set forth therein: GENERAL The minutes of the pre -bid conference, attached as part of the Addendum, are hereby made a part of the contract documents. TECHNICAL SPECIFICATIONS 1. Replace Specification Section 02563 CURED -IN -PLACE PIPE LATERAL LINER in its entirety with the attached Specification Section 02563 CURED -IN -PLACE PIPE LATERAL LINER labeled Addendum 1 to reflect new text in paragraph 02563 3.5 C. Acknowledge receipt of this Addendum by inserting its number and date on Page P-3 of the Bid Proposal. CITY OF FORT LAUDERDALE Paul Bohlander, P.E. Assistant Utilities Services Director/Engineering Wastewater Conveyance System Long -Term Remediation Program Project # 9 Sewer Basin A-11 and Annual Sewer Repair Contract Project Number: 11273 Addendum 1 Page 2 QUESTIONS FROM BIDDERS Page 01025-6 — Measurement and Payment Question: The description includes root removal as part of the work for item numbers, 9, 10, 11, 12, 13 and 14; does the Contractor get paid for root removal under item #20 in the Bid Schedule separately from the above items? Response: Root removal is paid for as a separate item (#17) — to be used as required. 2. Page 01025-6 — Measurement and Payment Question: The description includes Grouting as part of the work for item numbers, 9, 10, 11, 12, 13 and 14; does the Contractor get paid for Grouting under item # 20 in the Bid Schedule separately from the above items? Response: Grouting for spot repairs is paid as a separate item (#1 S) -- to be used as required for main line and lateral spot repairs as well as at interface seals with active infiltration. 3. Page 02563-6-D. CIPP Thickness, Paragraph 1.a: (Method A) Question: Item a. calls for a "fully deteriorate pipe condition" on the lateral portion of the pipe. Given that the main has already been lined for Method A (full circle at the main) can the mainline portion of the full circle be "partially deteriorated design"? Response: Yes 4. Page 02563-6-E Interface Seal Paragraph 1: (Method B) Question 4a: How do we calculate the design thickness for the brim (Method B) in accordance with ASTM F1216? ASTMF 1261 applies to the cylinder portion, however not the brim. Response 4a: The "brim" section should be the same thickness as that which would be calculated for the cylinder section used in the lateral section of the seal. Question 4b: Given that the Method B repair is not a cylinder, is bonding to the interior surface of the existing pipe a consideration in the calculation for thickness for the repairs? Response 4b: Bonding is a consideration, but it does not affect the thickness of the repair. Question 4c: If bonding is a consideration, what is the preparation required to remove the grease and / or the PE coating from the interior surface of the area around the lateral opening at the main in order to achieve a bond? Response 4c: Interface seals are only applied where the mains have been recently lined. The Contractor is responsible for removing any grease build up or remaining PE liner to provide an acceptable bond to the host liner. See 02563.3.3.D Wastewater Conveyance System Long -Tenn Remediation Program Project # 9 Sewer Basin A-11 and Annual Sewer Repair Contract Project Number: 11273 Addendum 1 Page 3 5. Page 02563-12 — Post Televising, Paragraph 3.5.0 Question 5a: Who perform the 1 year condition survey? Response 5a: See attached revised specification section 02563 CURED -IN -PLACE PIPE LATERAL LINER labeled Addendum 1. Question 5b: Is this done on100% of the laterals? Response 5b: See attached revised specification section 02563 CURED -IN -PLACE PIPE LATERAL LINER labeled Addendum 1. 6. Page 02563-12 — 3.6 Testing B2 — Low Pressure Air Test Procedure, Paragraph a. Question: How are we to place the test ball within 5 inches of the CIPP lateral liner at the upper point of the repair for Method B repairs? There is no cleanout allowed for in the contract on Method B connection seals. Response: Testing will be performed on laterals with existing cleanouts or cleanouts will be installed as provided under Items 13 -- 16 of the contract. 7. Page 02563-12 — 3.6 Testing B2 — Low Pressure Air Test Procedure, Paragraph b. Question 7a: Do the test balls in the main cover or touch the lateral opening or liner materials? Response 7a: To effectively test the integrity of the interface seal, the test balls should not cover the lateral opening. Question 7b: Are the edges of the newly installed lateral product in the main exposed to the pressure test? Response 7b: yes Question7c: In other words is the test for the connection at the main and the lateral liners porosity or is the test for the lateral liners porosity only? Response 7c: Test should cover the interface seal and the lateral liner Wastewater Conveyance System long -Term Remediation Program Project # 9 Sewer Basin A-11 and Annual Sewer Repair Contract Project Number: 11273 Addendum 1 Akis IN A . L) City of Fort Lauderdale Program Management Team Wastewater Conveyance System Long -Term Remediation Program Project # 9 Sewer Basin A-11 and Annual Sewer Repair Contract Pre -Bid Meeting City Project No. 11273 July 25, 2007 3:00 p.m. The Pre -Bid Meeting for the Wastewater Conveyance System Long -Term Remediation Program, Project # 9 Sewer Basin A-11 and Annual Sewer Repair Contract, was held on Wednesday, July 25, 2007 at 3:00 p.m. in the Program Management Team office, 200 N. Andrews Avenue, Suite 300, Fort Lauderdale, FL 33301. Those in attendance were (sign -in sheet attached): Mike Rothenberg Brenton Neal Louis T. Woska Tren Ownes Tim Bixier Mark Gulvas John Rinehort Todd Blum Mark Dalman Joe Ferre Mike Sewell Maruicio Lara Luann Polissaint Introductions Reynolds Inliner - Sunbelt Pump and Power Services Miller Pipeline Corp - CMTS American Infrastructure Tech Corp LMK Pipe Renewal LMK Pipe Renewal Proline Vactor Insitoform Technologies Bnvirowaste - PMT - PMT / CH2M HILL PMT • Walt Schwarz — Program / Project Design Manager — PMT • Mike Sewell — Project Construction Manager — PMT • Trenn Owens — Project Resident - PMT • Mike Furdock - Program Construction Manager -- PMT • Jose Dicienzo - Distribution Collection Supervisor - CITY • Luann Polissaint -- Project Assistant -� PMT Program Overview Waterworks 2011 is a $550 MM infrastructure program which includes sanitary sewer, water main replacement, forcemains, wellfield expansions and treatment plant renovations all to be completed in 2011 by the City's 100 year anniversary. CH2M HILL's role is to assist the City in the management of this Program. ADDENDUM 1 WASTEWATER CONVEYANCE SYSTEM PROJCECT it 9 — SEWER BASIN A-11 AND ANNUAL REPAIR CONTRACT PRE -BID MEETING MINUTES JULY 25, 2007 PAGE 2 Special Project Requirements/Summary of Work The completed rehabilitation of the mainline and lateral sewer Work will include, but is not limited to the following project components: 1 _ Rehabilitate mainline gravity sewer pipes as identified in the contract documents. 2. Conduct a preliminary lateral CCTV inspection of all service laterals in the project area (basin). 3. Rehabilitate service laterals in the project area as identified by ENGINEER and / or OWNER following review of preliminary lateral CCTV inspection. 4. Annual sewer repair contract on an as -needed basis as provided by Schedule B. Work not covered by Contract Documents Any associated work on any pipe line, manhole or service lateral not specifically identified in the contract documents or in writing by ENGINEER or OWNER. Owner -furnished items: None. Review Bidding Requirements Bonds and Security ♦ Bid Bond - 5% of Bid Price. ♦ Surety Bond - The successful bidder shall furnish a performance and payment bond in an amount equal to the total amount payable by the terms of the contract (can be reduced to 25% after completion of the contract, during the one year warranty period) Bid Proposal ♦ Lump Sum Items ➢ Mobilization and Demobilization ➢ Consideration for Indemnification ♦ Allowance Items ➢ Permit Fees ♦ Unit Price Items ➢ All other Work described in the Contract Documents ADDENDUM1 WASTEWATER CONVEYANCE SYSTEM PROXECT # 9 — SEWER BASIN A-11 AND ANNUAL REPAIR CONTRACT PRE -BID MEETING MINUTES J U LY 25, 2007 PAGE 3 • Engineering Estimate: $3,194,285 • Bid Validity — 90 days • Contract Documents/Planholders List — are available at City Hall, 0 floor. • Bid Opening — August 15, 2007. 2:00 p.m. - City Hall All questions are to be submitted in writing before close of business, Wednesday, August 8, 2007. No written inquiries will be accepted after this date. There will be no verbal changes to bid documents. Inquiries are to be sent to: Walt Schwarz, Project Design Manager 200 North Andrews Avenue, 3`d Floor Fort Lauderdale, FL 33301 or by fax to (954) 522-7971. Basis of Award Based on base bid price bid by the lowest responsive, responsible bidder. Construction Schedule Planned NTP is anticipated sometime in late September or early October 2007. Complete all work associated with mainline sewer rehabilitation in the base project are within 120 calendar days of the NTP. Complete all work associated with sewer lateral rehabilitation in the project area within 210 calendar days of the NTP. Can be performed concurrently The Annual Sewer Repair Contract, Schedule B will remain in effect for 365 calendar days beyond the completion date of the base project. Schedule B work will be completed on an as - needed basis. Work under Schedule B may be initiated at any time. The project construction schedule will be incorporated into the Master Construction Schedule in P-3 to assist in evaluation of progress toward the program goals and milestones. Schedule software to be used will be SureTrak Project Manager by Primavera Systems, Inc., or Primavera Project Planner (P3) Version 3.0 by Primavera Systems, Inc., unless otherwise approved by PCM (See Section 01310). ADDENDUM1 WASTEWATER CONVEYANCE SYSTEM PROJCECT # 9 - SEWER BASIN A-11 AND ANNUAL REPAIR CONTRACT PRE -BID MEETING MINUTES JULY 25, 2007 PAGE 4 Construction Sequencing 1. Perform all Work associated with rehabilitating indicated mainline pipe segments. 2. All work associated with mainline pipe rehabilitation on a specific pipeline segment shall be completed, tested and accepted by ENGINER and OWNER before any lateral rehabilitation Work can be initiated on that pipe segment. I Conduct preliminary lateral CCTV inspection. Preliminary lateral CCTV inspection can be conducted concurrently with item 1 above. 4. Perform all Work associated with rehabilitating identified service laterals. Additional Topics At the contractor's convenience, the project sign could be replaced by magnetic or other mobile signs that could either be displayed or attached to the contractor's equipment, moving through the project area with the work. There have been some revisions to the specifications for sewer rehabilitation. Contractors are encouraged to review the specifications to make sure they are bidding current project standards. The project contains an item for additional out of basin, but within the City, CCTV inspections of main line sewers. The inspections will be authorized on a complete basin basis. Questions and Answers No questions were answered at the meeting. All questions to be submitted in writing addressed as outlined above. ADDENDUM Aft -m-iii 47 Lu ul PL cv vu- to lz JR, ROOf ok� o I�t z-- 1-1 a w �i I Y'll 7t f4 71 it F113 r. WATER CONVEYENCE SYSTEM LONG-TERM REMEDIATION PROGRAM PROJECT NO. 11273 PROJECT # 9 SEWER BASIN A-11 AND ANNUAL SEWER REPAIR CONTRACT SECTION 02563 CURED -IN -PLACE PIPE LATERAL LINER PART1 GENERAL 1 A REQUIREMENTS A. The Work of this Section includes providing a cured -in -place pipe (CIPP) liner to stabilize structural defects and constructional inadequacies in sanitary sewer lateral pipelines. The liner shall be smooth, hard, strong and chemically inert. Additionally, the interior surface shall closely follow the contours of the host pipe. B. The interface connection seal shall be used in two instances: 1. To provide a seal between the mainline liner and the lateral liner. This system is defined as the combination of a connection seal and a lateral liner, where the latter extends into the lateral a minimum length of 15 feet. 2. To provide a seal between the mainline liner and the lateral pipe. This system is defined as the combination of a connection seal and a short lateral liner, where the latter extends into the lateral a minimum of 3 feet. C. Based upon the results of the preliminary lateral TV inspection as detailed in Section 02752 TELEVISION SURVEY, the ENGINEER shall determine which laterals will be rehabilitated and what method will be utilized. The CONTRACTOR shall not perform any rehabilitation work until written approval is provided from ENGINEER depicting which laterals will be rehabilitated and which method shall be utilized. CONTRACTOR will not be paid for any rehabilitation lateral work commencing before written approval is received from ENGINEER. The scope of work requires the CONTRACTOR to provide all materials, labor, equipment, and services necessary for bypass pumping and / or diversion of sewage flows, pre - installation procedures including root removal cleaning and rehab of existing sanitary sewer services by lining the existing pipe, re-establishing connections to the existing sewer main, initial and final CCTV inspection, and final testing of the CIPP system. D_ Measurement shall be based upon linear footage of pipe rehabilitated. Measurement for rehabilitation shall be the actual distance measured from the connection between the mainline and the lateral, to the clean -out of each lateral pipe lined. 1. The basis of payment shall be made at the contract unit bid price as follows: a. per each connection seal and short lateral liner installed b_ per each connection seal and lateral liner installed, which extends up to 15 feet into the lateral c. per linear foot of liner installed for lateral liners in excess of 15 feet. CURED -IN -PLACE PIPE LATERAL LINER 02563 - 1 ADDENDUM 1 WATER CONVEYENCE SYSTEM LONG-TERM REMEDIATION PROGRAM PROJECT NO. 11273 PROJECT # 9 SEWER BASIN A-11 AND ANNUAL SEWER REPAIR CONTRACT 3. The COTTRACTOR shall include a typical schedule for "wet out" of the flexible tube in the method statement together with a typical insertion and curing schedule / plan at the outset of the Contract. The wet out schedule, insertion plan and curing plan shall provide the appropriate information as described under Section 3.4 of this specification, GENERAL INSTALLATION PROCEDURES. Additionally, for each and every lining section proposed, the CONTRACTOR shall submit a schedule for wet out of the flexible tube together with the specific insertion and curing schedule / plan at least 24 hours in advance of installation. 4. Certified copies of test reports for the resin material used for this project. 5. Proposed testing laboratory with qualifications and experience history and references. 6. Installation Plan / Diversion Pumping Plan (including Emergency Plans), 7. Traffic management plans in accordance with Section 01500 CONSTRUCTION FACILITIES AND TEMPORARY CONTROLS. B. After Completion of Each Service 1. The CONTRACTOR shall submit the installation and curing process control sheets including information as described under Section 3.4, GENERAL INSTALLATION PROCEDURES of this specification. 2. Pre and Post CCTV inspection tapes. 3. CIPP supplier certification of proper installation. 4. Physical samples: for every ten laterals lined, two flat plate samples shall be processed and tested. The flat plate sample preparations shall be as described under Section 3.6-A.1 of this specification. Samples removed for testing shall be individually labeled and logged to record the following: a. OWNER's project number and title. b. Sample number C. Segment number of line as noted on supplements. d. Date and time of sample e. Name of CONTRACTOR f. Location and by whom tested g. Street name and address h. Results of test. Samples shall be numbered as follows: 1) Sample No. 1: Flat plate sample. 1.4 QUALIFICATIONS OF COTTRACTOR A. The CONTRACOTR or subcontractor performing the work of this section shall be employees of the company manufacturing the CIPP system components, or shah be licensed by the system manufacturer. Notwithstanding these requirements, every individual installing the repair material shall be licensed by the lining system manufacturer. CURED -IN -PLACE PIPE LATERAL LINER 02563 - 3 ADDENDUM 1 WATER CONVEYENCE SYSTEM LONG-TERM REMEDIATION PROGRAM PROJECT NO. 11273 PROJECT # 9 SEWER BASIN A-11 AND ANNUAL SEWER REPAIR CONTRACT to be repaired by means of a lateral liner installation, and no clean outs exist at the property line, the CONTRACTOR shall obtain authorization from the ENGINEER / OWNER to install a new clean-out- B. Resin: 1. The resin used to impregnate the tube and the connection seal shall produce a cured tube that shall be resistant to shrinkage, shall not corrode or oxidize, and shall also be resistant to abrasion from solids, grit, and sand in wastewater. The resin shall have proven resistance to the municipal wastewater environment that may comprise, as a minimum, all of the following factors: a. Immersion in septic sewage at temperatures up to 75 degrees F. b. Exposure to hydrogen sulfide gas from septic sewage at temperatures up to 75 degrees F. 2. The resin shall have proven resistance to ultra -violet light (sunlight) at any stage prior to installation. 3. The resin shall be a neat, epoxy resin and shall be solvent free. Vinylester and polyester resins are not acceptable. 4. The resin system proposed shall not contain silicones, sterates, and / or natural waxes that would adversely affect the adhesives properties or any other chemical or physical properties of the CIPP liner. 5. The internal wall color of the cured liner shall be a light reflective color so that a clear detail CCTV inspection can be accomplished. 6. The chemical resistance of the resin system selected shall have been tested by the resin manufacturer in accordance with ASTM D543. Exposure to the chemical solutions listed in Table 1 shall be conducted at temperature of up to 75 degrees F. This test shall be conducted for a minimum period of one month and shall result in a loss of not more than 20 percent of the initial structural properties. Table 1. Minimum Chemical Resistance Requirements for Typical Municipal Sewer Applications. ASTM D543. Chemical Solution Concentration % Tap Water (pH 6-9) 100 Nitric Acid 5 Phosphoric Acid 10 Sulfuric Acid 10 Gasoline 100 Vegetable Oil 100 Detergent or Soap 0.1 7. The resin system shall be manufactured by a company selected by the CIPP supplier. Resins complying with the requirements in Table 2 shall be used - CURED -IN -PLACE PIPE LATERAL LINER 02563 - 5 ADDENDUM 1 WATER CONVEYENCE SYSTEM LONG-TERM REMEDIATION PROGRAM PROJECT NO. 11273 PROJECT # 9 SEWER BASIN A-11 AND ANNUAL SEWER REPAIR CONTRACT 3. The interface seal shall provide a watertight connection between the service connection and the mainline. The interface seal and lateral liners shall be installed according to the following two instances: a. On main line sewers that have been lined under this contract, or previously lined by CIPP methodology, each reinstated lateral that has not been identified to be rehabilitated by means of a CIPP lateral lining shall have a connection seal installed in accordance with Section 2.1.E.1 — Method A or B of this specification. The interface seal shall extend at least past the first lateral joint past the connection to the mainline pipe and a minimum of 3 feet into the lateral b. Each reinstated lateral that has been identified to be rehabilitated by means of a CIPP lateral lining shall have an interface seal installed in accordance with Section 2.1.E.1 — Methods A or B of this specification. The lateral repair shall extend from the interface seal at least 15 feet into the lateral. The ENGINEER shall determine what method will be utilized. C. For laterals identified to be rehabilitated on mains without a CIPP type lining, the interface seal shall be installed in accordance with Section 2.1.E.1 method A of this specification. Additional length of lateral rehabilitation will be as described above. 4. If the interface seal requires insertion, the seal shall be completely installed via remote device without excavation. The interface seal between the lateral liner and the mainline sewer pipe shall be compatible with the mainline liner and the later liner / pipe. 5. The CONTRACTOR shall base his / her bid on one of the named manufacturers in this specification for the lateral liner or the connection seal. Bids that are not based on one of the named manufacturers in this specification for lateral liner or the connection seal will be considered unresponsive. F. Manufacturers: 1. T Liner of LMK Enterprises, Inc. 2, Saddle Liner of EasyLiner, LLC 3. LCL of Nu -Flow Technologies, Inc. 4_ TOP HAT System of AMerid Supplies, Inc. 5, Max Liner of Applied Felts, Inc. 6. Service Lateral Rehabilitation System of Insituform Technologies, Inc. 7. Perma-Liner Lateral Lining System of Perma-Liner industries, Inc. 8. No other manufacturers will be accepted- G. Cleanouts 1. No cleanouts shall be installed without authorization from ENGINEER / OWNER 2. PVC cleanout and cover as specified for cleanouts to be installed in vegetated areas. CURED -IN -PLACE PIPE LATERAL LINER 02563 - 7 ADDENDUM 1 WATER CONVEYENCE SYSTEM LONG-TERM REMEDIATION PROGRAM PROJECT NO. 11273 PROJECT # 9 SEWER BASIN A-11 AND ANNUAL SEWER REPAIR CONTRACT D. Preconditioning shall be carried out in accordance sections 02751 - PREPARATORY CLEANING; 02762 - ROOT REMOVAL; and 02764 - CHEMICAL GROUTING. In addition, the CONTRACTOR shall; prior to installation of the lining, high pressure flush and vacuum the lateral and remove grease buildup or any other obstruction that may interfere with lining operations. E. No interface seal shall be installed in the presence of active infiltration. Infiltration at the lateral interface shall be controlled by grouting in accordance with Section 02764 — CHEMICAL GROUTING. F. The CONTRACTOR shall obtain approval from the field inspector representing the OWNER, before the connection seal can be installed. G. Lateral lining shall only occur after the corresponding mainline sewer has been lined, tested and approved by ENGINEER. It is the responsibility of the CONTRACTOR to ensure the proper sequence of work, between the mainline and lateral lining activities. Lining of laterals before planned mainline lining activities have been completed and accepted by ENGINEER, will require the CONTRACTOR to completely re -line all laterals that were previously lined along the corresponding mainline pipe segment at no cost to the OWNER. H. All debris removed from the sewer during cleaning shall be transported in watertight containers and disposed of n accordance with all local, state and federal regulations. I. The CONTRACTOR shall notify all the residents affected by this construction at least 24 hours prior to any service disruption affecting their service connection. The mainline sewer shall be kept in operation at all times during the rehabilitation of the lateral lines. 3.4 GENERAL INSTALLATION PROCEDURES A. Wet Out: 1. Thoroughly saturate flexible tube prior to installation. Catalyst system or additives compatible with the resin and flexible tube shall be as recommended by the manufacturer. 2. Handle the resin impregnated flexible tube to retard or prevent resin setting until it is ready for insertion. 3. The CONTRACTOR shall complete a wet -out process control sheet for every lining completed. The control sheets shall provide the following information: a. Liner manufacturer b. Liner diameter c. Number of layers d. Resin amount e. Resin type f. Resin manufacturer g. Batch number h. Hardener name CURED -IN -PLACE PIPE LATERAL LINER 02563 - 9 ADDENDUM 1 WATER CONVEYENCE SYSTEM LONG-TERM REMEDIATION PROGRAM PROJECT NO. 11273 PROJECT # 9 SEWER BASIN A-11 AND ANNUAL SEWER REPAIR CONTRACT C. Maximum pressure d. Time and pressure when inversion process starts and every ten minutes until inversion process is completed. e. Time start cutting ends. C. Interface Seal Installation 1. The interface seal shall be properly expanded to tightly fit the lateral interface. A full protocol for time and temperature shall be completed and documented for the proper curing of the seal. 2. The CONTRACTOR shall complete a curing process control sheet.for every lining completed. The control sheets shall provide the required temperatures and time for the different steps of the curing process such initial, post cure, and cooling as outlined in ASTM F1216-03. The curing process shall be conducted in accordance with the practices outlined in ASTM F1216-03. 3. The heat source should be fitted with suitable monitors in accordance with the ASTM F1216-03. The temperature of the incoming and outgoing heat source shall be recorded in order to determine when uniform temperature is achieved throughout the length of the liner. Thermocouples shall be installed at the top and bottom of the liner between the liner and the host pipe to appropriately control the curing process of the resin. h If air or steam is used in the curing process, the liner manufacturer shall provide the minimum pressure required to hold the tube tight against the host pipe and maximum pressure allowable to not damage the tube. Once the inversion has started, the pressure shall be maintained between the recommended pressure ranges until the inversion has been completed. Should the pressure deviate more than 2.3 feet of water from within this range, the installed liner shall be removed. 5. If the curing process occurs at ambient temperature, the CONTRACTOR shall record the time when the curing process starts, time for initial hardness and time when full cure is accomplished. D. Finish: The finished CIPP shall be continuous and free from visual defects such as foreign inclusions dry spots, pinholes, de -lamination, and wrinkles greater in length than 1 % of the pipe ID. Any section of lining with such defects shall either be removed and replaced at no additional cost to the OWNER or the CONTRACTOR will not receive payment for any work associated with rehabilitating the lateral in question (including connection seal). E_ Clean Up: After liner installation has been completed and accepted, the CONTRACTOR shall clean up the entire project area and restore the site to its original condition prior to the commencement of work. All excess material and debris not incorporated into the permanent installation shall be disposed of by the CONTRACTOR. CURED -IN -PLACE PIPE LATERAL LINER 02563 - 11 ADDENDUMI WATER CONVEYENCE SYSTEM LONG-TERM REMEDIATION PROGRAM PROJECT NO. 11273 PROJECT # 9 SEWER BASIN A-11 AND ANNUAL SEWER REPAIR CONTRACT Testing shall be completed by accredited laboratory at the CONTRACTOR's expense. The COTNRACTOR shall submit the chosen laboratory with appropriate accreditation documentation for approval by the ENGINEER prior to testing. Testing results shall be provided to the ENGINEER and OWNER within seven days of receipt. B. Hydrostatic Testing -- Low Pressure Air Test 1. Random low pressure air tests shall be performed as directed by the ENGINEER. a. On ten percent (10%) of the laterals repaired under this contract. b. If more than ten percent (10%) of the air tests fail an additional 10% of the laterals will be selected by the ENGINEER to be tested at no additional cost. c. If more than twenty-five percent (25%) of the air tests fail, the ENGINEER may direct the CONTRACTOR to test all of the repaired laterals at no additional cost. 2. Low Pressure Air Test Procedure a. Place test balls no more than 5 inches inside the CIPP lateral liner at the upper point of the repair. b. Place test balls in the mainline a minimum of 12 inches from and centered on the lateral opening. c. Introduce air into the sealed line until an internal pressure of 4.0 psig is achieved. d. Allow the pressure to stabilize for 2 minutes, but in no case let the pressure drop to less than 3.5 psig. e. If the pressure drops 1.0 psig in less than 4 minutes, the test will be considered to have failed. 3. If the lined lateral fails the air test, the CONTRACTOR shall locate the leak and perform corrective measures including: a. Re -inspection of the lateral by CCTV b. Repair using materials and methods contained in this specification c. Repeat the air test END OF SECTION CURED -IN -PLACE PIPE LATERAL LINER 02563 - 13 ADDENDUM 1 PROJECT NO. 11273 NOTICE TO CONTRACTORS Sealed bids will be received until 2:00 P.M. on WEDNESDAY, AUGUST 15, 2007 in the Office of the City Engineer, Public Works Department (Engineering and Architectural Services), City Hall, 100 North Andrews Avenue,.4th Floor, City of Fort Lauderdale, Florida and opened immediately thereafter in the Conference Room, for PROJECT #11273 - WASTEWATER CONVEYANCE SYSTEM LONG- TERM REMEDIATION PROGRAM PROJECT #9 — BASIN A-11 and ANNUAL SEWER REPAIR CONTRACT. The work includes: The rehabilitation of mainline sewers and laterals identified in the contract documents by using the cured -in -place pipe method for the sewer pipes. The work includes pre and post television survey, flow monitoring, flow bypass, traffic control, site restoration, and related operations resulting in complete and satisfactory rehabilitation of the wastewater collection system piping in Sewer Basin A-11. The project also includes, as Schedule B, the Annual Sewer Repair Contract which provides for localized lining of sanitary and storm sewers throughout the City as required and as authorized by the City, for a one year period following completion of the base project. Projects will be authorized on an as -needed basis by the City with no guarantee as to the location and amount of the additional work. A pre -bid meeting will be held at 4:00 P.M. on Wednesday, July 25, 2007 at the Program Management Team Office at 200 North Andrews Avenue, Suite 300 (third floor), Fort Lauderdale, Florida. The pre -bid meeting is recommended but not mandatory. Bidding blanks may be obtained at the Office of the City Engineer. Specifications are on file in the Office of the City Engineer. Bidders are encouraged to carefully review the project specifications, particularly Sections 02520 and 02563 as there have been revisions to these sections. This project may be funded in whole or in part by the Florida Department of Environmental Protection, State Revolving Fund. Bidders are encouraged to become familiar with the provisions of the Supplementary Conditions contained in these documents and in particular the requirements of Article 20, Equal Employment Opportunity. It will be the sole responsibility of the bidder to clearly mark bid as such, and ensure that his bid reaches the City prior to the bid opening date and time listed. A certified check, cashier's check, bank officer's check or bid bond for 5% of the amount bid, made payable to the City of Fort Lauderdale, Florida, shall accompany each proposal. The City of Fort Lauderdale reserves the right to waive any informality in any bid and to reject any or all bids. Information on bid results and projects currently out to bid can be obtained by calling the pre-recorded City of Fort Lauderdale Bid Information Line at (954) 828--5688. For general inquiries - please call (954) 828-5772. Jonda K. Joseph City Clerk NTC-1 TABLE OF CONTENTS PROJECT NO. 11273 BIDDING REQUIREMENTS Noticeto Contractors............................................................................... .NTC-1 Tableof Contents.................................................................................... TOC-1-2 Pre -bid Information .............................................................................. ......... PB-1 ` . Instructionto Bidders ......................... ...........................................................IB 1-5 Proposal........................................ ............................................................. P 1-6 Minority Business Enterprise/Women Business Enterprise ...................... MBE 1-2 Inspection Overtime Cost....................................................................... OTC-1 SpecialConditions...................................................................................... SC 1-3 Insurance Requirements....................................................................... ..... IR 1-2 FDEP Supplementary Conditions..... ..... .............................................. FDEP 1-34 TECHNICAL. SPECIFICATIONS DIVISION 1 —GENERAL REQUIREMENTS 01001 General Requirements ............................... ......... ............................1-9 01010 Summary of Work......................................................................... 1-1 01025 Measurement and Payment..........................................................1-1 01040 Coordination....................................................................................1-5 01300 Submittals ...... .................... ......... ............ ...................................... .. 1-8 Transmittal of Contractor's Submittal 01310 Progress Schedules ................ ........................................... ............. 1-7 01500 Construction Facilities and Temporary Controls ............ ................ 1-11 Supplement —1, Project Sign Details Supplement — 2, Staging Area Ordinance Supplement — 3, Temporary Modifications of Traffic Routing Form Supplement — 4, Sample Door Hanger 01600 Material and Equipment .......... ............................ ....................... ..... 1-5 01640 Manufacturers' Services ............................................. .......... ........... 1-4 Manufacturer's Certificate of Proper Installation 0-1780 Contract Closeout...........................................................................1-2 DIVISION 2 — SITE WORK 02200 Site Preparation .... ...... ............ ..................... ............. ......................1-2 02315 Fill and Backfill......................... .................... ...................................1-5 02316 Excavation ... ........... ......... ........ .......... .............................................1-3 02520 Cured -in -Place Pipe Liner.. ...........................................................1-13 Supplement — Location Map Supplement — Schedule of Pipe Segments to be Rehabilitated 02563 Cured -in -Place Pipe Lateral Liner... .............................. _ ......... 1 - 13 02575 Surface Restoration ............ .......... .......... ......................................1-11 02632 Storm Drain and Sanitary Sewer Pipe.. .......... ........ ............. ....... 1-10 02632-03 Polyvinyl Chloride PVC ............... .................... ............................. 1-1 02734 Flow Bypass Pumping System ......... ......... .............. ................ ...1-5 02751 Preparatory Cleaning ....... .............. ........ .........................................1-4 02752 Television Survey ............... .......... ............ ............ ....... .......... .......... 1-7 02762 Root Removal .......................................... ....... ....................... ..... 1-4 02764 Chemical Grouting ........... ................ .......... ............. .......... ___ ......... 1-3 02911 Soil Preparation ............................. ..................... ............ .................1-2 02930 Trees, Plants and Ground Covers ............ ....... ............. ......... .......... 1-7 TOC-1 PROJECT NO. 11273 DIVISION 3 THROUGH 14 (NOT USED) DIVISION 15 — MECHANICAL 15992 Pipe Leakage Testing......................................................................1-3 DIVISION 16 (NOT USED) END OF SECTION TOC-2 PROJECT NO. 11273 SECTION 00010 PRE -BID INFORMATION PART1 GENERAL 1.1 PRE -BID INQUIRIES A. Pre -bid inquiries shall be in writing and directed to: Walt Schwarz, P.E., Waterworks 2011, 200 N. Andrews Avenue. Suite 300, Fort Lauderdale, Florida, 33301; fax: 954-522-7971. B. All inquiries shall be in writing. PART 2 PRODUCTS (NOT USED) PART 3 EXECUTION (NOT USED) END OF SECTION -2•15 m PROJECT NO. 11273 INSTRUCTIONS TO BIDDERS The following instructions are given for the purpose of guiding bidders in properly preparing their bids or proposals. These directions have equal force and weight with the specifications and strict compliance is required with all of these provisions. UALIFICATIONS OF BIDDERS -- No proposal will be accepted from, nor will any contract be awarded to, any person who is in arrears to the CITY OF FORT LAUDERDALE, upon any debt or contract, or who has defaulted, as surety or otherwise, upon any obligation to the City, or who is deemed irresponsible or unreliable by the City Commission of Fort Lauderdale. PERSONAL INVESTIGATION - Bidders shall satisfy themselves by personal investigation, and by such other means as they may think necessary or desirable, as to the conditions affecting the proposed work and the cost. No information derived from maps, plans, specifications, or from the Engineer, City Manager, or their assistants shall relieve the Contractor from any risk or from fulfilling all terms of the contract. INCONSISTENCIES — Any seeming inconsistency between different provisions of the plans, specifications, proposal or contract, or any point requiring explanation must be inquired into by the bidder, in writing, at least ten (10) days prior to the time set for opening proposals. After proposals are opened, the bidders shall abide by the decision of the Engineer as to such interpretation. ADDENDA AND INTERPRETATIONS - No interpretations of the meaning of the plans, specifications or other contract documents will be made orally to any bidder. Prospective bidders must request from the Engineer such interpretation in writing. To be considered, such request must be received at least ten (10) days prior to the date fixed for the opening of bids. Any and all interpretations and any supplemental instructions will be in the form of a written addenda which, if issued, will be sent by certified mail with return receipt requested, to all prospective bidders (at the address furnished for such purpose) not later than three (3) days prior to the date fixed for the opening of bids. Failure of any bidder to receive any such addenda or interpretation shall not relieve any bidder from any obligation under his bid as submitted. All addenda so issued shall become a part of the contract document. Contractor shall verify that he has all addenda before submitting his bid. LEGAL CONDITIONS - Bidders are notified to familiarize themselves with the provisions of the laws of the State of Florida relating to hours of labor on municipal work, and with the provisions of the laws of the State of Florida and the Charter and the ordinances of the City of Fort Lauderdale. PUBLIC ENTITY CRIMES - A person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a bid on a contract to provide any goods or services to a public entity, may not submit a bid on a contract with a public entity for the construction or repair of a public building or public work, may not submit bids on leases of real property to a public entity, may not be awarded or perform work as a Contractor, supplier, subcontractor, or consultant under a contract with any public entity, and may not transact business with any public entity in excess of the threshold amount provided in Section 287.017, Florida Statutes, for CATEGORY TWO for a period of 36 months from the date of being placed on the convicted vendor list. IB-1 PROJECT NO. 11273 INSTRUCTIONS TO BIDDERS (Continued) FORMS OF PROPOSALS - Each proposal and its accompanying statements must be made on the blanks provided. THE FORMS MUST BE SUBMITTED IN GOOD ORDER AND WITH ALL THE BLANKS COMPLETED. The forms must be enclosed in a sealed envelope when submitted toCt {e Office of the City Engineer, Public Services Department (Engineering and Architectural Services), y Hall, 4th Floor, 100 North Andrews Avenue, Fort Lauderdale, Florida 33301 and must show the name of the bidder and a statement as to its contents. The proposal must be signed by one duly authorized to do so, and in case signed by a deputy or subordinate, the principal's properly written authority to such deputy or subordinate must accompany the proposal. No proposal will be accepted, for any reason whatsoever, which is not submitted to the Office of the City Engineer as stated above, within the specified time. BID BOND - A certified check, cashier's check or bank officer's check, for the sum set forth in the advertisement, made payable to the City of Fort Lauderdale, Florida, or bid bond in such amount, shall accompany each proposal as evidence of the good faith and responsibility of the bidder. The above bond or check shall be a guarantee that the bidder will, if necessary, promptly execute a satisfactory contract and furnish good and sufficient bonds. As soon as a satisfactory contract has been executed and the bonds furnished and accepted, the check or bond accompanying. the proposal of the successful bidder will be returned to him. The certified or other checks or bid bonds of the unsuccessful bidders will be returned to them upon the acceptance of the bid of the successful bidder. If the successful bidder shall not enter into, execute, and deliver such a contract and furnish the required bonds within ten (10) days after receiving notice to do so, the certified or other check or bid bond shall immediately become the property of the City of Fort Lauderdale as liquidated damages. Retention of such amount shall not be construed as a penalty or forfeiture. FILLING IN BIDS - All prices must be written in the proposal and also stated in figures, and all proposals must fully cover all items for which proposals are asked and no other Bidders are required to state the names and places of residence of all persons interested, and if no other person is interested, the bidder shall distinctly state such fact and shall state that the proposal is, in all respects, fair and without collusion or fraud. Where more than one person is interested, it is required that all persons interested or their legal representative make all verification and subscribe to the proposal. Bidder acknowledges that due to the nature of the work there are inherent unknowns and the determination of contract quantities for some of the proposal items cannot be determined until contract work is started. There may be proposal items which overrun in quantity and others that are underutilized. Bidder agrees that upon entering into a contract based on the proposal unit prices submitted, that final contract costs will be based on the proposed unit prices. BIDS FIRM FOR ACCEPTANCE: Bidder warrants, by virtue of bidding, that his bid and the prices quoted in his bid will be firm for acceptance by the City for a period of ninety (90) days from the date of bid opening unless otherwise stated in the ITB. CAUSES FOR REJECTION - No proposal will be canvassed, considered or accepted which, in the opinion of the City Commission, is informal or unbalanced, or contains inadequate or unreasonable prices for any items; each item must carry its own proportion of the cost as nearly as is practicable. Any alteration, erasure, interlineation, or failure to specify bids for all items called for in the schedule shall render the proposal informal. M PROJECT NO. 11273 INSTRUCTIONS TO BIDDERS Continued REJECTION OF BIDS - The City reserves the right to reject any bid if the evidence submitted by the bidder, or if the investigation of such bidder, fails to satisfy the City that such bidder is properly qualified to carry out the obligations and to complete the work contemplated. Any or all proposals will be rejected, if there is reason to believe that collusion exists among bidders. A proposal will be considered irregular and may be rejected, if it shows serious omissions, alterations in form, additions not called for, conditions or unauthorized alternates, or irregularities of any kind. The City reserves the right to reject any or all proposals and to waive such technical errors as may be deemed best for the interests of the City. WITHDRAWALS - Any bidder may, without prejudice to himself, withdraw his proposal at any time prior to the expiration of the time during which proposals may be submitted. Such request for withdrawal must be in writing and signed in the same manner and by the same person who signed the proposal. After expiration of the period for receiving proposals, no proposal can be withdrawn, modified, or explained. PRE -BID SUBMITTALS — All Pre -Bid Submittal requirements listed in Section 02520.1.2 (CURED IN PLACE PIPE LINER) and Section 02563.1.2 (CURED IN PLACE PIPE LATERAL LINER) must be satisfied and submitted with the bid or the bid will be considered non -responsive and will be rejected. Bids that are not based on one of the named manufacturers listed in the specifications for the mainline liner, the lateral liner or the interface seal will also be considered non -responsive. CONTRACT — The contract will be awarded to the low responsive CONTRACTOR based upon the TOTAL BID price. The bidder to whom award is made shall execute a written contract to do the work and maintain the same in good repair until final acceptance by the proper authorities, and shall furnish good and sufficient bonds as specified within ten (10) days after receiving such contract for execution. If the bidder to whom the first award is made fails to enter into a contract as provided, the award may be annulled and the contract let to the next lowest bidder who is reliable, responsible, and responsive in the opinion of the City Commission, and that bidder shall fulfill every stipulation and obligation as if such bidder were the original party to whom award was made. The Project Area is defined in the Supplement at the end of Section 02520 CURED IN PLACE PIPE LINER. The contract shall provide that the Contractor agrees to correct any defective or faulty work or material, which may appear within one (1) year after completion of the work and receipt of final payment. ENFORCEMENT OF SPECIFICATIONS - Copies of the specifications will be placed in the hands of all the assistants to the Engineer and Inspectors employed on the work, who shall enforce each and every requirement of the contract. Such assistants shall have no authority to vary from such requirements. COPIES OF PLANS AND SPECIFICATIONS -Copies of the specifications, details, contract and bonds are on file in the Office of the City Engineer, City Hall, 4th Floor, 100 N. Andrews Avenue, Fort Lauderdale, Florida 33301. M. PROJECT NO. 11273 INSTRUCTIONS TO BIDDERS (Continued SURETY BOND - The successful bidder shall furnish a performance and payment bond in compliance with Section 255.05, Florida Statutes, written by a Corporate Surety company, holding a Certificate of Authority from the Secretary of the Treasury of the United States as acceptable sureties on federal bonds, in an amount equal to the total amount payable by the terms of the contract, executed and issued by a Resident Agent licensed by and having an office in the State of Florida, representing such Corporate Surety, conditioned for the due and faithful performance of the work, and providing in addition to all other conditions, that if the Contractor, or his or its subcontractors, fail to duly pay for any labor, materials, or other supplies used or consumed by such Contractor, or his or its subcontractor or subcontractors, in performance of the work contracted to be done, the Surety will pay the same in the amount not exceeding the sum provided in such bonds, together with interest at the rate of 15% per annum, and that they shall indemnify and save harmless the City of Fort Lauderdale to the extent of any and all payments in connection with carrying out of the contract, which the City may be required to make under the law. The Contractor is required at all times to have a valid surety bond in force covering the work being performed. A failure to have such bond in force at any time shall constitute a default on the part of the Contractor. A bond written by a surety, which becomes disqualified to do business in. the State of Florida, shalt automatically constitute a failure on the part of the Contractor to meet the above requirements. Such bond shall continue in effect for one (1) year after completion and acceptance of the work with liability equal to at least 25% of contract price, or an additional bond shall be conditioned that the Contractor will correct any defective or faulty work or material which appear within one (1) year after completion of the contract, upon notification by the City, except in contracts which are concerned solely with demolition work, in which cases 25% liability will not be applicable. SPECIFICATIONS - The specifications referred to in this project or improvement are as included in these contract documents and the CONSTRUCTION STANDARDS AND SPECIFICATIONS, Office of the City Engineer, City of Fort Lauderdale, January, 1982, including any revision, and/or ARCHITECTURAL CONSTRUCTION SPECIFICATIONS, Office of the City Engineer, City of Fort Lauderdale, January, 1982, including any revisions. The above -referenced specifications are made a part of all projects or improvements let for bid by the City's Public Services Department (Engineering and Architectural Services). It is mandatory that prospective bidders and Contractors familiarize themselves with and comply with the CONSTRUCTION STANDARDS AND SPECIFICATIONS, Office of the City Engineer, City of Fort Lauderdale, January, 1982, including any revision, and/or ARCHITECTURAL CONSTRUCTION SPECIFICATIONS, Office of the City Engineer, City of Fort Lauderdale, January, 1982, including any revisions, when preparing their proposals and during construction of any work awarded. AUDIT OF CONTRACTOR'S RECORDS - Upon execution of the Contract, the City reserves the right to conduct any necessary audit of the Contractor's records. Such an audit, or audits, may be conducted by the City or its representatives at any time prior to final payment, or thereafter, for a period up to three (3) years. The City may also require submittal of the records from either the Contractor, the Subcontractor, or both. For the purpose of this Section, records shall include all books of account, supporting documents and papers deemed necessary by the City to assure compliance with the contract provisions. Rev.07/29/02 IBA PROJECT NO. 11273 INSTRUCTIONS TO BIDDERS (Continued) Failure of the Contractor or Subcontractor to comply with these requirements may result in disqualification or suspension from bidding for future contracts or disapproval as a Subcontractor at the option of the City. The Contractor shall assure that each of its Subcontractors will provide access to its records pertaining to the project upon request by the City. PERIODIC ESTIMATE FOR PARTIAL PAYMENT - After the Contractor has submitted a periodic estimate for partial payment, approved and certified by the Office of the City Engineer, the City shall make payment in the manner provided in the Contract Documents and in accordance with Florida's Prompt Payment Act, Section 218, Florida Statutes. IMMA"U IPAI a M Item Description No. 23. Preliminary lateral CCTV inspection 24. Cleaning and CCTV :Additional spection of previously lined ainline pipe 25. Re -cutting of protruding existing lateral openings Estimated Unit Unit Price Quantity 10,000 LF (est) $2.90 150 LF $1.30 (est) 25 (est) FA $265,50 PROJECT NO. 11273 Total Bid Price $29,000.00 $195.00 $6,637.50 $ 1,581,912.50 Sub -Total Schedule A (Note: Items numbers in Bid Schedule A and Bid Schedule B correspond to descriptions in Section 01025 MEASUREMENTS AND PAYMENTS.) BID SCHEDULE B Estimated Unit unit Price Total Bid Price Item Description Quantity No. Schedule B: As Needed Repairs — SRF Eligible. ALL QUANTITIES ESTIMATED AND NOT GUARANTEED Mobilization cost for as -needed 40 EA $1,274.40 50,976.00 1. work outside of base project area Install 8 inch diameter CIPP 10,000 LF $30.00 $300,000.00 4. mainline liner Install 10 inch diameter CIPP 2,000 LF $33.00 $66,000.00 5 mainline liner Install 12 inch diameter CIPP 1,000 LF $36.00 $36,000.00 6. mainline liner Install 15 inch diameter CIPP 1,000 LF $44.00 $44,000,00 7. mainline liner Install 11 x 18 inch elliptical CIPP 440 LF $58.00 $25,520,00 7a.. storm sewer liner Install 16 or 18 x 24 inch elliptical 300 LF $102.00 $30,600.00 7b CIPP storm sewer liner. Install 12 inch diameter CIPP 1,000 LF $51.00 $51,000.00 7c. storm liner. Install 15 inch diameter CIPP 1,000 LF $71.00 $71,000.00 7d storm liner. Install 18 inch diameter CIPP 500 LF $84.00 $42,000.00 7e. storm liner. Install 24 inch diameter CIPP 500 LF $115.00 $57,500.00 7f storm liner P-1-c Item Description Estimated Unit I Unit Price Quantity No. Install connection seal and 4 & 6 9 inch diameter CIPP short lateral 15 liner (up to 3 ft of lateral length) in 8 and 10 inch diameter mainline pipe. 10. Install connection seal and 4 & 6 inch diameter CIPP short lateral 15 liner ( minimum 3 ft of lateral length) in 12 and 15 inch diameter pipe 12. Install connection seal and 4 & 6 inch diameter CIPP lateral liner 15 (up to 15 ft of lateral length) in 8 or 10 inch diameter mainline pipe 13. Install connection seal and 4 & 6 inch diameter CIPP lateral liner 5 (up to 15 ft of lateral length) in 12 inch diameter mainline pipe 14. Lateral lining (4 & 6 inch diameter) 100 in excess of 15 ft 15. Transitional lateral liner (4 to 6 5 inch diameter) 16, Install PVC clean -out to 5 ft deep in grass area (includes location, 5 excavation, pipe and labor) 17. Install Cl clean -out to 5 ft deep in pavement / concrete area 5 (includes location, excavation, pipe and labor) 18. Install PVC clean -out between 5 and 10 ft deep in grass area 5 (includes location, excavation, pipe and labor) 19. Install Cl clean -out between 5 and 10 ft deep in pavement / concrete 5 area (includes location, excavation, pipe and labor) EA $1,425.00 EA 1$1,670.00 EA I $2,290.00 EA I $3,025,00 LP I $48.00 EA $480.00 EA $480.00 EA $530.00 EA $845.00 EA 20• Root removal for all sewer and 1,000 LF lateral pipe sizes 21. Pipe grouting for spot pipe repair 50 GAL. to facilitate proper liner installation 22. Shrub and tree (less than 4 inches diameter) removal and 10 EA replacement when necessary for clean -out installation 23• Preliminary lateral CCTV 5,000 LF inspection 24 Additional Cleaning and CCTV 10,000 LP investigation of mainline pipe nutside of the project are — for P-1-d $900.00 $4,00 $12.70 $530.00 $2.90 $1.30 PROJECT NO. 11273 Total Bid Price $21,375,00 $25,050.00 $34,350.00 $15,125.00 $4,800.00 $2,400.00 $2,400,00 $2,650.00 $4,225.00 $4,500.00 $4,000.00 $635.00 $5,300,00 $14,500.00 $13,000.00 PROJECT NO. 11273 Item Description Estimated Unit Unit Price Total Bid Price No. Quantity Schedule B work 24 Additional Cleaning and CCTV inspection of mainline pipe outside 40,000 LF $1.30 $52,000.00 the base project are (not for Schedule B work) 25. Re -cutting of protruding existing 25 EA $6,625.00 lateral openings $265.OD Sub -Total Schedule B $987,531.00 TOTAL BID: (Bid Schedules A + Bid Schedule B) $ 2,569,443.50 (FIGURES) Two Million, Five Hundred Sixty -Nine Thousand, Four Hundred Forty Three Dollars and 50/100 (WRITTEN DOLLAR AMOUNT) The Bid shall remain valid for a period of 90 days from the date of bid opening. Contract award shall be based on the Total Bid amount. Bids will not be considered to be responsive if the bid is based upon a lateral lining manufacturer not named in Section 02563, CURED -IN -PLACE PIPE LATERAL LINER, The City of Fort Lauderdale reserves the right to waive any informality in an bid and to reject an or all bids. NuFlow Technologies, LMK, Permaline and Name of Proposed Lateral Lining Manufacturer: Insituform Technolo ies Inc. The City of Fort Lauderdale reserves the right to select and award this, and further more reserves the right to waive any informality in any d dand to reject any and ll bids. Contract esponsive,aespvnsible biddeaward shall be based b upon the above total bid amount y the lowest r. Bidder hereby agrees to commence work under this Contract within ten (10) calendar days following the date on the "Notice to Proceed" issued by the Owner and also (a) Complete all work associated with mainline sewer rehabilitation in the base project area within one hundred and twenty (120) calendar days of the "Notice to Proceed"; (b) Complete all work associated with sewer lateral rehabilitation in the project area within two hundred and ten (210) calendar days of the "Notice to Proceed"; (c) Items (a) and (b) can be performed concurrently as allowed for in the Technical Specifications; and (d) The Annual Sewer Repair Contract, Schedule B of this contract, will remain in effect for 365 calendar days beyond the completion date of the base project. Schedule B work will be completed on an as -needed basis. Completion dates for as -needed work will be designated in the work orders authorizing such work. P-1-e PROJECT NO. 11273 PROPOSAL Continued State the true, exact, correct and complete name of the partnership, PorporationOffice Box is, ade name un e)r which you do business, and the address of the place of busmenAgent. IF A IF A CORPORATION, state the name of the Pre IFAt'TRADE NAME ateSecretary anddent the names of the PARTNERSHIP, state the names of all partners individuals who do business under the trade name. If the firm is a foreign corporation (i.e., non - individuals it must be authorized to do business in the State of Florida by the Florida Secretary of State. PLEASE PRINT OR TYPE. Firm Name: Insituform Technologies, Inc. Address: 17988 Edison Avenue Chesterfield, Mo. 63005 Telephone: 636-530-8000 Thomas S. Rooney, Jr. (Name) David Morris (Name) CT Corporation (Name) Fax: 636-530-8701 President & CEO (Title) VP, General Counsel & Secretary (Title) Resident Agent (Title) (Attach additional sheets, if necessary). The undersigned bidder acknowledges that he may be required to furnish additional information as deemed necessary by the Office of the City s shlshouldhebellc Servicesawarded thDwoartment rk described below. and Architectural Services), to update their recordou The undersigned bidder affirms that he has or will obtain all equipment necessary to complete the work described, that he has or will obtain all required permits and licenses from the appropriate agencies, and that his firm is authorized to do business in the State of Florida. The undersigned bidder has not divulged to, discussed, or compared this bid with other bidders, and has not colluded with any other bidder or parties to a bid whatsoever. Further, the undersigned guarantees the truth and accuracy of all statements and answers contained in this proposal. P-2 PROJECT NO, 11273 fur The undersigned acknowledges receipt of the Add have been included listed below lin theapplicable) fartth�s acknowledges that the provisions of each Addendum Bid. Addendum No. 1 No Date Received August 9, 2007 DATE: Au ust 15 2007 /s/ Diane Partridge (1/Vitness - Print or Type Name) /s/ Debbie Jasper (Witness — Print or type Name) Addendum No. Date Received P-3 FOR: Insituform Technoly ies Inc. BY: /s/ H. Douglas Thomas (Signature) (Seal) Corporate Seal Affixed TITLE: President ( ) Vice -President (✓ ) PROJECT NO, 11273 QUESTIONNAIRE SHEET PLEASE PRINT OR TYPE: Firm Name: Insituform Technologies, Inc. President: Thomas S. Rooney, Jr. Business Address: 17988 Edison Avenue, Chesterfield, Mo. 63005 Televhone: 636-530-8000 Fax: 636-530-8701 What was the last project of this nature which you completed? Cit of Pom ana —Storm 2006 10,12,15,21,27, 30, & 36" CIPP 143" x 48" CIPP Bethel Duncan 954-786-4153 orations The following are named as three corporations contactrepresentatives referoencese(incu de addressesfor hand telephone you have performed work and which the City y numbers): DeIRa Beach — Scott Solomon 561 243-7309 JEA - Bill Clendening (904)665-4454 Long Beach —Kevin Webb (941)316-1099 The following is given as a summary of the Financial Statement of the firm. List assets and liabilities; supplement by attaching copy of Financial Statement. On file — Office of City Engineer How many years has your organization been in business? 27 ears Have you ever failed to complete work awarded to you; if so, where and why? No The name of the qualifying agent for the firm and his position is: Richard T. Howton, Senior Estimator Certificate of Competency Number of Qualifying Agent CGCO61125 Effective Date: 8/24/2006 Expiration. Date: 8/31/2008 Licensed in: State of Florida (County/State) Engineering Contractor's License # State License # QB0011131 Expiration Date: 8/31 /07 NOTE: A Broward County Engineering Contractor's License and/or the appropriate Contractor mustse issued ro er the State of Florida is required for working within public rights -of -way licensing prior to submittin bid and must submit evidence of same with bid. Rev.11115100 P-4 PROJECT NO. 11273 QUESTIONNAIRE SHEET 1. Have you personally inspected the proposed work and have you a complete plan for its performance? Yes 2. Will you sublet any part of this work? If so, list the portions or specialties of the work that you Will, a) TV &. Clean b) CIPP Laterals & Connection Seals c) Grouting d) Root removal e) Shrubs f) Cleanout installation 3. What equipment do you own that is available for the work? Attachment with bid proposals 4, What equipment will you purchase for the proposed work? None at this time. 5. What equipment will you rent for the proposed work? None. Rev.3/5/96 P-5 PROJECT NO. 11273 TRENCH SAFETY Bidder acknowledges that included in the appropriatebid items proposal Laws ofdFlorida) effectBle Price are costs for complying with the Florida TrenchSafety Act (90-96 October 1, 1990. The bidder further identifies the costs of such compliance to be summarized below. Unit Trench Safety Measure Units Of Unit Unit Cost (Description) Measure (Quantity) (LF/SF) L F. 1 �1.00 - A. Shield - B. C. D. Total Extended Cost $ 1.00 $ $ 1.00 If applicable, the Contractor certifies that all trench excavation done within his control in excess of five feet (51) in depth shall be in accordance with the Florida Department of Transportation'"s Special Provisions Article 125-1 and Sub -article 125-4.1 (TRENCH EXCAVATION SAFETY SYSTEM AND SHORING, SPECIAL -TRENCH EXCAVATION). Failure to complete the above may result in the bid being declared non -responsive. DAu ust 15, 2007 /s/ H. Dou las Thomas ATE: (SIGNATURE) STATE OF: Missouri COUNTY OF: St. Louis PERSONALLY APPEARED BEFORE ME, the undersigned authority, H. Dou las Thomas who, after first being duly sworn by me, (Name of Individual Signing) affixed his/her signature in the space provided above on this 15th ust 2007 day of /s/ Debra K. Jasper NOTARY PUBLIC My Commission Expires: November 16 2010 M. CITY OF FORT LAUDERDALE PUBLIC SERVICES DEPARTMENT (ENGINEERING AND ARCHITECTURAL SERVICES) MINORITY BUSINESS ENTERPRISE (MBE) - WOMEN BUSINESS ENTERPRISE (WBE) PRIME CONTRACTOR IDENTIFICATION FORM In order to assist us in identifying the status of those companies doing business with the City of Fort Lauderdale, this form must be com leted and returned with your bid package. Name of Firm: Insituform Technolo ies Inc. Address of Firm: 17988 Edison Avenue Chesterfleld Mo. 63005 Telephone Number: 636-530-8000 Name of Person Completing Form: H. Dou las Thomas Title: VP S ecial Pro ects Signature: /s/ H. Douglas Thomas Date: Au ust 15 2007 City Project Number: 11273 Project Description: Wastewater Conve ante S stem Long -Term Remediation Pro ram Pro ect #9 Sewer Basin A-11 and Annual Sewer Repair Contract Please check the item(s) which properly identify the status of your firm: [✓ ] Our firm is not a MBE or WBE. [ ] Our firm is a MBE, as at least 51 percent is owned and operated by one or more socially and economically disadvantaged individuals. -----American Indian Asian Black __---Hispanic [ ] Our firm is a WBE, as at least 51 percent is owned and operated by one or more women. -—American Indian Asian Black —.---Hispanic White Rev.12/12/95 MBE-1 CONTRACT (To be executed in triplicate, two copies to be filed in the Office of the City Engineer of Fort Lauderdale, Florida, and one copy to be given to the Contractor.) THIS AGREEMENT, entered into 2007 between: CITY OF FORT LAUDERDALE, a municipal corporation of Florida, called the "City" and Insituform Technologies Inc. , called the "Contractor", A D a I a w ere Corporation Under due procedure of law, bids were received by the City Commission of the City for the performance of work and supplying materials, etc., described below and the Commission having considered bids, has determined that the bid of the Contractor was the best and most desirable bid submitted, and has authorized the execution of this contract; In consideration of the mutual covenants and obligations of this contract, the City does award the contract to the Contractor, and the Contractor does agree to furnish the necessary labor, tools, equipment, materials and supplies, etc., and to perform the work specified below at the following prices, to -wit: C-G 1 Item Description Estimated Unit Unit Price Total Bid Price No, Quantity 22• Shrub and tree (less than 4 inches 10 $5,300.00 diameter) removal and EA (est) $530.00 replacement 23- Preliminary lateral CCTV 10,000 LF $29,000.00 inspection (est) $2.90 24. Additional Cleaning and CCTV 150 $195.00 inspection of previously lined (est) LF $1.30 mainline pipe 25. Re -cutting of protruding existing 25 EA $6,637.50 lateral openings (est) $265.50 Sub -Total Schedule A $ 1,5$1,912.50 (Note: Items numbers in Bid Schedule A and Bid Schedule B correspond to descriptions in Section 01025 MEASUREMENTS AND PAYMENTS.) BID SCHEDULE B Item Description Estimated Unit Unit Price Total Bid Price No. Quantity Schedule B: As Needed Repairs — SRF Eligible. ALL QUANTITIES ESTIMATED AND NOT GUARANTEED 1. Mobilization cost for as -needed work 40 EA $1,274.40 50 976,00 , outside of base project area 4 Install 8 inch diameter CIPP mainline 10,000 LF $30,00 $300,000.00 liner 5. Install 10 inch diameter CIPP mainline 2,000 LF $33.00 $66,000.00 liner 6 Install 12 inch diameter CIPP mainline 1,000 LF $36.00 $36,000.00 liner 7 Install 15 inch diameter CIPP mainline 1,000 LF $44.00 $44,000.00 liner 7a Install 11 x 18 inch elliptical CIPP storm 440 LF $58.00 $25,520.00 sewer liner 7b. Install 16 or 18 x 24 inch elliptical CIPP 300 LF $102.00 $30,600.00 storm sewer liner. 7c. Install 12 inch diameter CIPP storm liner. 1,000 LF $51.00 $51,000.00 7d. Install 15 inch diameter CIPP storm liner. 1,000 LF $71.00 $71,000.00 7f Install 24 inch diameter CIPP 500 LF $115.00 $57,500.00 storm liner C-2(b) Item Description Estimated Unit Unit Price Total Bid Price No. Quantity Install connection seal and 4 & 6 inch 9 diameter CIPP short lateral liner (up to 3 15 EA ft of lateral length) in 8 and 10 inch $1,425.00 $ 21,375,00 diameter mainline pipe. 10. Install connection seal and 4 & 6 inch diameter CIPP short lateral liner ( 15 EA $1,670.00 $25,050.00 minimum 3 ft of lateral length) in 12 and 15 inch diameter pipe 12• Install connection seal and 4 & 6 inch diameter CIPP lateral liner (up to 15 ft of 15 EA $2,290.00 $34,350.00 lateral length) in 8 or 10 inch diameter mainline pipe 13. Install connection seal and 4 & 6 inch diameter CIPP lateral liner (up to 15 ft of 5 EA $3,025.00 $15,125.00 lateral length) in 12 inch diameter mainline pipe 14• Lateral lining (4 & 6 inch diameter) in 100 LF. $4,800.00 excess of 15 ft $48.00 15. Transitional lateral liner (4 to 6 inch 5 EA $2,400.00 diameter) $480.00 16. Install PVC clean -out to 5 ft deep in 5 EA $480A0 $2,400.00 grass area (includes location, excavation, pipe and labor) 17. Install Cl clean -out to 5 ft deep in pavement / concrete area (includes 5 EA $530.00 $2,650.00 .. location, excavation, pipe and labor) 18. Install PVC clean -out between 5 and 10 $4,225.00 ft deep in grass area (includes location, 5 EA $845.00 excavation, pipe and labor) 19. Install Cl clean -out between 5 and 10 ft deep in pavement / concrete area 5 EA $900.00 $4,500.00 (includes location, excavation, pipe and labor) 20. Root removal for all sewer and lateral 1,000 LF $4,000,00 pipe sizes $4.00 21. Pipe grouting for spot pipe repair to 50 GAL $635M facilitate proper liner installation $12.70 22• Shrub and tree (less than 4 inches diameter) removal and replacement 10 EA $530.00 $5,300M when necessary for clean -out installation 23. Preliminary lateral CCTV inspection 5,000 LF $14,500.00 $2.90 24 Additional Cleaning and CCTV investigation of mainline pipe outside of 10,000 LF $1.30 $13,000.D0 the project are -- for Schedule B work C-2(c) Item Description No. 24 Additional Cleaning and CCTV inspection of mainline pipe outside the base project are (not for Schedule B work) 25. Re -cutting of protruding existing lateral openings Sub -Total Schedule B Estimated Unit Unit Price Quantity 40,000 LF $1.30 25 EA I $265.00 Total Bid Price $52,000.00 $6,625.00 $987,531.00 TOTAL BID: (Bid Schedules A + Bid Schedule B) $ 2,569,443.50 (FIGURES) Two Million, Five Hundred Sixty -Nine Thousand, Four Hundred Forty Three Dollars and 50/100 (WRITTEN DOLLAR AMOUNT) The Bid shall remain valid for a period of 90 days from the date of bid opening. Contract award shall be based on the Total Bid amount. Bids will not be considered to be responsive if the bid is based upon a lateral lining manufacturer not named in Section 02563, CURED -IN -PLACE PIPE LATERAL LINER. The City of Fort Lauderdale reserves the right to waive any informality in an bid and to re� or all bids. C-2(d) which prices include the protection and continuous use of all existing sewers, conduits, drains, pipes, buildings, walks, bridges and other construction encountered, and the prompt repair n ig allofill n any damage done them during the progress of the work or from insufficient support; backfilling, tamping, ramming, puddling and consolidating; the removal and disposal of all rubbish and surplus material; also, al pumping, bailing, draining or dewatering of all the excavations incidental to the execution of the work; also, all loss or damage arising out of the nature of the work or from actions of the elements, or from any unforeseen obstruction or difficulties encountered in the prosecution of the work; also, the furnishing of all necessary labor, tools, equipment, materials and supplies, etc., and the performance of the whole work mentioned in the Detailed Plans and Specifications necessary to give a finished result, and including all expense incurred in or in consequence of the suspension or discontinuance of the work specified and a faithful compliance with each and every one of the requirements of the contract and for the faithful completion of the whole, in the manner specified, including the maintenance of the entire work and construction in good condition and repair until final acceptance. In consideration of the payments and covenants to be made and performed by the City, the Contractor does agree: (1) To furnish all labor, tools, equipment, materials and supplies and to do all the work in a first-class, substantial and workmanlike manner, and in conformity with the details for the work on file in the Office of the City Engineer of the City of Fort Lauderdale, Florida, and strictly in accordance with the specifications, general stipulations and plans which are referred to and made a part of this contract, as well as to the satisfaction of the City Commission and the City Engineer of the City, and in strict compliance with the directions which may be given by the City Engineer or his authorized representative, at and for the prices plainly set forth. (2) Upon notification by the City, to correct any defective or faulty work or materials which may appear within one (1) year after completion of contract and receipt of final payment. (3) To comply with the regulations of the Secretary of Labor of the United States of America made pursuant to the Anti -Kickback Act of June 13, 1934, 40 U.S.C. 276(c), the Davis- Bacon Act, 40 U.S.C. 276a-7, and any amendments or modifications thereto, and the Contractor shall cause appropriate provisions to be inserted in its subcontracts to insure compliance by its subcontractor(s) with the provisions of the Anti -Kickback Act, and the Contractor shall be responsible for acquiring and submitting the affidavits required of subcontractor(s) under the provisions of the Anti -Kickback Act, subject, however, to any reasonable limitations, variations, tolerances and exemptions from the requirement of the Anti -Kickback Act as the Secretary of Labor may specifically provide. The Contractor will comply with all provisions of Executive Order 112.46 of September 24, 1965, and the rules, regulations and relevant orders of the Secretary of Labor. (4) To pay promptly and before final settlement, any and all claims or liens incurred in and about this work. (5) The Contractor agrees that representatives of the U.S. Public Health Service and the State of Florida shall have access to the work wherever it is in preparation or progress, and that the Contractor will provide proper facilities for such access and inspection. MI (6) Apprentice and Trainee Requirements — Apprentices shall be registered individually under a bona -fide apprenticeship program registered with a State apprenticeship agency recognized by the Bureau of Apprenticeship and Training, U.S. Department of Labor. All contracts in excess of $25,000 shall be governed by the following: Contractor or supplier agrees to make a diligent effort to hire for the performance of the contract a number of apprentices or trainees in each occupation which bears to the average number of journeymen in that occupation to be employed in the performance of the contract, the ratio of at least one apprentice or trainee to every five journeymen. Contractor or supplier agrees, when feasible, to assure that 25 percent of such apprentices or trainees are in their first year of training, except when the number of apprentices or trainees to be hired is fewer than four. Contractor or supplier agrees to submit, at three-month intervals, to the Bureau of Apprenticeship of the Division of Labor, records of employment by trade, of the number of apprentices or trainees employed; race of all apprentices; the number of apprentices or trainees in their first year of training; and total hours of work of all apprentices, trainees and journeymen. Contractor or supplier agrees to submit to the Bureau of Apprenticeship of the Division of Labor, at three-month intervals, a statement describing steps taken toward making a diligent effort in the hiring of apprentices and trainees and containing a breakdown by craft of hours worked and wages paid for first -year apprentices or trainees, other apprentices or trainees and journeymen. (7) The following documents are incorporated and made a part of this contract: (a) All documents which are attached. (b) The "Notice to Bidders", "Statement of Work", the "Proposal", the acknowledgement before a Notary Public, the "Bid Bond", the "Instructions to Bidders", "Special Conditions", "General Conditions", and "Specific Provisions" attached hereto, the "Surety Bond", the "Performance Bond", the plans already prepared, all addenda issued by the City before the receipt of bids, and all provisions required by law, whether actually inserted or not. (c) CONSTRUCTION STANDARDS AND SPECIFICATIONS, Office of the City Engineer, City of Fort Lauderdale, January, 1982. (d) Any revision to item (c) shall automatically become a part of CONSTRUCTION STANDARDS AND SPECIFICATIONS, Office of the City Engineer, City of Fort Lauderdale, January, 1982. (e) ARCHITECTURAL CONSTRUCTION SPECIFICATIONS, Office of the City Engineer, City of Fort Lauderdale, January, 1982. (f) Any revision to item (e) shall automatically become a part of ARCHITECTURAL CONSTRUCT ION SPECIFICATIONS, Office of the City Engineer, City of Fort Lauderdale, January, 1982. C-4 IN WITNESS WHEREOF, the City has caused these presents to be signed by its Mayor - Commissioner, City Manager, attested by the City Clerk with the corporate seal of the said City of Fort Lauderdale, and the Contractor has executed these presents the day and year written._ Signed, Sealed and Witnessed in the P ,�.rfsence of: ;itnye) r - Approved by: 4Cityngin�eer WITNESSES: ' (Signature) Diane Partridge (Witness print/type name) ✓ 2 igna ure) Debbie Jasper Witness print/type name) M-1 CITY F T7b�U,411-: , FLORIDID By 1/ City Manag Attest: -K City Clerk Approved as to form. VT/��U� ASSv, City Attorney Insituform Technologies; Inc. (Corporate Name) By H. Douglas Thom?s, VP Special (Name/Title) (Corporate Seal) Projects Attest: (Sig ature) Joann Smith Cotnracting and Attesting officer (Print Name/Title) INSfTUFORM TECKNOLOGIES, INC. sslstantsecreta 'S Certifcate The undersigned, bein'g the Assistant Secretary of [nsituia n 'lechnolo�ies, [nc., a Dela /3i' corporation ( the "Corporation"). hereby certi Eies that: 1. mite folio"' irg is a true and correct excerpt Frorn the By-laws or the Corpocatio!i Chief Erycuti've Off3cerA���int nts. The Chief Wxecuti;e Otfi:;er may pool nme Co ttrr'te appoi,It sucfl atficers GFoperat,n� di'/islorls, and .such contracting and atvestinZ ottleers, of the Corporation as the Chl�-,r Ex,eciitive Ot icer may deem prover, who shall have such aut, oOM.,v, subject to the ccnLTol o;' rile Board, as the Ctiic Execunv' Ot*lc':r may `Toni time to time pctscrl'Ge. ?, The C11i�f �xecutive O ficer and PresLdenc of the Corporation has, pLir3uant to the above a Ltilori�j, duf;/ appointed !a) F- Dauafas Thomas to the position of /ice Pr?si.�en:: Rehabilitation — Proj:c�' Suope,rt and (''0l loans Smith and Denis4 L. Can-olf as Contracting and Flttes.1 Off ter; oi` the i orporaticn. Each of the Foregoing have been Frilly autll()rized and tmpo«/ered 13y the Chie" cx'cuti,;e Orfcer of rt? (yi' ]- is b r "/ :lnd "'J a:'St t Jlnli�lC� of 3.nv ']ffiCer 'E ':he ColooiFitl )n, (.I) ;� .'.,,t. :G ar.d Ci] ]l. CG' tT erT[rrJ p)M plpellna :�hau11!tac1c''] act' 'vll-S t: l� ']. :h; ?t_h%• ;] OOpC(7Ci.7'_ ? t� a.l Jlater and , i. icI Qid.:efl U ]rp(]r3`iUi-1 lu J `1K : 1CIl ]L,l, l -i.. I 1L5 S I.o 1:7\/ 011t ril' 'DC'7�'uCl:a, aCCI`/ItI2S 11l(� 4vork cr plropr ! lip],•`/.; !lr J :ll-�.:Ciilk; a7=�.:iol�-ii� .�t.�r�L7.i,/ .i'!.`5 i 7.h �l].f OC "��..':a'.•i7 �n mil`'.c llz-t,-) kohs. 17 Suta'T'. n,7si,,p,lL� k3si3tariL ACKNOWLEDGEMENT OF CONTRACTOR STATE OF: COUNTY OF Missouri St. Louis The foregoing instrument was acknowledged before me this day of September 2007 by H. Douglas Thomas _and Jo n 5 as VP SpecialProjects and Contracting and Attesting Officer respectively, of Insituform Technoi le a Delaware corporation, on behalf of the corporation. They are personally known to me er # Personally Know n as identification and did ¢dd xr► A) take an oath. (SEAL) Nat Public, State of 61VIrcda; Missouri (Signature of Notary taking Acknowledgement) JANALAUSE Notary Public- Notary Seal State of Missoud St Louis County My Commission Expires Dec. 5, 2009 Commission 9 05805615 Jana Lause Name of Notary Typed, Printed or Stamped My Commission Expires: la/5/ 0 Commission Number C-6 SURETY BOND IN COMPLIANCEMITH AND INCORPORATING -THE PROVISIONS OF SECTION 255.05, 'FLORIDA -STATUTES THIS IS A SURETY BOND given by lnsitufor Sec gipInc. _ __ 'the "Contractor" as principal, referred to in this Bond as "Contractor" and r2,r ire1 prsC'a.uaI t-v ancLsuret y,A- nf�nmerica as "Surety," and they represent by -this instrument that they -are .bound to the CITY OF FORT LAUDERDALE, a municipal corporation of the State of Florida ("City"), in the sum of;,;$__569�43.50 Two Million, -Five Hundred Sixty' Nine Thousand, Four Hundred Forty Three Dollars and 501100 for the payment of which, to be made to the City of Fort Lauderdale, Florida, they jointly and severally, bind themselves and each of their heirs, executors, administrators, successors and assigns. Owner Name: Owner Address.and'Telephone: .Bond No.: CITY OF FORT LAUDERDALE a municipal corporation of the State of Florida City Hall, Office of City Engineer 100 N. Andrews Avenue Fort Lauderdale, Florida 33301 (954) 628-5772 105002711 Contractor Name, Address,Teiephone: Insituform Technologies, Inc, 17988 Edison Avenue Chesterfield, MO. 63005 636-530-8000 ty Oompany, Address,Talephone Travelers Casualty and Surety Company Of America One Tower Square _ FTari-f�rc�, r�T OK1 R�-9 7A , (314 ) 579-8309 _ City Project No.: 11273 Name of Protect: wastewater Conveyance System Lon -Term Pemed Project.Location: City of Fort LmLd2rdale, FL Legal Description and Street Address Description of Work Rehabilitation of mainline sewers and laterals identified in the contract documents by usin the cured -in- iace i e method for the sewer ❑i es. The work includes re and post television survey, flow monitorin ,flaw bypass, traffic control, site restoration, and related operations resulting in complete and satisfactory rehabilitation of the wastewater collection system. _pipiniect includes Schedule B, the annual Sewer repair. _ `Contractor" is bound by an instrument in writing dated the__5_ftLs3ay of _Seaternbe[ 2007, by which Contractor has contracted with the City of Fort Lauderdale, Florida, to furnish labor, tools, and materials for the ,Project referenced and described above, together with all work incidental thereto, as fully set out in the plans, jspecifications and details on file in the Office of the City Engineer of the City, SB-1 255.05 Bond Form, Rev. 10/21/05 'Notice required by Section..255.a5(6), Florida Statutes: "This bond is given to comply with Section.255.05 Honda 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 Section 255.05(2), Florida Statutes." The condition of the above obligation is such that if the above bound "Contractor;" or its successor or assigns shall in good faith and in good, sufficient, substantial and workmanlike manner, perform the work and comply with the conditions of the contract, including :payment of penalties, in strict accordance with the terms and provisions stipulated in It and shall indemnify and hold harmless the City against and -for payments of any and all damages that may happen to persons or property -by reason of excavations, embankments, obstructions and all other work in streets, alleys or places in connection with the work, or arising out of -any act, neglect or omission of the "Contractor" or its agents, servants, or employees with relation to the work, and shall indemnify and hold harmless the City against and from all suits and acts of every nature and description arising out of any claims by patentees of any process connected with the work agreed to be performed under the contract, or of any -materials used upon the work, and pay all costs accruing if the contract is cancelled and a new contract for -finishing the work is let, and all other expenses lawfully chargeable to the "contractor;" then this .agreement shall be null .and void; otherwise it is -to remain In full force and effect, .but it is expressly .provided, understood and agreed that if the "Contractor" or its .subcontractors -fail to duly and promptly pay -for :any labor, material, or other supplies used by "Contractor" or any of its subcontractors in the performance of the work to be done, or the Contractor defaults in its Contract with the City, the "Surety" will promptly pay to all claimants, as defined in Section .255.05(1), Florida Statutes, the same in an amount not exceeding -the -sum specified in this bond, together with interest at the rate of fifteen percent (15%) per annum, and the Surety hereby stipulates and agrees that no change, extension, reduction, alteration or addition to the terms of the contract or theplans, details and specifications shall in any way affect the obligations of this bond, Whenever Contractor shall.be, and is declared by the City to:be in default under the.contract, the City may 9roceed to cancel the contract and award a new contract for -finishing the work or order the Surety -to promptly reedy the default by obtaining a bid or bids for completing the .contract in accordance with the original contract ,is and conditions. Upon the determination by the City of -the lowest responsible bidder, -the Surety shall complete all work and pay the full cost of completion, less previous payments. -This Bond is effective for one (1) year after completion and acceptance of the work, with liability equal to 25% of the contract price, and is so conditioned that the "Contractor" will, at its own expense, correct any defective or faulty work or material which appears within one (1) year after completion of the work and final payment, upon rioti cgtiu'n ur t h, City. IN WITNESS WHEREOF, the above "Contractor" has signed this Agreement, and the "Surety" has caused this Agreement to be signed in its name by its Attorney-in=Fact, and its corporate seal affixed, this 5 day of Sep ember 200 "7 Signed, sealed and delivered in the presence Sf�-`,1 TMtneS) D1ane Partridge - Co 5�ctalist (Witness) Debbie Jasper Contract Specialist A t� ness) Dana - goY 1 5) Justine P. Weber 255.05 Bond Form, Rev. 10121/05 CONTI�ACTCR: Insitu orm Technol Inc. (SEAL). H. Douglas Thomas Vice President. Special Projects (SEAL) Print Name and Title SURETY: Travelers Casualty and Surety Corrpany Of rica - �c1---� (SFAL) L6cal Age Andrew P . Thcxne , Attorney-In-Fact(S EAL) Print Name and Title S B-.2 State of Missouri County of St. Louis On 9/05/2007 before me, a Notary Public in and for said County and State, residing therein, duly commissioned and sworn, personally appeared ANDREW P. THOME known to me to be Attorney -in -Fact of TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA the corporation described in and that executed the within and foregoing instrument, and known to me to be the person who executed the said instrument in behalf of said corporation, and he duly acknowledged to me that such corporation executed the same. IN WITNESS WHEREOF, l have hereunto set my hand and affixed my official seal, the day and year stated in this certificate above. OANA =ADDiGDY -�I�tary Sea' ofillfissaud s Countypires Sept. 20, 2009# 05516439 My Commission Expires DANA A. DRAGOY, Notary Pu lic WARNING: THIS POWER OF ATTORNEY 15 INVALID WITHOUT THE RED BORDER TRAVELERS POWER OF ATTORNEY Farmington Casualty Company Fidelity and Guaranty Insurance Company Fidelity and Guaranty Insurance Underwriters, Inc. Seaboard Surety Company St. Paul Fire and Marine Insurance Company Attorney -In Fact No. 218407 St, Paul Guardian Insurance Company St. Paul Mercury Insurance Company Travelers Casualty and Surety Company T`cavelers Casualty and Surety Company of America United States Fidelity and Guaranty Company Certificate No.O p 17 21617 KNOW ALL MEN BY THESE PRESENTS: That Seaboard Surety Company is a corporation duly organized under the laws of the State of New York, that St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company and St. Paul Mercury Insurance Company are corporations duly organized under the laws of the State of Minnesota, that Farmington Casualty Company, Travelers Casualty and Surety Company, and Travelers Casualty and Surety Company of America are corporations duly organized under the laws of the State of Connecticut, that United States Fidelity and Guaranty Company is a corporation duly organized under the laws of the State of Maryland, that Fidelity and Guaranty Insurance Company is a corporation duly organized under the laws of the State of Iowa, and that Fidelity and Guaranty Insurance Underwriters, Inc. is a corporation duly organized under the laws of the State of Wisconsin (herein collectively called the"Companies"), and that the Companies do hereby make, constitute and appoint Andrew P. Thome, Dana A. Dragoy, Justine P. Weber, Kristan L. Lucas, Anne M. Gliedt, Stephanie L. Klearman, Peter J. Mohs, and Helen A. Antoine of the City of Chesterfield , State of__ Missouri m , their true and lawful Attorney(s)-in-Fact, each in their separate capacity if more than one is named above, to sign, execute, seal and acknowledge any and all bonds, recognizances, conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their bus}ness of,guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitteOin aay* ons or.pn.)ceedings allowed by law. _ tl_ 3rd TN WI'CNE$uIWIiEREOF, the Cam a ve caused this instrTrmertG to be srgned and theta corporate seals to he hereto affixed, this y of July p Mb Farmington Casualty Company St. Paul Guardian Insurance Company Fidelity and Guaranty,Insurance Company, St. Paul Mercury Insurance Company Fidelity and Guaranty Insui' i'ce°Underwriters, Inc. Travelers Casualty and Surety Company Seaboard Surety Company Travelers Casualty and Surety Company of America St. Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company suw�r ro�FipE��4�n,� �W IryS,� .n{tNSUq'�.., ,P�TY�MOs �SYgllp �pWRYMta � V'•'Yf tl # ,FOR POR,�,ey ?� RiaflA . �,'•. { ,W � #' � n CdIP'OR4TFD � ?'>: c� i t 7 i ! —.— , n = Lx HARTFOFD, tloill1 7996 u t9e2 0 � 1977 � � r. '� •�: �: cot+r+. h �e �' �Q� z r �° 1951 s '�o' �a;5EAGrrv3 '-h••.SEILL•is - +' �y��.. � �l Ec �y�tT�' aD � �� 't .� ,'*sc. E •• �✓s t ''{{ "'•.. : •�e� f'`b ° f �'+ �I'1 A!N L� - F� ,� 1•� OF �1 +nn,eF,n N�^ r. ..A� \ ,�r�.....-. by 1 '� State of Connecticut City of Hartford ss. George• Thompson, entor rce President Jul 2007 On this the 3rd _ day of y before me personally appeared George W. Thompson, who acknowledged himself to be the Senior Vice President of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, l Inc., Seaboard Surety Company, St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St, Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company, and that he, as .such, being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. PJ In Witness Whereof, I hereunto set my hand and official seal. — .- Ty Commission expires the 30th day of June, 2011. ,O��+G ilr Marie C. Tetreault, Notary f'rrhlic s I58440-8-06 Printed in U.S.A. WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, fnc., Seaboard Surety Company, St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company, which resolutions are now in full force and effect, reading as follows. RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second V, President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys -in -Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her; and it is FURTHER RESOLVED, that the Chairman, the President, any Vice Chairman,.any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary; and it is FURTHER RESOLVED, that any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary; or (b) duly executed (under seal, if required) by one or more Attorneys -in -Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and it is FURTHER RESOLVED, that the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seat of the Company may be affixed by facsimile to any power of attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attomeys-in-Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such power of attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seat shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached. 1, Kori M. Johanson, the undersigned, Assistant Secretary, of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., Seaboard Surety Company, St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, "Travelers Casualty and Sura;Cgmpatr} \�f:Americ�,and United States Fidelity and Guaranty Company do hereby certify that the above and foregoing is a true and correct copy of the Powez::of;Artorne�,Lexecuted by said. Companies, which is in full force and effect and has not been revoked. Sentegber 1N TESTIMONY WHEREOF, I have hereunto set my hand aqd'jffzdd the Seals of said Companies this 5 day of 20 C Kori N1. Johanso Assistant Secretary 1N.... , 4 Ty ANpT V Ur�apP�w� [i �p�tt� � I oa Pin ��Ey� iy` �pRPapA lf':� 9A ao-HaFOw, CON. v ����,r a 898 To verify the authenticity of this Power of Attorney, call 1-800-421-3880 or contact us at www.stpaultEavelersbond.com. Please refer to the Attorney -In -Fact number, the above -named individuals and the details of the bond to which the power is attached. WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER PROJECT NO. 11273 91 INSPECTION_ ,OVERTIME COSTS Ladies and/or Gentlemen: Provisions of the CONSTRUCTION STANDARDS AND: SPECIFICATIONS, under. paragraphs 5-99 and 5-101, define "Working day," hours in a working day, and the definition of "overtime." The normal work hours for the City's Engineering Inspectors are 7:30 A.M. 4:00 P.M., with V2 hour lunch, Monday through Friday, except holidays: No Contractor will be permitted to work ►rime than eight (8) hours per day on.work requiring inspection without written approval by the City Erigineer, Requests for permission to work overtime shalt be in Writing from the Contractor grid shall indicate the: Contractor's commitment to pay the Inspection charge for overtime. When approved, overtime inspection costs will. be billed. to the Contractor on a monthly basis. The: inspection overtime rate for all contracts is:.$50/hour. No, final payment request will be processed until ALL inspection overtime charges have been paid. Inspection overtime charges shalt NOT. be deducted from partial payment requests. The Contractor must submit payment in full by Corporate check or money order to satisfy charges rendered for this service. Sincerely. ,Mehrdad "Mike" Fayyaz, P. Assistant City Engineer MMF/Ov.Cst PUBLIC SERVICES DEPARTMENT (ENG)NEERING AND ARCHITECTURAL SERVICES) 100 NORTH ANDREWS AVENUE, FOFT LAUDERDALE, FLORIDA 33301 EOUAL OPPORTUNITY F—LwPR TELEPHONZ (954)828-5772 PRINTED ON REcvc4t0 P4Psa ENGINEERING FAX (954).823-5074 - ARCHITECiUi7E FAX (954)828.5070 www.d.fort-lauderdale.f Gus OTC-1 PROJECT NO. 11273 SPECIAL CONDITIONS Wastewater Conveyance System Long -Term Remediation Program Rehabilitation Pro'ect No. #9 -Sewer Basin A-11 and Annual Sewer Repair Contract Proiect 11273_ These Special Conditions make additions, deletions, or revisions to the General Conditions contained in Section 5 of the Construction Standards and Specifications of the City of Fort Lauderdale, Second Edition, January, 1982, or any other section of these contract documents as indicated herein. All provisions which are not so added, deleted, or revised remain in full force and effect. Terms used in these Special Conditions which are defined in the General Conditions have the meanings assigned to them in the General Conditions. SC 5-04. Definitions. Add the following definition to General Conditions section 5-04: "Pro ram Construction Manager PCM " - Wherever the terms "Program Construction Manager" or "PCM" are used in the Contract Documents, it shall mean the construction manager designated by the City of Fork Lauderdale Water and Wastewater Capital Improvements Program to act on behalf of the Owner in managing the Contract and related activities. Replace the definition of "Engineer" with the following: "Engineer" - Where used in Divisions 1 through 16 of the Detailed Specifications, "Engineer" shall refer to City Engineer or designated Design Consultant. As used elsewhere in the Contract Documents, the term "Engineer" or "City Engineer" shall refer to the City Engineer. Responsibilities will be established at the pre -construction meeting for the project. SC 5-05. Application of Specification. Add the following at the end of General Conditions section 5-05: Where general requirements, ,construction standards, and technical specifications are contained in Divisions 1 though 16 of the Detailed Specifications included in these contract documents, they shall supersede similar items contained in the Construction Standards and Specifications of the City of Fort Lauderdale, Second Edition, January, 1982 (the "Specifications"), All other requirements of the Specifications that are not specifically contained in the Detailed Specifications shall remain in full force and effect. S.C. 5-15/5-16 Liquidated Dama es Revise 5-15 and 5-16 to increase liquidated damages to $500.00 for each and every day of the first 30-day period and $1000.00 for each and every day thereafter which may exceed the stipulated time for project completion. S.C. 5-18. Extensions of Time Add the following paragraphs at the end of General Conditions section 5-18: Where the Contractor is prevented from completing any part of the Work within the contract time, due to a delay beyond the control of the Contractor, the contract time will be extended in an amount of time equal to the time lost due to such a delay if a claim is made as provided in Section 5-48. SC-1 PROJECT NO. 11273 Delays attributable to and within the control of the Contractor, a sub -contractor or a supplier shall be deemed to be delays within the control of the Contractor. Where the Contractor is prevented from completing any part of the Work with the contract time, due to a delay beyond the control of both the Owner and the Contractor, an extension of contract time in an amount equal to such delay shall be the Contractor's sole and exclusive remedy for such delay. The Owner shall not be liable to the Contractor, any sub -contractor, any supplier or any person or organization, or to any surety for damages arising out of or resulting from delay caused by the Contractor or beyond the control of both parties. S.C. 5-29, Contractor's Understandin . Add the following paragraphs at the end of General Conditions section 5-29: The Contractor acknowledges satisfaction as to the general nature and location of the work and the general and local conditions, particularly those bearing upon availability of transportation, labor, water electric power, roads; uncertainties of weather, river stages, or similar physical conditions; the general soil conditions, character of equipment and facilities needed preliminary to and during the prosecution of the Work; and all other matters which can in any way affect the cost thereof under this Contract. Failure of Contractor to become acquainted with the physical conditions and all the available information will not relieve the Contractor from the responsibility for properly estimating the difficulty of cost of successfully performing the Work. The Contractor warrants that as a result of examination and investigation off all the aforesaid data, the Contractor can perform the Work in a good and workmanlike manner and to the satisfaction of the Owner. SC 5-38 — Pa ments The contractor shall prepare a Schedule of Values or Cost Loaded Schedule, broken down by Division 1 through 16 for all project facilities. The summation of the complete schedule of values representing all work shall equal the contract price. The schedule of values and/or cost loaded schedule will be used as the basis for partial payments and for developing the costs of additional', related or similar work. The total costs of mobilization, demobilization and MOT shall be limited to 10 percent of base project cost. SC 5-41 — Retainage Replace paragraph 5-41 with the following: The City shall retain a portion of each partial payment according to the following schedule: Percentage, of Work Com leted Percentage Retained by City 0-50% 10% of any monies due Contractor 50-<100% 5% of any monies due Contractor unless otherwise stated in the Work Order 100% 0% upon completion of the project punch list SC-2 PROJECT NO. 11273 SC 5,79/5.8015.81/5.82/5.83 — Shop Drawing Approval Shop drawing and submittal approval shall be as described in Section 01300 of this document. S.C. 5-9515-96 — Project Signs Project signs shall be furnished and installed in accordance with Section 01500 of this document. S.C. 5-110 HURRICANE AND STORM WARNINGS Additional criteria applicable to hurricane and storm warnings is provided in Section 01500 of this document. S.C. 5-115 — Traffic Control Contractor shall provide at least ten (10) business days notice to the Program Construction Manager (PM before implementation of traffic modifications on major streets so that proper notice may be provided to the media. S.C. 5-126 through 5-129 - Safety and Protection Add the following at the end of the General Conditions: 5-126 Contractor shall be solely 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: 1) all persons on the Site or who may be affected by the Work; 2) all the Work and materials and equipment to be incorporated therein, whether in storage on or off the Site; and 3) other property at the Site or adjacent thereto, including trees, shrubs, lawns, walks, pavements, roadways, structures, and utilities not designated for removal, relocation, or replacement in the course of construction.5-127 Contractor shall comply with all applicable laws and regulations relating to the safety of persons or property, or to the protection of persons or property from damage, injury, or loss; and shall erect and maintain all necessary safeguards for such safety and protection 5-128 Contractor shall designate a qualified and experienced safety representative at the Site whose duties and responsibilities shall be the prevention of accidents and the maintaining and supervising of safety precautions and programs 5-129 Contractor shall promptly report in writing to the Engineer and Program Construction Manager, all accidents whatsoever arising out of, or in connection with, the performance of the Work whether on, or adjacent to, the Site, giving full details and statements of witnesses. If death or serious injuries are caused, the accident shall be reported immediately -by telephone or messenger to Emergency Services (911), the Engineer, the Program Construction Manager, and the City's Risk Manager, S.C. FDEP-17 Article 17 of the FDEP Supplementary Conditions does not apply. S.C. FDEP-18 Article 18 of the FDEP Supplementary Conditions does not apply. S.C. FDEP-19 Article 19 of the FDEP Supplementary Conditions does not apply. SC-3 PROJECT NO. 11273 INSURANCE REQUIREMENTS The Contractor shall: I PUBLIC LIABILITY Provide Owner's, Contractor's Protective Liability Insurance for the benefit of the City with combined single limits of $1,000,000 per occurrence. II WORKER'S COMPENSATION Provide Worker's Compensation and Employer's Liability Insurance for the benefit of Contractor's work force. III INDEMNITY Protect, defend, indemnify and hold harmless the City of Fort Lauderdale, its officers, employees and agents from and against any and all lawsuits, penalties, damages, settlements, judgments, decrees, costs, charges and other expenses or liabilities of every kind in connection with or arising directly out of the work agreed to be performed herein, to the extent caused by the negligence, recklessness, or intentional wrongful misconduct of Contractor, its employees, servants, agents and subcontractors. Without limiting the foregoing, any and all such claims, suits, etc., relating to personal injury, death, damage to property, defects in materials or workmanship, actual or alleged infringement of any patent, trademark, copyright or of any other tangible or intangible personal or property right, or any actual or alleged violation of any applicable statute, ordinance, administrative order, rule or regulation or decree of any court, is included in the indemnity. The Contractor further agrees to investigate, handle, respond to, provide defense for, and defend any such claims, etc., at his sole expense and agrees to bear all other costs and expenses related thereto, even if the claim(s) is groundless, false or fraudulent. In case of injury to persons, animals or property, real or personal, by reason of failure to erect or maintain proper and necessary barricades, safeguards and signals or by reason of any negligence of any Contractor, subcontractor or any of the Contractor's agents, servants, or employees during the performance of the work before the estimates have become due under this contract, the City may, through its officials, withhold such payments as long as it may deem necessary for the indemnity of the City as Owner, provided that the failure to pay the same shall not be construed or considered as a waiver of the indemnity as hereinabove set forth. IV AUTOMOBILE LIABILITY Covering all owned, hired and non -owned automobile equipment. Limits: Bodily Injury Property Damage REV. 5/01 /01 IR-1 $100,000 each person $300,000 each occurrence $ 50,000 each occurrence High Ins./p.1 (Pjs. $1 Million) PROJECT NO. 11273 INSURANCE REQUIREMENTS (Continued) V BUILDER'S RISK If a structure is to be erected, the Contractor must also provide Builder's Risk Insurance for the full insurable value of the premises being constructed, and the policy should be endorsed to the effect that the interests of the City are included as a loss payee and the carrier waives all rights of subrogation against the City. VI CERTIFICATES OF INSURANCE Before commencing performance of this contract, the Contractor shall furnish the City of Fort Lauderdale a duplicate policy of Certificate of Insurance for the required insurance as specified above, which shall contain the following: A) Name of insurance carrier(s) B) Effective and expiration dates of policies C) 30 days written notice by carrier of any cancellation or material change in any policy D) Duplicate Policy or Certificates of Insurance stating that the interests of the City are included as an additional named insured, and speci ing the proiect/location. Such insurance shall apply despite any insurance which the City may carry in its own name. VII SUBCONTRACTOR INSURANCE Contractor is advised to require all of its subcontractors to provide the aforementioned coverage as well as any other coverages that the Contractor may consider necessary, and any deficiency in the coverages or policy limits of any subcontractors will be the sole responsibility of the Contractor. REV. 5/01 /01 lbl High Ins./p.2 (Pjs. $1 Million) SUPPLEMENTARY CONDMONS (CQN-STRUCTiOM EXSIBIT WWFS-04Li Florida Department of *vironmental Protection Bureau of Water facilities Funding Supplementajy Conditions f�r Formally �dvertised Construction l Procurement FD4P-1 Revision 4 September 1999 TABLE OF CONTENTS FOR THE FLORIDA DE ARTMENT OF ENVIRONMENTAL PROTECTION SUPPLEMI�NT�kRY CONDITIONS Article Number Article Title Page DEFINITIONS FDEP-4 2 PRIVITY OF AGREEMENi/CONTRAC� FDEP-6 3 PROCUREMENT REQUIREMENTS FDEP-6 4 RESOLUTION OF PROTESTS AND CL�IMS/DISPUTES FDEP-7 5 CHANGES TO THE BIDDING AND CONTRACT DOCUMENTS FDEP-7 6 ADVERTISEMENT FOR BIDS; SUBMI SION OF BIDS; OPENING OF BIDS FDEP-7 7 BONDS AND INSURANCE FDEP-8 8 AWARD OF AGREEMENT/CONTRACT FDEP-9 9 CONTRACT TIME AND NOTICE TO P1 OCEED FDEP-9 10 ITEMIZED CONSTRUCTION COST BKDOWN; CONSTRUCTION AND PAYMENTS DULES FDEP-9 AVAILABILITY OF LANDS FDEP-10 12 FLORIDA DEPARTMENT OF ENVIRONMENTAL PROTECTION CONSTRUCTION PERMIT(S) I FDEP-10 13 ENGINEER FDEP-10 14 APPLICATIONS FOR PAYMENT FDEP-10 15 ACCESS TO RECORDS FDEP-10 16 ACCESS TO WORK SITE(9) FDEP-10 *17 MINORITY AND WOMEN'S BUSINESS ENTERPRISES FDEP- * 18 VIOLATING FACILITIES (SECTION 3 6 OF THE CLEAN AIR ACT, SECTION 508 OF THE CLEAN WATER ACT, AND EXECUTIVE ORDER 11739) FDEP-I I *19 DEBARMENT AND SUSPENSION W4CUTIVE ORDER 12549) FDEP-13 FD$P-2 Revision 4 September 1999 A 20 EQUAL EMPLOYMENT OPPORTUNIT7 (EXECUTIVE ORDER l 1246) FDEP-13 Appendix Appendix Title Page Letter *A CERTIFICATION REGARDING DE$ARMENT, SUSPENSION, INELIGIBILITY AND VOLUNTARY EXCLUSION - LOWER TIER COVERED TRANSACTIONS I FDEP-16 B NOTICE OF REQUIREMENT FOR .AFFIRMATIVE ACTION TO ENSURE EQUAL EMPLOYMENT OPPORTUNITY (EXECUTIVE ORDER 11246) FDEP-18 C GOALS AND TIMETABLES FOR MINORITIES AND FEMALES FDEP-20 D EQUAL OPPORTUNITY CLAUSE FDEP-23 E NOTICE TO BE POSTED FDEP-25 F STANDARD' FEDERAL EQUAL EN TLOYMENT OPPORTUNITY CONSTRUCTION CONTRACT SPECIFICATIONS (EXECUTIVE ORDER 11246) FDEP 26 G CERTIFICATION OF COMPLIANCE WITH 41 CFR 60-1.7: REPORTS AND OTHER REQUIRED INFORMATION FDEN31 H CERTIFICATION OF NONSEGGUGATED FACILITIES FDEP-33 *NOTE: Articles 17,18,19 and Appendix A apply only to projects of $10,000,000 or greater, MEP-3 Revision 4 September 1999 2 FLORIDA DEPARTMENT OF #NNVIRONMENTAL PROTECTION SUPPLEMENT Y CONDITIONS The intent of the Florida Department of Environm to complement and supplement other provisions o conflict between the FDEP Supplementary Condit the FDEP Supplementary Conditions shall take pi other provisions are similar, to, but more stringent other provisions of the Bidding Documents are sn Supplementary Conditions, the more stringent prc ARTICLE 1 - DEFINITIONS Protection (FDEP) Supplementary Conditions is Bidding Documents. However, if there is any and other provisions of the Bidding Documents, ce over the other provisions except when the the FDEP- Supplementary.Conditions. When to, but more stringent than, the FDEP ins shall apply. . 1.1. Wherever used in these Supplementary Co ditions (except in the appendices to these Supplementary.Conditions), the following terms h ve the meanings indicated, which are applicable to both the singular and plural thereof. 1.1.1. Addendum - A written or graphic ins ent that is issued prior to the opening of bids and that clarifies, corrects, or changes the Bidding ocuments. 11.2. Agreement or Contract - The written greement between the Owner and the Contractor covering the Work to be performed and f u-nis ed; these Supplementary Conditions and other Contract Documents are attached to the Agree ent/Contract and;made a part thereof as provided therein. 1.1.1 Application for Payment- The 1form tl at is accepted by the Engineer and used by the Contractor in requesting progress and/or final ayments and that is to include such supporting documentation as is required by the Contract ocuments. 1.1.4. Bid - The'offer or proposal of a bidder submitted on. the prescribed form and setting forth the price(s) for the Work to be performed and furnished. Bidder - Any person, firm, or corporation that submits a bid directly to the Owner. 1.1.6. Bidding Documents - The Advertiserr ent for Bids or the Invitation to Bid, the Instructions to Bidders or the Information for Bidders, the Bid Form, the proposed Contract Documents, and all addenda. Bond - An instrument of security, 1.1.8. Change Order - A document that is re ommended by the Engineer and signed by the Contractor and the Owner; that authorizes an addition, deletion, or revision in the Work or an adjustment in the Contract Price or the Contract Time; and that is issued on or after the Effective Date of the Agreement/Contract. OEP-4 Revision 4 September 1999 1.1.9. Contract Documents - The Agreement exhibit to the Agreement/Contract;. the Perform the Supplementary. Conditions. (including these (written technical descriptions of material, equi workmanship as applied to the Work and,certai Drawings (drawings that show the character an all addenda that pertain to the Contract Docum 'ontract; the. Contractor's Bid when attached as an ice and. Payment Bond(s); the General Conditions; upplementary.Condttions); the Specifications ment, construction systems, standards, and administrative details applicable thereto); the scope of the Work to be performed. and furnished); its; and allchange orders-: 1.1.1 Q. Contract Price The moneys payable by the Owner to the Contractor under the Contract Documents as stated in the. Agreement/Contrac� 1.1.11. Contract Time - The number of days o the date stated in the Contract Documents for completion of the Work.. 1.1.12. Contractor -The person, firm, or corporation with whom or which the Owner enters into the.. Agreement/Contract. 1.1.13., Effective Date of the Agreement/Contract - The date indicated in the,.Agreement/Contract on which the Agreement/Contract becomes effective, or if no such date is: indicated in the Agreement/Contract, the date on which the. Agreemcnt/Contract,is signed and delivered by the last of the two parties to sign and deliver the Agreement/Contract. Y 1.1.14. Engineer - The person, firm, or corporation named as such in the Contract Documents. 1.1.15. Minority Business Enterprise (MBE) -A historically Black college or university or a business that is (a)certified as socially and economically disadvantaged by the Small, Business Administration, (b) certified as an USE by.a state or Federal. agency, or (c) an independent business concern which is at least, 5 1 -percent owned and controlled by minority group members. (A minority group member is an individual who is a citizen of the United States and one of the following. [i] Black American; [ii] Hispanic American [with origins from Puerto Rico, Mexico, Cuba, or South or Central America]; [iii] Native American [American Indian, Eskimo, Aleut, or native Hawaiian]; or [iv] Asian -Pacific American [with origins fro Japan, China, the Philippines, Vietnam, Korea, Samoa, Guam, the U.S. Trust Territories of th Pacific, Northern Marianas, Laos, Cambodia, Taiwan, or the Indian Subcontinent].) 1.1.16. Notice to Proceed -The written notic given by mwhi h the Contractor shall e Owner to the Contractor fitart to perform date, on which the Contract Time will commence c run and on its obligations under the Contract Documents. 1.1.17. Owner -The local government (municipality, county, district, or authority; or any agency thereof; or a combination of two or more of thforegoing acting jointly) with which the Florida Department of Environmental Protection may ecute, or has executed, a State revolving fund loan agreement and for which the Work is to be provided. FOEP-5 Revision 4 September 1999 1.1.18. Project The total construction or facilities described in a State revolving fund loan agreement between the Florida Department'of Environmental Protection and the Owner, of which the Work to be provided under the Contract Documents may be the whole or a part. 1.1.19: Suboantract A'dixect"contract between asubcontractor and, the Contractor, or any other subcontractor -at any tier, for the furnishing of goods'(naaterial' and equip rent} or the performance of services (including construction) necessary to: complete the Work 1.1.20. Subcontractor --A person, firm, or'corporation having a direct contract with the Contractor, or any other subcontractor at any tier, for the furnishing of goods (material and equipment) or the performance of services (including construction) necessary to complete the Work. 1.1.21. Successful Bidder -The lowest responsive, responsible bidder to whom or which the Owner intends to award the Agreement/Contract. 1.1.22. Women's Business Enterprise (WBE) -A business that is (a) certified as,a WBE by a state or Federal agency or (b) an independent business concern which is at least 51-percent owned and controlledloperited by women. -(Determination of whether'a business is at least 51-percent owned by women shall be made without regard'ta community property -laws [e.g., an otherwise qualified WBE that is �5 I -percent owned by'a married woman'in a community property state willnot be disqualified because the married woman's husband has'a 50-percent interest in the married woman's share of the business-,' similarly' a business that is 51-percent owned by a married man and 49-percent owned by womenwin"notbecome a qualified WBE by virtue of the marrie&man's wife having;a 50-percent interest in. the married man's share of the business).) I.1:23. Work The entire °completed construction or the various, separately identifiable parts thereof reIquired'to `be°performed"and Rirc shed, -under the Contract Documents; Work is the result of performing services, furnishing'labor, furnishing material and equipment, and incorporating material and equipment into the'construction as required by the Contract Documents. ARTICLE 2 - PRIVITY_ OF AGR EENIENI'/CONTRACT 2.1. The Owner expects to finance this Agreement/Contract with assistance from the Florida Department of Environmental Protection, which administers a State revolving fund loan program supported in part with funds directly made available by grants from the United States Environmental Protection Agency. Neither the State of Florida nor the United States (nor any of their departments, agencies, or employees) will be a party to this Agreement/Contract or any lower -tier subcontract. ARTICLE 3 - PROCUREMENT REQUIREMENTS 3.1. This Agreement/Contract and the Ownees solicitation and award of this Agreement/Contract are subject to requirements contained in Chapter 62-503 (Revolving Loan Program), Florida Administrative Code. FDEP-6 Revision 4 September 1999 WATER CONVEYENCE SYSTEM LONG-TERM REMEDIATION PROGRAM PROJECT NO. 11273 PROJECT # 9 SEWER BASIN A-11 AND ANNUAL SEWER REPAIR CONTRACT A. Protect stored materials located adjacent to the proposed work. Notify property owners affected by the construction at least two business days in advance of the time construction begins. During construction operations, construct and maintain such facilities as may be required to provide access by all property owners to their property. No person shall be cut off from access to his residence or place of business for a period exceeding 2 hours, unless the CONTRACTOR has made special arrangementswith the affected persons. B. The CONTRACTOR shall identify and isolate his active work zone in such a manner as to exclude all personnel not employed by him, the ENGINEER, and the OWNER. 4.5 FIRE PREVENTION AND PROTECTION A. The CONTRACTOR shall perform all work in a fire -safe manner. He shall supply and maintain on the site adequate fire -fighting equipment capable of extinguishing incipient fires. The CONTRACTOR shall comply with applicable federal, state, and local fire -prevention regulations. Where these regulations do not apply, applicable parts of the National Fire Prevention Standard for Safeguarding Building Construction Operations (NFPA No. 241) shall be followed. 4.6 ACCESS FOR POLICE, FIRE, AND POSTAL SERVICE A. Notify the fire department and police department before closing any street or portion thereof. No closing shall be made without the OWNER's approval of MOT plan. Notify said departments when the streets are again passable for emergency vehicles. Do not block off emergency vehicle access to consecutive arterial crossings or dead-end streets, in excess of 300 linear feet, without special written permission from the fire department. Conduct operations with the least interference to fire equipment access, and at, no time prevent such access. B. The CONTRACTOR shall leave a night emergency telephone number or numbers with the police department, the ENGINEER, and the OWNER, so that contact may be made easily at all times in case of barricade and flare trouble or other emergencies. C. Maintain postal service facilities in accordance with the requirements of the U.S. Postal Service. Move mailboxes to temporary locations designated by the U.S. Postal Service, and at the completion of the work in each area, replace them in their original location and in a condition satisfactory to the U.S. Postal Service. GENERAL REQUIREMENTS 01001 8 WATER CONVEYENCE SYSTEM LONG-TERM REMEDIATION PROGRAM PROJECT NO. 11273 PROJECT # 9 SEWER BASIN A-11 ANDANNUAL SEWER REPAIR CONTRACT PART 4 SAFETY AND CONVENIENCE 4.1 SAFETY AND ACCESS A. The. CONTRACTOR shall do all work necessary to protect the general public from hazards, including, but. not limited to, surface irregularities or unramped grade changes in pedestrian sidewalk or walkway, and trenches or excavations in roadway. Barricades, lanterns, and proper signs shall be furnished in sufficient amount to safeguard the public and the work. All barricades and signs shall be clean and serviceable, in the opinion of the ENGINEER. B. During construction, the CONTRACTOR shall construct and at all times maintain satisfactory and substantial temporary chain link fencing, solid fencing, railing, barricades or steel plates, as applicable, at all openings, obstructions, or other hazards in streets, sidewalks, floors, roofs, and walkways. All such barriers shall have adequate warning lights as necessary, or required, for safety. All lights shall be regularly maintained, and in a fully operational state at all times. C. The CONTRACTOR shall notify all residences and businesses of planned construction at least 5 working days prior to the start of work in the block where they are located. Such notices. shall be brochures or door -hangers with sufficient information to describe the extend and duration of the planned work. Notification activities shall be coordinated with the PCM. D. Homeowners and business owners shall be provided reasonable access. The CONTRACTOR shall provide temporary sidewalks, bridges or driveway access, ..including safe passage over open excavations as required. 4.2 ACCIDENT. REPORTS. A. In addition, the CONTRACTOR must promptly report in writing to the ENGINEER all accidents whatsoever arising out of, or in connection with, the performance of the work whether on, or adjacent to, the site, giving full details and statements of witnesses. if death or serious injuries or serious damages are caused, the accident shall be reported immediately by telephone or messenger to the ENGINEER. B. If a claim is made by anyone against the contractor or any subcontractor on account of any accident, the CONTRACTOR shall promptly report the facts in writing to the ENGINEER, giving full details of the claim. 4.3 SAFE ACCESS BY FEDERAL, STATE, AND LOCAL GOVERNMENT OFFICIALS A. Authorized representatives of the state, federal, or local governmental agencies, shall at all times have safe access to the work, and the CONTRACTOR shall provide proper facilities for such access and inspection. GENERAL REQUIREMENTS 01001 - 7 WATER CONVEYENCE SYSTEM LONG-TERM REMEDIATION PROGRAM PROJECT NO. 11273 PROJECT # 9 SEWER BASIN A-11 AND ANNUAL SEWER REPAIR CONTRACT B. Protect underground and aboveground existing structures from damage, whether or not they lie within the limits of the easements obtained by the OWNER. Where such existing fences, gates, sheds, buildings, or any other structure must be removed in order to properly carry out the construction, or are damaged during construction, restore to their original condition to the satisfaction of the property owner involved at the CONTRACTOR's own expense. Notify the ENGINEER of any damaged underground structure, and make repairs or replacements before backfilling. C. Without additional compensation, the CONTRACTOR may remove and shall replace in a condition as good as or better than original, such small miscellaneous structures as fences, mailboxes, and signposts that interfere with the CONTRACTOR's operations. 3.6 EASEMENTS A. Where portions of the work are located on public or private property, easements and permits will be obtained by the OWNER, except as otherwise noted in these Specifications. Easements will provide for the use of property for construction purposes to the extent indicated on the easements. Copies of these easements and permits are available upon request to the OWNER. It shall be the CONTRACTOR's responsibility to determine the adequacy of the easement obtained in every case and to abide by all requirements and provisions of the easement. The CONTRACTOR shall confine his construction operations to within the easement limits or street right-of-way limits or make special arrangements with the property owners or appropriate public agency for the additional area required. Any damage to property, either inside or outside the limits of the easements provided by the OWNER or street rights -of -way, shall be the responsibility of the CONTRACTOR as specified herein. The CONTRACTOR shall provide immediate notice to the OWNER of any damage to fencing and provide temporary fencing as required to provide a functionally similar level of security. The CONTRACTOR shall remove, protect, and replace all fences or other items encountered on public or private property. Before final payment will be authorized by the ENGINEER, the CONTRACTOR will be required to furnish the OWNER with written releases from property owners or public agencies where side agreements or special easements have been made by the CONTRACTOR or where the CONTRACTOR's operations, for any reason, have not been kept within the construction right-of-way obtained by the OWNER or the street right-of-way. B. It is anticipated that the required easements and permits will be obtained before construction is started. However, should the procurement of any easement or permit be delayed, the CONTRACTOR shall schedule and perform the work around these areas until such a time as the easement or permit has been secured. C. Prior to removing an existing structure or item, provide written notice to the OWNER at least 14 days in advance of the anticipated removal. GENERAL REQUIREMENTS 01001 - 6 WATER CONVEYENCE SYSTEM LONG-TERM REMEDIATION PROGRAM PROJECT NO. 11273 PROJECT # 9 SEWER BASIN A-11 AND ANNUAL SEWER REPAIR CONTRACT 3.4 CONTRACTOR'S RESPONSIBILITY FOR UTILITY PROPERTIES AND SERVICE A. Where the CONTRACTOR's operations could cause damage or inconvenience to utilities, telephone, television, power, water, or sewer systems, the operations shall be suspended until all arrangements necessary for the protection of these utilities and services have been made by the CONTRACTOR with the owner of the utility, affected. B. Notify all utility offices which are affected by the construction operation at least 2., working days in advance. Under no circumstances expose any utility without first obtaining permission from the appropriate agency. Once permission has been granted, locate, expose, and provide temporary support for all existing underground utilities. C. The CONTRACTOR shall be solely and directly responsible to the OWNER and. operators of such properties for any damage, injury, expense, loss, inconvenience, delay, suits, actions, or claims of any character brought because of any injuries or damage which may result from the construction operations under this Contract. D. Neither the OWNER nor its officers or agents shall be responsible to the CONTRACTOR for damages as a result of the CONTRACTOR's failure to protect utilities encountered in the work. E. In the event of interruption to domestic water, sewer, storm drain, or other utility services as a result of accidental breakage due to construction operations, promptly notify the proper authority. Cooperate with said authority in restoration of service as promptly as possible and bear all costs of repair. In no case shall interruption of any water or utility service be allowed to exist outside working hours unless prior approval is granted. F. In the event the CONTRACTOR encounters water service lines or sewer laterals that interfere with trenching, he may, by obtaining prior approval of the property owner, the ENGINEER and the OWNER, cut the service, dig through, and restore the service with similar and equal materials at the CONTRACTOR's expense. G. The CONTRACTOR shall replace, at his own expense, all existing utilities or structures removed or damaged during construction, unless otherwise provided for in these Contract documents or ordered by the ENGINEER. 3.5 INTERFERING STRUCTURES A. Take necessary precautions to prevent damage to existing structures whether on the surface, aboveground, or underground. GENERAL REQUIREMENTS 01001 - 5 WATER CONVEYENCE SYSTEM LONG-TERM REMEDIATION PROGRAM PROJECT NO. 11273 PROJECT # 9 SEWER BASIN A-11 AND ANNUAL. SEWER REPAIR CONTRACT PART 3 SITE CONDITIONS 3.1 SITE INVESTIGATION AND REPRESENTATION A. The CONTRACTOR acknowledges satisfaction as to the general nature and location of the work, the general and local conditions, particularly those bearing upon availability of transportation, availability of labor, water, electric power, roads, and uncertainties of weather, river stages, or similar physical conditions, the character of equipment and facilities needed preliminary to and during the prosecution of the work, and all other matters which can in any way affect the work or the cost thereof under this Contract. B. Failure by the CONTRACTOR to become acquainted with the physical conditions and all the available information will not relieve the CONTRACTOR from responsibility for properly estimating the difficulty or cost of successfully performing the work. C. The CONTRACTOR warrants that as a result of examination and investigation of all the aforesaid data, the CONTRACTOR can perform the work in a good and workmanlike manner and to the satisfaction of the OWNER. The OWNER assumes no responsibility for any representations made by any of its officers or agents during or prior to the execution of this Contract, unless (1) such representations are expressly stated in the Contract, and (2) the Contract expressly provides that the responsibility therefore is assumed by the OWNER. 3.2 INFORMATION ON SITE CONDITIONS A. General: Information obtained by the OWNER or ENGINEER regarding site conditions, subsurface information, groundwater elevations, existing construction of site facilities as applicable, and similar data will be available for inspection at the office of the OWNER upon request. Such information is offered as supplementary information only. Neither the ENGINEER nor the OWNER assumes any responsibility for the completeness or interpretation of such supplementary information. 3.3 UTILITIES A. The CONTRACTOR shall be responsible for determining and/or confirming, at his cost, the locations of all utilities within the project area, and shall be responsible for contacting each utility for location and notification prior to commencing work. B. The CONTRACTOR shall contact potentially affected utilities as provided in Section 01040, COORDINATION. C. The CONTRACTOR shall contact Sunshine State One Call at 1-800-432-4770 at least 2 working days prior to any excavation and make arrangements for locating all utilities in the project area. GENERAL REQUIREMENTS 01001 - 4 WATER CONVEYENCE SYSTEM LONG-TERM REMEDIATION PROGRAM PROJECT NO. 11273 PROJECT # 9 SEWER BASIN A-11 AND ANNUAL SEWER REPAIR CONTRACT 2.4 SHUTDOWN OF EXISTING OPERATIONS OR UTILITIES A. Continuous operation of the OWNER's service functions is of critical importance. The CONTRACTOR's work shall not result in the interruption of sewage, water, or solid waste service to any customers. B. Minimizing conflicts with the ongoing area -wide commercial activities is of critical importance. The CONTRACTOR's work shall minimize in the interruption of operations at any facility or business. C. Connections to existing services or utilities, or other work that requires the temporary shutdown of any existing operations or utilities shall be planned in detail with appropriate scheduling of the work and coordinated with the OWNER or ENGINEER. Two business days advanced notice shall be given in order that the OWNER or ENGINEER may witness the shutdown, tie-in, and startup. The temporary shutdown must be approved by the OWNER. All tie-in and bypass operations shall be the responsibility of the CONTRACTOR and are considered incidental to the cost of construction and provided at no additional cost to the OWNER. D. All materials and equipment (including emergency equipment) necessary to expedite the tie-in shall be on hand prior to the shutdown of existing services or utilities. 2.5 OPERATION OF EXISTING SYSTEM PROHIBITED A. At no time undertake to close off any utility lines or open valves or take any other action which would affect the operation of existing systems. The OWNER's forces will operate all valves. Provide at least one business day notice to OWNER prior to any operations. 2.6 BYPASS PUMPING A. Wastewater flows shall be controlled through the pipeline sections and pump stations where work is being performed. Under no circumstances can ortions of the system be removed from service for eriods of time in excess of that a roved by the OWNER, The CONTRACTOR shall be responsible to assess conditions and capacities of the existing sewer lines and pump stations and accommodate it in the project workplan in order to implement an acceptable bypass plan at no additional cost to the OWNER. Bypass pumping shall be in accordance with Section 02734 FLOW BYPASS PUMPING SYSTEM. GENERAL REQUIREMENTS 01001 - 3 WATER CONVEYENCE SYSTEM LONG-TERM REMEDIATION PROGRAM PROJECT NO, 11273 PROJECT # 9 SEWER BASIN A-11 AND ANNUAL SEWER REPAIR CONTRACT PART 2 SEQUENCE OF OPERATIONS 2.1 SCHEDULING A. General: Prepare and submit schedule in accordance with the provisions of Section 01310, PROGRESS SCHEDULES, B. Plan the Work and carry it out with minimum interference to the operation of the existing facilities. Prior to starting the work, confer with the ENGINEER and OWNER's representative to develop an approved work schedule which will permit the facilities to function normally as practical. It may be necessary to do certain parts of the construction work outside normal working hours in order to avoid, undesirable conditions. The CONTRACTOR shall do this work at such times, and at no additional cost to the OWNER. Do not make connections between existing work and new work until necessary inspection and tests have been completed on the new work and it is found to conform in all respects to the requirements of the Contract Documents. C. No work shall be started until the CONTRACTOR has received approved shop drawings, established material/delivery dates for all equipment, and received approval of the construction schedule from the ENGINEER or OWNER. The CONTRACTOR shall have sufficient manpower, equipment, and material to complete the project. D_ No work shall commence without express consen# of the ENGINEER or OWNER. E. If a privately owned staging area is required, no work shall commence until approval of the facility is obtained from City Planning and Zoning in accordance with Section 47-19.2 of the Unified Land Development Regulations. Submit a copy of the approval and agreement to the PCM. 2.2 MOBILIZATION AND DEMOBILIZATION A. CONTRACTOR shall be responsible for mobilization and demobilization of labor, materials and equipment. Payment for mobilization and demobilization shall be included in the lump sum price indicated in the Proposal for the Project. 2.3 COORDINATION A. CONTRACTOR shall cooperate in the coordination of separate activities in a manner that will provide the least interference with the OWNER's operations and other contractors and utility companies working in the area, and in the interfacing and connection of the separate elements of the overall project work. B. If any difficulty or dispute should arise in the accomplishment of the above, the problem shall be brought immediately to the attention of the ENGINEER or OWNER. GENERAL REQUIREMENTS 01001 - 2 WATER CONVEYENCE SYSTEM -LONG-TERM REMEDIATION PROGRAM PROJECT NO. 11273 PROJECT # 9 SEWER BASIN A-11 AND ANNUAL SEWER REPAIR CONTRACT SECTION 01001 GENERAL REQUIREMENTS PART 1 PROJECT DESCRIPTION 1.1 GENERAL A. A brief description of the Work is stated in the NOTICE TO CONTRACTORS. To determine the full scope of the Project or any particular part of the Project, coordinate the applicable information in these Contract Documents. B. The work under this Contract shall be performed by the CONTRACTOR as required by the OWNER. Work will be authorized in the form of a Notice to Proceed issued to the CONTRACTOR. The CONTRACTOR shall complete all work in the Contract within the number of calendar days stipulated in the Contract unless an extension in the time of completion is granted by the ENGINEER, as stated in the INSTRUCTIONS TO BIDDERS. Upon completion of the work and compliance with applicable provisions in the Contract Documents, the CONTRACTOR will receive final payment for all work done. C. The following additional information, though not all-inclusive, is given to assist contractors in their evaluation of the work required to meet the project objectives. D. The CONTRACTOR shall become familiar with the existing operating conditions of the OWNER's water system, sewage transmission system and pumping stations and take such into consideration in planning and scheduling work. No extra claims shall be made for work required to achieve conditions beyond those obtainable under norm al. operation of the existing transmission, collection and pumping facilities necessary to accomplish the work. 1.2 DOT SPECIFICATIONS A. Portions of The Florida Department of Transportation Standard Specifications for Road and Bridge Construction and their Roadway and. Traffic Design Standards, hereinafter referred to as the DOT Standard Specifications, are referred to herein and amended, in part, and the same are hereby made a part of this Contract to the extent of such references and shall be as binding upon the Contract as though reproduced herein. Such reference shall mean the current edition, including all supplements. In case of a conflict in the requirements of the DOT Specifications and the requirements stated herein, the requirements herein shall prevail. B. CONTRACTOR will be required to submit MOTs for work in the county and state highways and City streets. CONTRACTOR shall coordinate with MOTs for nearby or highway work and obtain approval for all traffic control as required by the permits contained elsewhere in this section. GENERAL REQUIREMENTS 01001 - 1 APPENDIX H TO THE FLORIDA DEPARTMENT OF ENVIRONMENTAL PROTECTION SUPPLEMWMA,RY CONDITIONS CERTIFICATION OF NONSEGREGATED FACILITIES [Note: This certification is required by 41 CFR 60-1.8(b) and is applicable to all FDEP-assisted construction contracts and subcontracts with a price exceeding $10,000; this certification is to be included in all FDEP-assisted construction contracts and subcontracts with a price exceeding $10,000 and in all solicitations for such contracts and subcontracts.] This certification relates to a construction contract proposed by (insert the name of the Owner) which expects to finance the proposed construction! contract with assistance from the Florida Department of Environmental Protection (which ad6imsters a State revolving fund loan program supported in part with funds directly made availably by grants from the United States Environmental Protection Agency). I am the undersigned prospective construction contractor or subcontractor. I certify that I do not and will not maintain any facilities I provide for my employees in a segregated manner and that I do not and will not permit my employees to perform their services at any locations under my control where segregated facilities are maintained. I agree that I will obtain identical certifications froto prospective lower -tier construction subcontractors prior to the award of any lower -tier construction subcontracts with a price exceeding $10,000. I also agree that I will retain such certifications in my files. ............ ........................... . (Signature of Authorized Official) (Date) (Name and Title of Authorized Official [Print or Type]) (Name o. Prospective Construction Contractor or Subcontractor [Print or Type]) (Address and Telephone Number of Prospective Coiastruction Contractor or Subcontractor [Print or Type]) (Employer Identification Number of Prospective Construction Contractor or Subcontractor) FDO-34 Revision 4 September 1999 FDEP-33 Revision 4 September 1999 APPENDIX G,TO THE FLORIDA DEPARTMENT OF ENVIRONMENTAL PROTECTION SUPPLEMENTARY CONDITIONS CERTIFICATION OF COMPLIANCE WITH 41 CFR 60-1.7: REPORTS AND OTHER REQUIRED INFORMATION [Note: This certification is required by 41 CFR 60-1.7(b) and is applicable to all FDEP-assisted construction contracts and subcontracts. with a price exceeding $10,000; this certification is to be included in all FDEP-assisted construction contracts and subcontracts with a price exceeding $10,000 and in all solicitations for such contracts and subcontracts.] This certification relates to a construction contract proposed by which (insert the name of the Owner) expects to finance the proposed construction contract with assistance from the Florida Department of Environmental Protection (which administers a State revolving; fund loan program supported, in part with funds directly made available by grants from the LJoited States Environmental Protection Agency). I am the undersigned prospective construction contractor or subcontractor. I certify that: (1)1 have / have not participated in a previous contract or subcontract subject.to the Equal Opportunity Clause and:, (2) if I have participated in a previous contract or subcontract subject to the Equal Opportunity Clause, I Have / have not filed with the Joint Reporting Committee, the Director of the Office of Federal Contract Compliance Programs, or the Equal Employment Opportunity Comnussion all reports due under the applicable filing requirements. I understand that, if I have participated in a previous contract or subcontract subject to the Equal Opportunity Clause and have failed to file all reports due under the applicable filing requirements, I am not eligible, and will not be eligible, to have my bid or offer considered, or to enter into the,proposed contract or subcontract, unless and until I make an arrangement regarding such reports that is satisfactory to the office where the reports are required to be filed: I agree that I will obtain identical certifications from prospective lower -tier construction subcontractors when I receive bids or offers or initiate negotiations for any lower -tier construction subcontracts with a price exceeding $109000. I also agree that 1 will retain such certifications in my files. (Signature of Authorized Official) (Date) (Name and Title of Authorized Official [Print or Type]) (Name of Prospective Construction Contractor or Subcontractor [Print or Type]) FDOP-32 Revision 4 September 1999 9. A single goal for minorities and a separate single goal for women have been established. The contractor, 'however, is required to provide equal employment opporta.nity'and to take affirmative action for all minority groups, both'male and female, and all women, both minority and non -minority. Consequently,. the Contractor may be in violation of the Executive Order if a.particular group is employed in a substantially disparate manner (for example, even though the Contractor has achieved its goals for women generally, the Contractor may be in violation of the Executive Order if a specific minority group of women is underutilized). 10. The`Contractor shall not use the goals and timetables or affirmative action standards, to discriminate against any person because of race, color, religion, sex, or national origin. 11. The Contractor shall not enter into any Subcontract with any person or firm debarred from Government contracts pursuant to Executive Order 11246. 12. The Contractor shall carry out such sanctions and penalties for violation of these specifications and of the Equal Opportunity Clause, including suspension, termination and cancellation of existing subcontracts as may be imposed or ordered pursuant to Executive Order 11246, as amended, and its. implementing regulations, by the Office of Federal Contract Compliance Programs. Any Contractor who fails to carry out such sanctions and penalties shall be in violation of these specifications and Executive Order 11246, as amended. 13. The Contractor, in fulfilling its obligation under these specifications, shall implement specific affirmative action steps, at least as extensive as those standards prescribed in paragraph 7 of these specifications, so as'to achieve maximum results from its. efforts to ensure equal employment opportunity.'If the Contractor fails to comply with the requirements of the Executive Order, the implementing regulations, or these specifications, the Director shall proceed in accordance with 41 CFR 60-4.8. 14 The Contractor shall designate a responsible official to monitor all employment related activity to ed out, to submit reports relating to;the provisions ensure that the company EEO policy is being carri hereof as may be required by the Government and to keep records. Records shall at least include for each employee the name, address, telephone numbers, construction trade, union affiliation if any, employee identification number when assigned, social security number, race, sex„ status (e.g., mechanic, apprentice trainee, helper, or laborer), dates of changes in status, hours worked per week in the indicated trade, rate of pay, and locations at which the work was performed. Records shall be maintained in an easily understandable and retrievable form; however, to the degree that existing records satisfy this requirement, contractors shall not be required to maintain separate records. 15. Nothing he provided shall be construed as a.limitation upon the application of other laws which establish different standards of compliance or upon the application of requirements for the hiring of local or other area residents (e.g., those under the Public Works Employment Act of 1977 and the Community Development Block Grant Program). FDEP-31 Revision 4 September 1999 i. Direct its recruitment efforts, both oral and written, to minority, female and community organizations, to schools with minority and female students and to- minority and female recruitment and training organizations serving the Contractor's recruitment area and employment needs. Not later than one month prior to the date for the acceptance of applications for ` apprenticeship or other training by any recruitment source, the Contractor shall send written notification to organizations such as the above, describing the openings, screening procedures, and tests to be used in the selection process. j. Encourage present minority and female employees to recruit other minority persons and women and, where reasonable, provide after school, summer and vacation employment to minority and female youth both on the site and in other areas of a Contractor's work force. k. Validate all tests and other selection requirements where there is an obligation to do so under 41 CFR Part 60-3. 1. Conduct, at least.annually, an -inventory and evaluation at least of all minority and female personnel for promotional opportunities and: encourage these employees to seek or to prepare for, through appropriate training, etc., such opportunities. m. Ensure that seniority practices, job classifications, work assignments and other personnel practices, do not have a discriminatory effect by continually monitoring all personnel and employment related activities to, ensure that. the -EEO policy and the Contractor's obligations under these specifications are being carried out. n. Ensure that all facilities and company activities are nonsegregated except that separate or single -user toilet and necessary changing facilities shall be provided to assure privacy between the sexes. o. Document and maintain a record of all solicitations of offers for subcontracts from minority and female construction contractors and suppliers, including circulation of solicitations to minority and female contractor associations and other business associations. P. Conduct a review, at least annually, of all supervisors' adherence to and performance under the Contractor's EEO policies and affirmative action- obligations. 8. Contractors are encouraged to participate in voluntary associations which assist in fulfilling one or more of their affirmative action obligations (7a through p). The efforts of a. contractor association, joint contractor -union, contractor -community, or other similar group of which the contractor is a member and participant, may be asserted as fulfilling any one or more of its obligations under 7a through p of these Specifications provided that the contractor actively participates in the group, makes every effort to assure that the group has a positive impact:on the employment of minorities and women in the industry, ensures that the concrete benefits of the program are reflected in the Contractor's minority and female workforce participation, makes a good faith effort to meet its individual goals and timetables, and can provide access to documentation which demonstrates the effectiveness of actions taken on behalf of the Contractor. The obligation to comply, however, is the Contractor's and failure of such a group to fulfill an obligation shall not be a defense for the Contractor's noncompliance. FDEP-30 Revision 4 September 1999 b. Establish and maintain a current list of minority,,.andIemale recruitment sources; provide written notification to minority and female recruitment sources and to community organizations when the Contractor or its unions have employment opportunities available; and imuitain a record of the organizations' responses.. c. Maintain,..a current file of the names, addresses and telephone numbers of>each minority and female off -the -street applicant and minority or female referral from a union, a recruitment source or community organization and of what action was taken with respect to each such individual.. If such individual was sent to the union hiring hall for referr'atl and was not referred back to the Contractor by the union or, if referred, not employed by the Contractor, this shall be documented in the file with the reasontherefor, along with whateveradditional actions the Contractor may have taken. d. Provide immediate written notification to the Director when the union or unions with which the Contractor has a collective bargaining agreement has not referred to the Contractor a. minority person or woman sent by the Contractor, or when the Contractor has- other' information that the union referral. process has impeded the Contractor's efforts to meet its obligations. e. Develop on-the-job training opportunities and/or participate in training programs for the area which expressly include minorities and women; including upgrading programs and apprenticeship and trainee programs relevant to the Contractor's employment needs, especially those programs funded or approved by the Department of Labor. The Contractor shall provide notice of these programs to the sources compiled under 7b above. f_ Disseminate the Contractor's EEO policy by providing notice of the policy to unions and training programs and requesting their cooperation in assisting the Contractor in meeting its EEO obligations; by including it in any policy manual and collective bargaining agreement; by publicizing it in the company newspaper, annual report; etc.; by specific review of the policy with all management, personnel and with all minority, and female employees at least once a year; and by posting:the company EEO policy on bulletin boards accessible to all employees at each location where construction work is performed. g. Review, at least annually, the company's EEO policy and affirmative action obligations under these specifications with all employees having any responsibility for hiring, assignment, layoff, termination or other employment decisions including specific review of these items with onsite supervisory personnel such as Superintendents,' General Foremen, etc., prior to the initiation of construction work at any job site. A written record shall be made and maintained identifying the time and place of these meetings, persons attending, subject matter discussed, and disposition of the subject matter. h. Disseminate the Contractor's EEO policy externally by including it in any advertising in the news media, specifically including minority and female news media, and providing written notification to and discussing the Contractor's EEO policy with other Contractors and Subcontractors with whom the Contractor does or anticipates doing business. FDEP-29 Revision 4 September 1999 accordance with that Plan,for those trades which have unions participating in the Plan. Contractors must be able to demonstrate their participation in and compliance with the provisions of any such Hometown Plan. Each Contractor or Subcontractor participating in an approved Plan is individually required to comply with its obligations under the EEO clause, and to make a good faith effort to achieve each goal under the Plan in each trade in which it has employees. The overall good faith performance by other Contractors or Subcontractors toward a goal in an approved Plan does not excuse any covered Contractor's or Subcontractor's failure to take good faith efforts to achieve the Plan goals and timetables. 4. The Contractor shall implement the specific affirmative action standards provided in paragraphs 7a through p of these specifications. The goals set forth in the solicitation from which this contract resulted are expressed as percentages of the total hours of employment and training of minority and female utilization the Contractor should reasonably be able to achieve in each construction trade in which it has employees in the covered area. Covered construction Contractors performing construction work in.geographical areas where they do not have a -Federal or federally assisted construction contract shall apply the minority and female goals established for the geographical area where the work is being performed. Goals are published. periodically in the FEDERAL REGISTER in notice form, and -such, notices may be obtained from any Office of Federal Contract Compliance Programs office or from Federal procurement contracting officers. The Contractor is expected to make substantially uniform progress in meeting its goals in each craft during the period specified. 5. Neither the provisions of any collective bargaining agreement, nor the failure by a union with whom the Contractor has a collective bargaining agreement, to refer either minorities or women shall excuse the Contractor's obligations under these specifications, Executive Order 11246, or the regulations promulgated pursuant thereto. 6. In order for the nonworking training hours of apprentices and trainees to be counted in meeting the goals, such apprentices and trainees must be employed by the Contractor during the training period, and the Contractor must have madee a commitment to employ the apprentices and trainees at the completion of their training, subject to the availability of employment opportunities. Trainees must be trained pursuant to training programs approved by the U.S. Department of Labor. 7. The Contractor shall take specific affirmative actions to ensure equal employment opportunity. The evaluation of the Contractor's compliance with these specifications shall be based upon its effort to achieve maximums results from its actions. The Contractor shall document these efforts fully, and shall implement affirmative action steps, at least as extensive as the following: a. Ensure and maintain a working environment free of harassment, intimidation, and coercion at all sites, and in all facilities at which the Contractor's employees are assigned to work. The Contractor, where possible, will assign two or more women to each construction project. The Contractor shall specifically ensure that all foremen, superintendents, and other on -site supervisory personnel are aware of and carry out the Contractor's obligation to maintain such a working environment, with specific attention to minority or female individuals working at such sites or in such facilities. FDEP-28 Revision 4 September 1999 APPENDIX F TO THE FLORIDA DEPARTMENT OF -ENVIRONMENTAL PROTECTION SUPPLEMENTARY CONDITIONS STANDARD FEDERAL EQUAL EMPLOYMENT OPPORTUNITY CONSTRUCTION CONTRACT SPECIFICATIONS (EXECUTIVE ORDER 1.1246)- [Note; These specifications -have been extracted from 41 CFR 60-4.3(a) and are applicable to all FDEP-assisted construction contracts and subcontracts with a price exceeding $10,000; these specifications are to be included in all FDEP-assisted cogMction contracts and subcontracts with a price exceeding $10,000 and in all solicitations for such'=` contracts and subcontracts, 1 As used in these specifications: a. "Covered area" means the geographical area described in the solicitation from which this contract resulted; b. "Director' means Director, Office of Federal Contract Compliance Programs, United States Department of Labor, or any person to whom the Director delegates authority; C. "Employer identification number" means the Federal Social Security number used on the Employer's Quarterly Federal Tax Return, U.S. Treasury Department Form 941. d. "Minority" includes: (i) Black (all persons having origins in any of the Black African racial. groups not of Hispanic. origin); (ii) Hispanic (all persons of Mexican, Puerto Rican, Cuban, Central or South American or other Spanish Culture or origin, regardless of race); (iii) Asian and Pacific Islander (all persons having origins in any of the original peoples of the Far East, Southeast Asia, the Indian Subcontinent, or the. Pacific Islands); and (iv) American Indian or Alaskan Native (all persons having origins in any of the original peoples of North America and maintaining identifiable tribal affiliations through membership and participation or community identification)_ 2. Whenever the Contractor, or any Subcontractor at any tier, subcontracts a portion of the work involving any construction trade, it shall physically include in each subcontract in excess of $10,000 the provisions of these specifications and the Notice which contains the applicable goals for minority and female participation and which is set forth in the solicitations from which this contract resulted. 3. If the Contractor is participating (pursuant to 41 CFR 604.5) in a Hometown Plan approved by the U.S. Department of Labor in the covered area either individually or through an association, its affirmative action obligations on all work in the Plan area (including goals and timetables) shall be in FDEP-27 Revision 4 September 1999 .APPENDIX E TO THE FLORIDA.DEPARTMENT.OFENVIRONMENTAL PROTECTION SUPPLEMENTARY CONDITIONS N= TO BE PPSTED [Note: This notice has been extracted from 41 CFR 60-I.42(a) and is the notice referred to in'Paragraphs (1) and (3) of the "Equal Opportunity Clause"; this notice is to be included in all FDEP-assisted construction contracts and subcontracts with a price exceeding $10,000 and in all solicitations for such contracts and subcontracts.] EQUAL,EMPLOYMENT OPPORTUNITY IS.:THE LAW - DISCRIIVIINATION IS PROHIBITED BY THE CIVIL RIGHTS ACT OF 1964 AND BY EXECUTIVE ORDER NO. 11246 Title VI of the Civil Rights Act of 1964 - Administered by: THE EQUAL EMPLOYMENTOPPORTUNITY COMMISSION Prohibits discrimination because of Race, Color, Religion, Sex, or National Origin by Employers with 75 or more employees, by Labor Organizations with a hiring hall of 75 or more members, by Employment Agencies, and by Joint Labor -Management Committees for Apprenticeship or Training. After July 1, 1967, employers and labor organizations with 50 or more employees or members will be covered; after July 1, 1968, those with 25 or more will be covered. ANY PERSON Who believes he or she has been discriminated' against SHOULD CONTACT THE EQUAL EMPLOYMENT OPPORTUNITY COMMISSION 2401 E Street NW, Washington, D.C. 20506 Executive Order No. 11246 - Administered by: THE OFFICE OF FEDERAL CONTRACT COMPLIANCE PROGRAMS Prohibits discrimination because of Race, Color, Religion, Sex, or National Origin, and requires affirmative action to ensure equality of opportunity in all aspects of employment. By all Federal Government Contractors and Subcontractors, and by Contractors Performing Work Under a Federally Assisted Construction Contract, regardless of the number of employees in either case. ANY PERSON Who believes he or she has been discriminated against SHOULD CONTACT THE OFFICE OF FEDERAL CONTRACT COMPLIANCE PROGRAMS U.S. Department of Labor, Washington, D.C. 20210 FDEP-26 Revision 4 September 1999 (7) The contractor' will include the portionofthe sentence immediately preceding paragraph (1) and the provisions of paragraphs (1) through (7) in every'subcontract or purchase order unless exempted by rules, regulations, or orders of the Secretary of Labor issued pursuant to section 204 of Executive Order 11246 of September 24, 1965, so that such provisions will be binding upon each subcontractor or vendor. The contractor will take such action with respect to any subcontract or purchase order as the administering agency may direct as a means of enforcing such. provisions, including sanctions for noncompliance. Provided, however, That in the event a contractor bccpmesj involved in, or is threatened with, litigation with a subcontractor or vendor as a result of such direction by the administering agency the contractor may request the United States to enter into such litigation to protect the interests of the United -States. FDEP-25 Revision 4 September 1999 invoked as provided in Executive Order -11246 of September 24, 1965, or by rule, regulation; or order of the Secretary of Labor, or as otherwise provided by law. In FDEP-24 Revision 4 September 1999 APPENDIX D TO THE FLORIDA DEPARTMENT: OF ENVIRONMENTAL PROTECTION SUPPLEMENTARY CONDITIONS EQUAL OPPORTUNITY CLAUSE [Note: This clause has been extracted from 41 CFR 60-1.4(b) and is applicable to all FDEP-assisted construction contracts and subcontracts with a price exceeding $10,000; this clause is to be included in all FDEP-assisted construction contracts and subcontracts with a price exceeding $10,000 and in all solicitations for such contracts and subcontracts.] During the performance of this contract, the contractor agrees as follows: (1) The contractor will not discriminate against any employee or applicant. for employment because of race, color, religion, sex, or national origin. The contractor will take affirmative action to ensure that applicants are employed, and that employeesare action shall include, but without be regard ited to to their race, color, religion, sex, or national originh following: Employment, upgrading, demotion, or transfer, recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided setting forth the provisions of this nondiscrimination clause. (2) The contractor will, in all solicitations or advertisements for employees placed by or onbehalf of the contractor, state that all qualified applicants will receive considerations for employment without regard to race, color, religion, sex, or national origin. (3) The contractor will send to each labor union or representative of workers with which he has a collective bargaining agreement or other contract or understanding, a notice to be provided, advising the said labor union or workers' representatives of the contractor's commitments under this section, and shall post copies of the notice in conspicuous places available to employees and applicants for employment. (4) The contractor will comply with all provisions of Executive Order 11246 of September 24, 1965. and of the rules, regulations, and relevant orders of the Secretary of Labor. (5) The contractor will furnish all information and reports required by Executive Order 11246 of September 24, 1965, and by rules, regulations, and orders of the Secretary of Labor, or pursuant thereto, and will permit access to his books, records, and accounts by the administering agency and the Secretary of Labor for purposes of investigation to ascertain compliance with such rules, regulations, and orders. (6) In the event of the contractor's noncompliance with the nondiscrimination clauses of this contract or with any of the said riles, regulations, or orders, this contract may be canceled, terminated, or suspended in whole or in part and the contractor may be declared ineligible for further Government contracts or federally assisted construction contracts in accordance with procedures authorized in Executive Order 11246 of September 24, 1965, and such other sanctions may be imposed and remedies FDEP-23 Revision 4 September 1999 Economic Areas State Goal (percent) Florida - continued a 044 Tampa - St. Petersburg, FL: SMSA Counties: 1140 Bradenton, FL--- .--------------1'5.9 FL - Manatee 2700. Fort. Myers, FL-- -------- --------- .---.---------------- --15.3 FL - Lee 3980 Lakeland - Winter Haven, FL-------------- ----------18.0 FL - Polk 7510 Sarasota, FL- ----------- --------- --.._10.5 FL - Sarasota 8280 Tampa - St. Petersburg, FL�-�---------------------------- ------------17.9 FL - Hillsborough, Pasco, Pinellas Nan-SMSA Counties------------------------------------------- _---__-_______-17.1 FL - Charlotte, Citrus, Collier, DeSoto, Hardee, Hernando, Highlands a 045 Tallahassee, FL: SMSA Counties: 824.0 Tallahassee, FL---------- -- -------------------- 24.3 FL - Leon, Wakulla Non-SMSA Counties --------- ----..---------- •--------------- _--------------- ----------- 29.5 FL - Calhoun, Franklin, Gadsden, Jackson, Jefferson, Liberty, Madison, Taylor FDEP-22 Revision 4 September 1999 Economic Areas State Florida Goal (percent) 041 Jacksonville, FL: SMSA Counties: 2900 Gainesville, FL---------------- -------------------------------_ -------------20.6 -.w FL - Alachua _ 3600 Jacksonville, Fir----------------- --__ ----------------------------------- ____21.8 FL - Baker, Clay, Duval, Nassau, St. Johns Non-SMSA Counties-------------------=------------ ----- —---------------- ------- -__--22.2 FL - Bradford, Columbia, Dixie, Gilchrist, Hamilton, LaFayette, Levy, Marion, Putnam, Suwannee, Union; GA -. Brantley, Camden, Chariton, Glynn, Pierce; Ware 042.0rlando - Melbourne - .Daytona Beach,.FL SMSA. Counties: 2020 Daytona Beach? FL - Volusia �4900 Melbourne - Titusville.- Coco4, l~L�---- -_-- ---___ -_ _ -10`7 FL - Brevard 5960 Orlando, FL- -- FL - Orange, Osceola, Seminole Non SMSA Counties--_ . __. ___ _ _ _--------- ------ FL - Flagler,- Lake; Sumter 043 Miami - Fort Lauderdale, FL: SMSA Counties: 2680 Fort Lauderdale - Hollywood, FL— ------------------- _------------- _.._..___.15.5 FL Broward ------39.5 SOOQ Miami, -..---..---- .____ FL - Dade 8960 West Palm Beach - Boca Raton, FL --------- -------- �-------- ___22.4 FL - Palm Beach Non-SMSA Counties ----------------- --------------- _ FL - Glades, Hendry, Indian River, Martin, Monroe, Okeechobee, St. Lucie FDEP-21 Revision 4 September 1999 APPENDIX C TO THE FLORIDA DEPARTMENT OF ENVIRONMENTAL PROTECTION SUPPLEMENTARY CONDITIONS GOALS AND TIIVIETABLES FOR MINORI'I'TES AND FEMALES [Note: These goals and timetables are the goals and timetables referred to in Paragraph 2 of the "Notice of Requirement for Affirmative Action to Ensure Equal Employment Opportunity (Executive Order 11246)"; these goals and timetables are to be included in all FDEP-assisted construction contracts and subcontracts with a price exceeding $10,000 and in all solicitations for such contracts and subcontracts.] Appendix A The following goals and timetables for female utilization shall be included in all Federal and federally assisted construction contracts and subcontracts in excess of $10,000. The goals are applicable to the. contractor's aggregate on -site construction workforce whether or not part of that workforce is performing work on a Federal or federally -assisted construction contract or subcontract. Area covered: Goals for Women apply nationwide. Timetable Indefinite Appendix B-80 Goals and Timetables Goals (percent) 6.9 Until further notice, the following goals for minority utilization in each construction craft and trade shall be included in all Federal or federally assisted construction contracts and subcontracts in excess of $10,000 to be performed in the respective geographical areas_ The goals are applicable to each nonexempt contractor's total onsite construction workforce, regardless of whether or not part of that workforce is performing work on a Federal, federally assisted or nonfWerally related project, contract or subcontract. Construction contractors which are participating in an approved Hometown Plan (see 41 CFR 60-4.5) are required to comply with the goals of the Hometown Plan with regard to construction work they perform in the area covered by the Hometown Plan. With regard to all their other covered. construction work, such contractors are required to comply with the applicable SMSA or EA goal contained in this Appendix B-80. FDEP-20 Revision 4 September 1999 3. The Contractor shall provide written notification to the Director of the Office of Federal Contract Compliance Programs within 10 working days of award -of any construction subcontract in excess of $10,000 at any tier for construction work under the contract resulting from this solicitation. The notification shall list the name; address and telephone number of the: subcontractor; employer - identification number of the subcontractor; estimated dollar amount of the subcontract; estimated starting and completion dates of the subcontract; ,and the geographical: area in which the subcontract is to be performed. 4. As used in this Notice, and in the contract resulting: from this solicitation, the "covered area" is (insert description of the" geographical areas where the contract is to be performed giving estate, county and city, if any) FDEP-19 Revision 4 September 1999 APPENDIX B TO THE FLOREDA DEPARTMENT OYENrVIRONMENTAL PROTECTION SUPPLEMENTARY CONDITIONS NOTICE OF,REQUMEMENT FOR AFFIRMATIVE.ACTION TO ENSURE EQUAL EMPLOYMENT OPPORTUNITY (EXECUTIVE ORDER 11246) [Note: This notice has been extracted from 41 CFR 60-4.2(d) and is applicable to all FDEP-assisted construction contracts and subcontractswith a price exceeding'$10,000; this notice is to be included in all FDEP assisted cnstruction contracts and subcontracts with a price exceeding $ l U,000 and in, all solicitations for such contracts and subcontracts:] 1. The Offeror's or Bidder's attention is called to the "Equal Opportunity Clause" and the "Standard Federal Equal Employment Specifications" set forth herein. 2. The goals and timetables for minority and female participation, expressed in percentage terms for the Contractor's aggregate workforce in each trade on on all construction work in the covered area, are as follows: Timetables Goals for minority Goals -for female participation for each participation in each trade trade Insert goals for Insert goals for each year. each year. These goals are applicable to all the Contractor's.construction work (whether or not it is Federal or federally assisted) performed in the covered area. If the contractor performs construction work in a geographical area located outside of the covered.area, it shall apply, the goals established for such geographical area where the work is actually performed. With regard to this second area, the contractor also is subject to the goals for both its federally involved and nonfederally involved construction. The Contractor's compliance with the Executive Order and the regulations. in 41 CFR Part 60-4 shall be based on its implementation of the Equal Opportunity Clause, specific affirmative action obligations required by the specifications set forth in 41 CFR 604.3(a), and its efforts to meet the goals. The hours of minority and female employment and training mustbe substantially uniform throughout the length of the contract, and in each trade, and the contractor shall make a good faith effort to employ minorities and women evenly on each of its projects. The transfer of minority or female employees or trainees from Contractor to Contractor or from project to project for the sole purpose of meeting the Contractor's goals shall be a violation of the contract, the Executive Order and the regulations in 41 CFR Part 60-4. Compliance with the goals will be measured against the total work hours performed. FDEP-18 Revision 4 September 1999 7. A participant in a covered transaction may rely, upon 'a certification of a prospective participant *in' -a lower tier covered transaction that it is: not debarred; suspended,' ineligible, or voluntarily excluded from the covered transaction, unless it knows that the certification is erroneous. A participant may decide the method and frequency by which it determines the Eligibility of its principals. Each participant may, but is not required to, check, the Nonprocurement List. S. Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render in gaud faith, the required bythts clause. T1ae knowledge and uiformahon of a participant is not required to exceed that which is normally. possessed by: a prudent person in the , ordinary course of business dealings. 9. Except for transactions authorized under paragraph 5 of these instructions, if a participant in a covered transaction knowingly enters into a lower transaction with a person who is tier covered suspended, debarred, ineligible, or voluntarily excluded from participation in this transaction, in addition to other remedies available to the Federal. Government, the department or agency with which this transactibri originated may pursue available remedies, including suspension and/or debarment. Certification Regarding Debarment, Suspension, ineligibility and Voluntary Exclusion - Lower Tier Covered .Transactions (1) The prospective lower tier participant certifies, by submission of this proposal, that neither it nor its principals is presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in this transaction by any Federal department or agency. (2) Where the prospective lower tier participant is unable to certify to any of the statements in this certification, such prospective participant shall attach an explanation to this proposal.. )The prospective lower -tier participant also certifies, that it and its principals: (a) Have not within a three-year period preceding this proposal been convicted of or bad a civil judgment rendered against them for coinmission'of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, State or local) transaction or contract under a public transaction; violation of Federal or State anti-trust statutes or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, or receiving stolen property; (b) Are not presently indicted for or otherwise criminally or civilly charged by a governmental_ entity (Federal, State or local) with commission of any the offenses enumerated in paragraph (3)(a) of this certification; and (c) Have not within a three-year, period preceding this proposal had one or more public transactions (Federal, State. or local) terminated for cause or default. Where the prospective lower -tier participant is unable to certify to any of the above, such prospective participant shall attach an explanation to this proposal. i FDEP-17 Revision 4 September 1999 NOTE_ THIS APPENDIX APPLIES ONLY TO PROJECTS OF $10,000,000 OR GREATER APPENDIX A TO THE FLORIDA DEPARTMENT OF ENVIRONMENTAL PROTECTION SUPPLEMENTARY CONDITIONS CERTIFICATION REGARDING DEBARMENT, SUSPENSION, INELIGIBILITY AND VOLUNTARY EXCLUSION - LOWER TIER COVERED TRANSACTIONS [Note. This certification/clause has been extracted from Appendix B to 40 CFR Part 32 and is applicable to all FDEP-assisted goods and services (including construction) contracts and subcontracts with a price equaling or exceeding $25,000; this certification/clause is to be included in all FDEP-assisted goods and services (including construction) contracts and subcontracts with a price equaling or exceeding $25,000 and in all solicitations -for such contracts and subcontracts.] Instructions for Certification 1. By signing and submitting this proposal, the prospective lower tier participant is providing the certification set out below. 2. The certification in this clause is a material representation of fact upon which reliance was placed when this transaction was entered into. If it is later determined that the prospective lower tier participant knowingly rendered: an erroneous certification, in addition to other remedies available to the Federal Government, the department or agency with which this transaction originated may pursue available remedies, including suspension and/or debarment. 3. The prospective lower tier participant shall provide immediate written notice to the person to which this proposal is submitted if at any time the prospective lower tier participant learns that its certification was erroneous when submitted or has become erroneous by reason of changed circumstances. 4. The terms "covered transaction", "debarred", "suspended", "ineligible", "lower tier covered transaction", "participant", "person", "primary covered transaction", "principal", "proposal", and "voluntarily excluded", as used in this clause, have the meanings set out in the Definitions and Coverage sections of rules implementing Executive Order 12549. You may contact the person to which this proposal is submitted for assistance in obtaining a copy of those regulations. 5. The prospective lower tier participant agrees by submitting this proposal that, should the proposed covered transaction be entered into, it shall not knowingly enter into any lower tier covered transaction with a person who is debarred, suspended, declared ineligible, or voluntarily excluded from participation in this covered transaction, unless authorized by the department or agency with which this transaction originated. 6. The prospective lower tier participant further agrees by submitting this proposal that it will include this clause titled "Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion - Lower Tier Covered Transactions", without modification, in all lower tier covered transactions and in all solicitations for lower tier covered transactions. FDEP-16 Revision 4 September 1999 20.6. if the price of this Agreement/Contract exceeds $10,Q00, the Owner shall give written notice to. the Director of the Office of Federal Contract Compliance Programs within ten working days of award of this Agreement/Contract. The notice is to include the name, address, and telephone number of the. Contractor; the employer identification number of the Contractor, the dollar amount of this Agreement/Contract; the estimated starting and completion dates of this Agreement/Contract; the , number of this Agreement/Contract; and the geographical area in. which the Work is to be. performed. If the price of this Agreement/Contract equals or exceeds $50,000 and if the Contractor has 50 or more employees, the Contractor shall file with the Florida Department of Environmental Protection (FDEP)/iJnited States Environmental Protection Agency (JSEPA), within 30 calendar days after the award of this Agreement/Contract, a report on Standard Form 100 (EEO-1), which has been promulgated jointly by the Office of Feder Opportunity Compliance Programs; the Equal Employment Opportunity Commission, and Plans for Progress, unless the Contractor has submitted such.a report. ,�,. within 12 months preceeding the date of award of this Agreement/Contract. In addition, the Contractor shall ensure that each cons ction subcontractor having 50 or more employees and a lower -tier construction subcontract with a price equaling or exceeding $50,000 also files with the FDEP/[7SEPA,_ _ d to it of the lower -tier construction subcontract,. a report on within 30 calendar days after the awar Standard Form 100 (EEO-1) unless the construction subcontractor has submitted such a report within 12 months preceding the date of award of the lower -tier construction subcontract. (Subsequent reports are to be submitted. annually in accordance with 41 CFR 60-13(a) or at such other intervals as, the Director of the Office of Federal Contract;Compliance Programs may require.) FDEP-15 Revision 4 September 1999 20.2.4. the "Notice to Be Posted% which has been extracted. from 4l CFR 60-1.42(a) and included as Appendix E to these Supplementary Conditions; 20.2.5. the "Standard Federal Equal Employment Opportunity Construction Contract Specifications (Executive Order 1`1246)", which have been extracted from 41 CFR. 60-4.3(a) and included as Appendix F to these Supplementary Conditions; 20.2.6. the "Certification of Compliance with 41 CFR 60-1.7: Reports and Other Required Information", which is required by. 41 CFR 60-1.7(b) and is included as.Appendix- G to these Supplementary Conditions; and 20.2.7. the "Certification of Nonsegregated Facilities", which is required by. 41 CFR 604.$(b) and is included as Appendix H to: these Supplementary .Conditions. 20.3. If bidders or prospective contractors (including the Contractor), or any prospectivc. construction subcontractors at any tier, intend to let any lower -tier construction subcontracts for any portion of the Work, they shall physically include in all lower -tier construction.: subcontracts with a price exceeding $10,000 and in all'solicitations for such subcontracts the "Notice of Requirement for Affirmative Action to Ensure Equal Employment Opportunity (Executive Order 11246)' the "Goals and Timetables for Minorities and Females", the "Equal Opportunity Clause", the'"Notice to Be Posted", the "Standard Federal Equal Employment Opportunity Construction Contract -Specifications . . (Executive Order 11246)", the "Certification of Compliance with 4.1 CFR 60-1.7: Reports and Other Required Information", and the Certification of Nonsegregated Facilities", which are included as Appendices B through H to these Supplementary Conditions. 20.4. If the price of this Agreement/Contract exceeds $10,000, all bidders shall complete and submit to the, Owner, with their bids, the "Certification of Compliance with 41 CFR 60-1.7: Reports and Other Required Information", which is included as Appendix G to these Supplementary -Conditions. In addition, if bidders (including the Contractor), or any prospective construction subcontractors at any tier, intend to let any lower -tier construction subcontracts- for any portion of the Work, they shall obtain the "Certification of Compliance with 41 CFR 60-1.7: Reports and Other Required . Information" from each prospective construction subcontractor that may be awarded a lower -tier construction subcontract with a price exceeding $10,000 and shall do so at the time bids or offers for each such subcontract are received or at the outset of negotiations for each such subcontract. 20.5. If the price of this Agreement/Contract exceeds $10,000, the apparent Successful Bidder shall complete and submit to the Owner, within ten calendar days after being notified of being the apparent Successful Bidder, the "Certification of Nonsegregated Facilities", which is included as Appendix H to these Supplementary Conditions. In addition, if the Contractor, or any construction subcontractor at any tier, intends to let any lower -tier construction subcontracts for any portion of the Work, it shall obtain the "Certification of Nonsegregated Facilities" from each prospective construction subcontractor that will be awarded a lower -tier construction subcontract with a price exceeding $10,000 and shall do so before awarding each such subcontract. FDEP-14 Revision 4 September 1999 AR17tME 19'-DEBAR.MENI' AND SUSPENSION ORDER 1.2549 19.1. If the price of this Agreement/Contract equals or exceeds $25,000, the Owner shall not award this AgreemendContract,'nor permit anylower-tier goods or services (including construction) 000 to be awarded; to any -party that ' . debarred or subcontract with a price equaling or exceeding $25, `•' suspended or is otherwise excluded from, or ineligible: for participation in, Federal, assistance programs under Executive Order 12549 (Debarment and Suspension). 19.2. ' The attention of all -bidders or prospective contractors (including the Contractor) is directed to the certification/clause entitled "Certification Regarding Debarment, Suspension, Ineligibility, and Voluntary Exclusion -Lower Tier Covered Transactions", which has been extracted from Appendix B to 40-CFR Part 32 and included as Appendix,A to these Supplementary Conditions. The. certification/clause entitled "Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion - Lower Tier Covered Transactions" is applicable to this Agreement/Contract if the price of this Agreement/Contract equals or exceeds $25,000. . 19.3. If bidders or prospective contractors (including the Contractor), or any prospective subcontractors at any tier, intend to let any lower -tier goods or services (including construction) subcontracts for any portion of the Work, they shall physically include the certification/clause entitled "Certification Regarding Debarment; Suspension, Ineligibility and Voluntary Exclusion —Lower Tier Covered Transactions', which is included as Appendix A to these Supplementary Conditions in all lower -tier goods and services (including' construction) subcontractswitha price equaling or, exceeding $25,000 and in all solicitations for such subcontracts. 20.1. If the price of this Agreement/Contract exceeds $10,000, the Contractor,, and each construction subcontractor awarded a lower -tier construction subcontract with a price exceeding $10,066 shall comply with Executive Order, 11246 of September 24, 1965 (Equal Employment Opportunity), as amended by Executive Order 11375 of October 13,1967, and as supplemented in United States. Department of Labor regulations (41 CFR Part 60). 20.2. The attention of all bidders or prospective contractors (including the Contractor) is directed to the following, all of which are applicable to this Agreement/Contract if the price of this Agreement/Contract exceeds $10,000: 20.2. L the "Notice of Requirement for Affirmative Action to Ensure Equal Employment Opportunity (Executive Order 11246)",which has been extracted from 41 CFR 60-41(d) and included as Appendix B to these Supplementary Conditions; 20.2.2. the "Goals and Timetables for. Minorities and Females", which are included as v Appendix C to these Supplementary Conditions; I 20.2.3. the "Equal Opportunity Clause", which has been extracted from 41 CFR 60-1.4(b) and included as Appendix D to these Supplementary Conditions; FDiEP-l3 Revision 4 September 1999 18.2. in accordance: with 40 CFR Part 15, if the price of this Agreement/Contract exceeds $100,000 and/or if this Agreement/Contract is otherwise nonexempt from 40 CFR Part 15, the Contractor agrees to the following: 18.2.1. the Contractor will not use any facility on the. United States Environmental Protection Agency's List of Violating Facilities in the performance of this Agreement/Contract for the duration of time that the facility remains. on the List; 18.2.2. the Contractor will notify the Florida Department of Environmental Proteetion/United States Environmental Protection Agency (USEPA). if a facility it intends to use in the performance of this Agreement/Contract is on the USEPA's List of Violating Facilities or if it knows that a facility.it intends to use in the performance of this Agreement/Contract has been recommended to be placed on the USEPA's List of Violating -Facilities; and 18.2.3. in the performance of this Agreement/Contract, the Contractor will comply with all requirements of the Clean Air Act andthe Clean Water Act, including the requirements of Section 114 of the Clean Air Act and Section 308. of the Clean Water Act, and all applicable clean -air standards. and clean water standards. 18.3. If the Contractor, or any subcontractor at any tier, awards any lower -tier goods or services (including construction) subcontracts for any portion of the Work, it shall physically include -in all such subcontracts the following provision: - 18.3.1. The Subcontractor shall comply with all applicable standards, orders, or requirements issued under Section 306 of the Clean Air Act (42 U.S.C_ 1857[h]), Section 508 of the Clean Water Act (33 U.S.C. 1368),. Executive Order It 73 8 (Administration of the Clean Air Act and the Federal Water Pollution Control Act with -Respect to Federal Contracts, Grants, or Loans),: and 40 CFR Part-15, which prohibit -the use; under nonexemptFederal contracts, grants, or loans, of facilities included on the United States Environmental. Protection Agency's: (USEPA's) List of Violating Facilities. In accordance with 4.0. CFR Part. IS, if.the.price of this:: Subcontract.. - exceeds $100,000 and/or if this Subcontract is otherwise nonexempt from 40 CFR Part 15, the Subcontractor agrees to the following: (a) the Subcontractor will not use any facility on the USEPA's List of Violating Facilities in the performance of this. Subcontract for the duration of time that the facility remains on the List; (b) the Subcontractor will notify the Florida Department of Environmental Protection/USEPA if a facility it intends to use in the performance of this Subcontract is on the USEPA's List of Violating Facilities or if it knows that a facility it intends to use in the performance of this Subcontract has been recommended to be placed on the USEPA's List of Violating Facilities; and (c) in the performance of this Subcontract, the Subcontractor will comply with all requirements of the Clean Air Act and the Clean Water Act, including the requirements of Section 114 of the Clean Air Act and Section 308 of the Clean Water Act, and all applicable clean air standards and clean water standards. In addition, if the Subcontractor awards any lower -tier goods or services (including construction) subcontracts under this. Subcontract, the Subcontractor shall physically include this provision in all such subcontracts. FDEP-12 Revision 4 September 1999 NQT._E: Articles 17,18 and 19'apply only to projects of $10,000,000'or greater. ARTICLE 17 -MINORITY AND WOMENS BUSINESS ENTERPRISES 17.1 'A goal of * percent of the Contract Price is established for Minority Business Enterprise (MBE) participation in the Work,and a goal of _* percent of the Contract Price is established for Women's Business Enterprise (WBE) participation in the Work. If bidders or prospective contrators (including the Contractor) intend to let any lower -tier goods or services (including construction) subcontracts for any portion of the Work., they shall physically include these percentage goals for MBE and WBE participation in all solicitations for subcontracts and shall take affirmative steps to assure'that MBEs and WBEs are utilized, when possible, as sources of goods and services. Affirmative steps are to include the following: (a) including small, minority, and women's businesses on solicitation lists; (b) assuring that small, minority, and women's businesses are solicited' whenever they are potential sources; (c) dividing total requirements, when economically feasible, into small tasks or quantities to permit maximum participation by small,` minority, and women's'businesses; (d) establishingdelivery schedules, when requirements permit, that will encourage participation by smalls minority; and'women's businesses; and (e) using the services of the Small Business Administrative and the Office of Minority Business Enterprise of the United States Department of Commerce as appropriate. *The percentage goals for MBE and WBE participation are to be inserted by the Owner and are to be based upon the percentage goals that have been, or wilt be, stipulated in the'"State revolving fund loan agreement for the Owner's FDEP-assisted Project. 17.2. Within ten calendar, days after being notified of being the apparent Successful Bidder, the apparent Successful Bidder shall submit to the Owner: documentation of the affirmative steps it has taken to utilize Minority and Women's Business Enterprises (MBEs and WBEs) in the Work and documentation of its intended use of MBEs and WBEs in the Work, The Owner shall'keeOi this - documentation on file and shall forward to the Florida Department of Environmental Protection a copy of the apparent Successful Bidder's documentation concerning its intended use of MBEs and WBEs in the Work: 17.3. Minority and Women's Business Enterprise (MBE and WBE) participation in the Work is to be considered in the award of this Agreement/Contract. The Owner shall not -execute this Agreement/Contract until the Florida Department of Environmental Protection has approved the extent of MBE and WBE participation in the Work. ARTICLE 18 VIOLATING FACILITIES SECTION 306 OF CLEAN AIR ACT SECTION 508 OF THE CLEAN WATER ACT AND EXECUTIVE ORDER 11738 18.1. The Contractor, and all subcontractors at any tier, shall comply with all applicable standards, orders, or requirements issued under Section 306 of the Clean Air Act (42 U.S.C. 1857[h]), Section 508 of the Clean Water Act (33 U.S.C. 1368), Executive Order 11738 (Administration of the Clean Air Act and the Federal Water Pollution Control Act with Respect to Federal Contracts, Grants, or Loans), and 40 CFR Part 15, which prohibit the use, under nonexempt Federal contracts, grants, or loans, of facilities included on the United States Environmental Protection Agency's List of Violating Facilities. FDEP-1 Revision 4 September 1999 10.1.3. The payment.schedule is to show the. Contractoes,projected progress and final payments - cumulatively by month. ARTICLE I I - AVAILABILU - OF LANDS It. L . The Owner shall furnish all lands and shall obtain all rights-of-ways,and easements upon which the Work is to be performed and furnished. CONSIRUCTION PERMUT S 12.1. The Owner shall obtain the appropriate Florida Department of Environmental Protection construction permit(s) required for the Work f ARTICLE 13 ENGINEER 13.L The Owner shall employ a professional engineer registered in the State of Florida to oversee the Work. ARTICLE 14 - APPLICATIONS FOR PAYMENT 14.1. The Contractor's applications for payment are to be accompanied by such certificates or documents as may be reasonably required. The Owner shall forwards copy of such certificates or documents as may be reasonably required to the Florida Department of Environmental Protection. ARTICLE 15 - ACCESS TO RECORDS IS.1. Authorized representatives :of the Owner, tlie:Florida Department of Environmental Protection, and the United States Environmental Protection Agency shall have, access to, for the purpose of inspection, any books, documents, papers, and records of the Contractor that are pertinent to this Agreement/Contract. The Contractor shall retain all books, documents, papers, and records pertinent to this Agreement/Contract for a period of three years after receiving and accepting final payment under this Agreement/Contract. ARTICLE 16 -.ACCESS TO WORK SITE 16.1. Authorized representatives of the Owner, the Florida Department of Environmental Protection (FDEP), and the United States Environmental Protection. Agency (USEPA) shall have access to the Work site(s) at any reasonable time. The Contractor shall cooperate (including making available working copies of documents and supplementary materials) during Work site inspections conducted by the Owner, the FDEP, or the USEPA. FD�EP-10 Revision 4 September 1999 of fire and extended coverage; and is to include "all-risk" insurance for physical loss or damage due to theft,vandalism and malicious mischief collapse, water damage, and/or all other risks against Which coverage is obtainable. 7.5. Before any Work at the Work site is started, the Contractor shall deliver to the Owner certificates of insurance that the Contractor is required to purchase and maintain in accordance with Paragraphs 7.3 and 7.4 of this Article and other provisions of the Contract Documents, and the"Own,er shall deliver tomthe Contractor certificates of insurance that the Owner is required to purchase and maintain in accordance. with Paragraphs 7.3 and 7 A of this Article and other provisions of the Contract Documents, ; z ARTICLE 8 - AWARD OF AGREEMENT/CONTRACT 8.1. If this Agreement/Contract is awarded, it is to be awarded to the lowest, responsive, responsible - bidder. A fixed -price (lump -sum or unit -price or both) agreement/contract is to be used. A clear explanation of the method of evaluating bids and the basis for awarding this Agreement/Contrwt are included elsewhere in the Bidding Documents. All bids may be rejected when in the best interest of the. Owner. ARUCLE 9 - CONTRACT TIME AND NOTICE TO ROCEED Contract Time: 9,1. The number: of days within which, or the date by which, the Work is to be completed: and ready for final payment (the Contract Time) is set forth elsewhere in the Contract Documents. Notice to Proceed: 9,2. The Owner shall give the Contractor a notice to proceed fixing the date on -which the. Contract Time will commence to run. The Owner, shall forward a copy ofthis notice to proceed to the Florida Department of Environmental Protection. ARTICLE 10 ITEMIZED CONSTRUCTION COST BREAKDOWN; CONSTRUCTION AND PAYMENT SCHEDULES 10.1. The Contractor shall submit to the Owner, within ten calendar days after the Effective Date of this Agreement/Contract, an itemized construction cost breakdown and construction and payment schedules. 10.1.1. The itemized construction cost breakdown, or schedule of values, is to include quantities and prices of items aggregating the Contract Price and is to subdivide the Work into component parts in sufficient detail to serve as the basis for progress payments during construction. Such prices are to: include an appropriate amount of overhead and profit applicable to each item of Work. 10.1.2. The construction, or progress, schedule is to indicate the Contractor's estimated starting and completion dates for the various stages of the Work and is to show both the projected cost of Work completed and the projected percentage of Work completed versus Contract Time. FDEP-9 Revision 4 September 1999 Submission of Bids: 6.2. Bidders shall submit their bids at the place and by the deadline indicated elsewhere in the Bidding Documents. ' Opening. of Bids:. 6.3. Bids are to be opened and read aloud publicly at the time and place indicated elsewhere in the Bidding. Documents. ARTICLE 7 - BONDS AND INSURANCE Bid Guarantees: 7.1. Each bidder's bid is to be accompanied by a bid guarantee made payable to the Owner, in an amount at least:equal to five percent of the bidder's: maximum bid price and in the form of a certified . check or bid bond. Performance and Payment Bond(s): 7.2. The Contractor shall furnish a combined performance and payment bond in an amount at least. equal to IUp percent of the Contract Price (or, if required elsewhere in the Contract Documents, the Contractor shalLfurnish separate performance and payment bonds, each in an amount at least equal to 100 percent of the Contract Price) as, security for the•faithful performance and payment of all the , Contractor's obligations under the Contract Documents. This(these) bond(s) are to be delivered to the Owner by the Contractor along with the executed Agreement/Contract. The Owner shall forward a copy of;this(these) bond(s) to the Florida Department of Environmental Protection. Insurance: 7.3. The Owner and/or the Contractor (as required elsewhere in the Contract Documents) shall purchase and maintain, during the period of construction, such liability insurance as is appropriate for the Work being performed and furnished and as will provide protection from claims that may arise out of, or result froth, the Contractor's performance and furnishing of the Work (whether the Work is to be performed or furnished by. the Contractor or any subcontractor at the Work site) and the Contractor's . . other obligations under the Contract Documents. This insurance is to include workers' compensation insurance, comprehensive general liability insurance, comprehensive automobile liability insurance, and contractual liability insurance applicable to the Contractor's indemnification obligations and is to be written for not.less than the limits of liability and -coverages :determined by the. Owner or required. by law, whichever is greater. 7.4.. The Owner and/or the Contractor (as required elsewhere in the Contract Documents) shall purchase and maintain,. during the period of construction, property.insurance upon the Work at the Work site in an amount equal to the full replacement cost of the Work or the fiill insurable value of the Work. This insurance is to include the interests of the Owner, the Contractor, and all subcontractors at the Work site (all of whom are to be listed as insureds or additional insured parties); is to insure against the perils FPEP-8 Revision 4 September 1999 ARTICLE 4 - RESOLUTION OF PROTESTS ANP CLAIM.9 ISPUTES Resolution of Protests Concerning the Owner's Solicitation and/or Award of this Agreement/Contract: 4.1. Protests concerning the Owner`s solicitation and/or award of this Agreement/Contract must be filed in writing with the Owner to be considered. 4.2, All timely written protests concerning the Owner's solicitation and/or award of this Agreement/Contract are to be resolved in accordance with the Owner's dispute resolution process. A f copy of the, ordinance(s), resolution(s), or written policy(policies) that set forth`the. Owner's dispute =. resolution process is included elsewhere in the Bidding Documents or is to be made available by the Owner upon request. 4.3. Neither the Florida. Department of Environmental .Protection (FDEP) nor the United States Environmental Protection -Agency (USEPA) will become a party to, or have any role in resolving, protests concerning the Owner's solicitation and/or award of this Agreement/Contract. >Protest decisions made by the Owner can not be appealed to the FDEP or the USEPA. Resolution of Claims and Disputes Between the Owner and the Contractor: 4.4 -Unless otherwise provided in the Contract Documents;" all claims and disputes between the Owner and the Contractor arising :out of, or relating to, :the. Contract Documents or the breach thereof are to be decided by arbitration (if the Owner and the Contractor mutually agree) or in a court of competent jurisdiction within the State of Florida. 4.5. Neither the Florida Department°of Environmental Protection:nor the United States Environmental Protection Agency will become a party to, or have any role in resolving, claims and disputes between the Owner and the Contractor. ARTICLE S CHANGES TO TIC BIDDING CONTRACT DOCUMENTS 5.1. All changes to the Bidding Documents, made subsequent to the Florida Department of Environmental Protection's (FDEP's) acceptance of the Bidding Documents and prior to the opening. of. bids are to be documented via addendum(addenda) to the Bidding Documents; all changes to the Contract Documents made after the opening of bids are to be documented by change order(s) to the Contract Documents. The Owner shall submit all addenda and change orders to the FDEP. ARTICLE 6 -ADVERTISEMENT FOR BIDS• SUg ISSION OF BIDS OPE NING OF BIDS Advertisement for Bids: 6.1. At a minimum, this Agreement/Contract is to be advertised for bids in local and statewide newspapers. FDEP-7 Revision 4 September 1999 WATER CONVEYENCE SYSTEM LONG-TERM REMEDIATION PROGRAM PROJECT NO. 11273 PROJECT # 9 SEWER BASIN A-11 AND ANNUAL SEWER REPAIR CONTRACT PART 5 PRESERVATION, RESTORATION, AND CLEANUP 5.1 SITE RESTORATION AND CLEANUP A. At all times during the work, keep the premises clean and orderly, and upon completion of the work, repair all damage caused by equipment and leave the project free of rubbish or excess materials of any kind. B. Stockpile excavated materials in a manner that will cause the least damage to adjacent lawns, grassed areas, gardens, shrubbery, or fences, regardless of whether these are on private property, or on state, county, or city rights -of -way. Remove all excavated materials from grassed and planted areas, and leave these surfaces in a condition equivalent to their original condition. Replace excavated areas as specified in Section 02320, TRENCH BACKFILL, raked and graded to conform to their original contours. 5.2 FINISHING OF SITE, BORROW, AND STORAGE AREAS A. Upon completion of the project, all areas used by the CONTRACTOR shall be properly cleared of all temporary structures, rubbish, and waste materials and properly graded to drain and blend in with the abutting property. Areas used for the deposit of waste materials shall be finished to properly drain and blend with the surrounding terrain. Grassed areas shall be restored as specified. PART 6 PERMITS 6.1 GENERAL A. Permits obtained by the OWNER may include the following: 1. BCEPD: Collection/transmission system and pump station construction. 2. BCEPD' Environmental Permits, drainage and stormwater construction. 3. Broward County Engineering: The CONTRACTOR shall obtain a construction permit for work in any Broward County rights -of -way. Pre -approval has been obtained by the ENGINEER. B. Permits to be Obtained by the CONTRACTOR may include, but are not limited to the following: 1. Local and County Building permits. 2. Local, County, and State contracting licenses. 3. Tree removal and trimming permits. 4. BCEPD: Dewatering permit. C. The CONTRACTOR shall comply with all applicable permit conditions. END OF SECTION GENERAL REQUIREMENTS 01001 - 9 WATER CONVEYENCE SYSTEM LONG-TERM REMEDIATION PROGRAM PROJECT NO. 11273 PROJECT # 9 SEWER BASIN A-11 AND ANNUAL SEWER REPAIR CONTRACT SECTION 01010 SUMMARY OF WORK PART 1 GENERAL 1.1 WORK COVERED BY CONTRACT DOCUMENTS A. The completed rehabilitation of the mainline and lateral sewer Work will include, but is not limited to the following project components: 1. Rehabilitate mainline gravity sewer pipes as identified in the contract documents. 2. Conduct a preliminary lateral CCTV inspection of all service laterals in the project area (basin). 3. Rehabilitate service laterals in the project area as identified by ENGINEER and/or OWNER following review of preliminary lateral CCTV inspection. 4. Annual sewer repair contract on an as -needed basis as provided by Schedule B. 1.2 WORK NOT COVERED BY CONTRACT DOCUMENTS A. Any associated work on any pipe line, manhole or service lateral not specifically identified in the contract documents or in writing by ENGINEER or OWNER. 1.3 OWNER -FURNISHED ITEMS 1. None. PART 2 PRODUCTS (NOT USED) PART 3 EXECUTION (NOT USED) 3.1 SEQUENCE OF WORK A. Perform all Work associated with rehabilitating indicated mainline pipe segments. B. All work associated with mainline pipe rehabilitation on a specific pipe line segment shall be completed, tested and accepted by ENGINEER and OWNER before any lateral rehabilitation Work can be initiated on that pipe segment. C. Conduct preliminary lateral CCTV inspection. Preliminary lateral CCTV inspection can be conducted concurrently with item A above. D. Perform all Work associated with rehabilitating identified service laterals. END OF SECTION SUMMARY OF WORK 01010 - 1 A WATER CONVEYENCE SYSTEM LONG-TERM REMEDIATION PROGRAM PROJECT NO. 11273 PROJECT # 9 SEWER BASIN A-11 AND ANNUAL SEWER REPAIR CONTRACT SECTION 01025 MEASUREMENT AND PAYMENT PART1 GENERAL 1.1 SUBMITTALS A. Informational: 1. Schedule of Values 2. Application for Payment. 3. Final Application for Payment. 1.2 SCHEDULE OF VALUES A. Prepare a schedule of values for the Work. B. Unit Price Work: Reflect unit price quantity and price breakdown from conformed Bid Form. C. Lump Sum Work: 1. Reflect schedule of values format included in conformed Bid Form. 2_ List Bonds and insurance premiums, mobilization, demobilization, facility startup, and contract closeout separately. 3. Break down by Divisions 2 through 16 with appropriate subdivision of each Specification. D. An unbalanced or front-end loaded schedule will not be acceptable and may result in delay of payments. E. Summation of the complete schedule of values representing all the Work shall equal the Contract Price. 1.3 APPLICATION. FOR PAYMENT A. Transmittal Summary Form: Attach one Summary Form with each detailed Application for Payment and include Request for Payment of Materials and Equipment on Hand as applicable. Execute certification by authorized officer of CONTRACTOR. B. Use detailed Application for Payment Form provided by PCM. C. Include accepted schedule of values for each portion of Work and the unit price breakdown for the Work to be paid on unit price basis, and a listing of OWNER -selected equipment, if applicable, and allowances, as appropriate. MEASUREMENT AND PAYMENT 01025 - 1 91 WATER CONVEYENCE SYSTEM LONG-TERM REMEDIATION PROGRAM PROJECT NO. 11273 PROJECT # 9 SEWER BASIN A-11 AND ANNUAL SEWER REPAIR CONTRACT D. Preparation: 1. Round values to nearest dollar. 2. List each Change Order and Written Amendment executed prior to date of submission as separate line item. Totals to equal those shown on the Transmittal Summary Form. 3. Submit Application for Payment, including a Transmittal Summary Form and detailed Application for Payment Form, a listing of materials on hand as applicable, and such supporting data as may be requested by PCM. 1.4 MEASUREMENT —GENERAL A. Weighing, measuring, and metering devices used to measure quantity of materials for Work shall be suitable for purpose intended and conform to tolerances and Specifications as specified in National Institute of Standards and Technology, Handbook 44. B. Whenever pay quantities of material are determined by weight, material shall be weighed on scales furnished by CONTRACTOR and certified accurate by state agency responsible. Weight or load slip shall be obtained from weigher and delivered to PCM or OWNER's representative at point of delivery of material. C. If material is shipped by rail, car weights will be accepted provided that actual weight of material only will be paid for and, not minimum car weight used for assessing freight tariff, and provided further that car weights will not be acceptable for material to be passed through mixing plants. D. Vehicles used to haul material being paid for by weight shall be weighed empty daily and at such additional times as required by PCM. Each vehicle shall bear a plainly legible identification mark. E. Materials that are specified for measurement by the cubic yard measured in the vehicle shall be hauled in vehicles of such type and size that actual contents may be readily and accurately determined. Unless all vehicles are of uniform capacity, each vehicle must bear a plainly legible identification mark indicating its water level capacity. Vehicles shall be loaded to at least their water level capacity. Loads hauled in vehicles not meeting above requirements or loads of a quantity less than the capacity of the vehicle, measured after being leveled off as above provided, will be subject to rejection, and no compensation will be allowed for such material. F. Where measurement of quantities depends on elevation of existing ground, elevations obtained during construction will be compared with those shown on Drawings. Variations of 1 foot or less will be ignored, and profiles shown on Drawings will be used for determining quantities. G. Units of measure shown on Bid Form shall be as follows, unless specified otherwise. All methods of measurement shall be approved by the PCM. MEASUREMENT AND PAYMENT 01025 - 2 WATER CONVEYENCE SYSTEM LONG-TERM REMEDIATION PROGRAM PROJECT NO. 11273 PROJECT # 9 SEWER BASIN A-11 AND ANNUAL SEWER REPAIR CONTRACT Item Method of Measurement AC Acre —Field Measure CY Cubic Yard —Field Measure within limits specified or shown, or measured in vehicle by volume, as specified EA Each --Field Count EA/M Each —Field Count per Month of Operation GAL Gallon —Field Measure HR Hour LB Pound(s)—Weight Measure by Scale LF Linear Foot —Field Measure LS Lump Sum --Unit is one; no measurement will be made N/A Not Applicable SF. Square Foot SY Square Yard TON Ton ---Weight Measure by Scale (2,000 pounds) 1.5 PAYMENT A. General: 1. Progress payments will be made monthly. 2. The date for CONTRACTOR's submission of monthly Application for Payment shall be established at the Preconstruction Conference. B. Payment for Lump Sum Work covers all Work specified or shown for the following items: (Note: Items numbers in Bid Schedule A and Bid Schedule B in the Proposal Section correspond to descriptions in Section 01025 MEASUREMENTS AND PAYMENTS.) MEASUREMENT AND PAYMENT 01025 - 3 in WATER CONVEYENCE SYSTEM LONG-TERM REMEDIATION PROGRAM PROJECT NO. 11273 PROJECT # 9 SEWER BASIN A-11 AND ANNUAL SEWER REPAIR CONTRACT ITEM DESCRIPTION 1. Mobilization and Payment for mobilization and demobilization will Demobilization (not to be made at the lump sum price named in the Bid exceed 5% of total Schedule. Mobilization includes, but is not limited contract amount) to, bonds, insurance, site cleanup, sanitary facilities, labor associated with permit acquisition, contractors staging area, project signs, project coordination, and demobilization. Mobilization costs for work not part of the base project will be charged per work order not per work item. Partial payments for mobilization will be made as follows: Construction % Allowable % of Lum Complete Sum for Mobilization 5 25 10 50 25 75 100 100 LS 2. Consideration for Payment for consideration for indemnification of Indemnification the OWNER will be based upon the lump sum price named for such work, in accordance with the requirements of the Contract Documents. Payment will be twenty-five dollars for consideration for indemnification named in the bid schedule and shall constitute full compensation for indemnifying the OWNER as specified in the Contract Documents. 2. Indemnification L.S 3. Allowance for Permit Payment for permit fees will be based upon the Fees actual permit fees required by the CONTRACTOR from the various agencies having jurisdiction for construction of the project, in accordance with the Contract Documents. The allowance amount shown on the bid schedule is an estimate of permit fees required for the project and is a cost pass through item and no mark-ups will be added to this item. The CONTRACTOR shall produce documentation upon request verifying actual cost. Only permit fees substantiated by the CONTRACTOR and approved by the ENGINEER will be paid as part of this bid item. 3. Permit Allowance AL MEASUREMENT AND PAYMENT 01025 - 4 0 WATER CONVEYENCE SYSTEM LONG-TERM REMEDIATION PROGRAM PROJECT NO. 11273 PROJECT # 9 SEWER BASIN A-11 AND ANNUAL SEWER REPAIR CONTRACT C. Payment for unit price items covers all the Work necessary to furnish and install the following items: ITEM DESCRIPTION 4, 5, 6, 7, 8 and Measurement for payment of furnishing and installing 9: Install Cured- mainline liner will be based upon the number of linear feet in -Place Pipe of pipe liner actually installed as determined by field Mainline Liner. measurement along the centerline of the host pipe in -place and in accordance with the requirements of the Contract Documents. Payment for furnishing and installing liner will be made at the unit price, per linear foot of pipe of corresponding pipe size, named in the Bid Schedule and includes but is not limited to all transporting costs, storing, furnishing and installing all necessary components, all laboratory testing, field testing, bypass pumping, maintenance of traffic, pre - and post television survey, cleaning, restoration of property disturbed during the lining operation and all other specified work. Reinstatement of service connections shall be considered incidental to the cost to sewer lining. No more than 50% of payment will be made for the liner until the CCTV tape is received and no more than 75% until satisfactory leakage testing has been completed. Furnish and Install: 4. 8 inch diameter CIPP mainline liner LF 5. 10 inch diameter CIPP mainline liner LF 6. 12 inch diameter CIPP mainline liner LF 7. 15 inch diameter CIPP mainline liner LF 7a. 11 x 18 inch elliptical CIPP Storm sewer liner LF 7b. 16 or 18x24 inch elliptical CIPP Storm sewer liner LF 7c. 12 inch diameter CIPP storm liner LF 7d. 15 inch diameter CIPP storm liner LF 7e. 18 inch diameter CIPP storm liner LF 7f. 24 inch diameter CIPP storm liner LF 8. 18 inch diameter CIPP mainliner LF MEASUREMENT AND PAYMENT 01025 - 5 WATER CONVEYENCE SYSTEM LONG-TERM REMEDIATION PROGRAM PROJECT NO. 11273 PROJECT # 9 SEWER BASIN A-11 AND ANNUAL SEWER REPAIR CONTRACT ITEM DESCRIPTION 9, 10, and 11 — Measurement & Payment of furnishing and installing Install interface seal will be based upon the following: (1) Each connection seal connection seal installed with a minimum length of 3 feet and 4 & 6 inch extending up the lateral will be paid at a unit price, for diameter CIPP each, as named on the Bid Schedule. short lateral (liner extending a Unit prices for interface seal named in the Bid Schedule minimum length include but are not limited to all transporting costs, storing, of 3 feet inside furnishing and installing all necessary components, pipe the lateral pipe). preconditioning such as root removal and grouting, all laboratory testing, field testing, bypass pumping, maintenance of traffic, pre- and post television survey, cleaning, restoration, and all other specified work Furnish and Install: 9. Connection seal and 4 & 6 inch diameter CIPP short lateral liner (minimum 3 ft) in 8 and 10 inch diameter pipe EA 10. Connection seal and 4 & 6 inch diameter CIPP short lateral liner (minimum 3 ft) in 12 and 15 inch diameter pipe EA 11. Connection seal and 4 & 6 inch diameter CIPP short lateral liner (minimum 3 ft) in 18 inch diameter pipe (special item) EA 12, 13, and 14. Measurement & Payment of furnishing and installing lateral Install liner will be based upon the following: (1) Each lined connection seal lateral 15 LF or less will be paid a unit price, for each, as and CIPP lateral named on the Bid Schedule; (2) Each lined lateral in liner (up to 15 ft excess of 15 LF will be paid the actual number of linear of lateral length) feet of lateral liner actually installed beyond 15 LF as in 8, 10, 12, 15 determined by field measurement along the centerline of or 18 inch the host pipe in -place as named in the Bid Schedule. diameter mainline pipe Unit prices for lateral lining named in the Bid Schedule include but are not limited to all transporting costs, storing, furnishing and installing all necessary components, pipe preconditioning such as root removal and grouting, all laboratory testing, field testing, bypass pumping, maintenance of traffic, pre- and post television survey, cleaning, restoration, and all other specified work. Furnish and Install: 12. Connection seal and 4 & 6 inch diameter CIPP lateral liner (up to 15 LF) in 8 or 10 inch diameter mainline pipe EA 13. Connection seal and 4 & 6 inch diameter CIPP lateral liner (up to 15 LF) in 12, 15 or 18 inch diameter mainline pipe (special item) EA 14. Lateral lining (4 & 6 inch dia.) in excess of 15 LF MEASUREMENT AND PAYMENT 01025 - 6 WATER CONVEYENCE SYSTEM LONG-TERM REMEDIATION PROGRAM PROJECT NO. 11273 PROJECT # 9 SEWER BASIN A-11 AND ANNUAL SEWER REPAIR CONTRACT ITEM DESCRIPTION 15. Install Measurement for payment to install transitional liner shall Cured -in -Place be based upon the actual quantity, of each transitional liner Pipe Transitional installed, all in accordance with the requirements of the Lateral Liner (4 Contract Documents. to 6 inch) Payment for furnishing and installing transitional liner will be made at the unit price, for each, named in the Bid Schedule and includes but is not limited to all transporting costs, storing, furnishing and installing all necessary components, all laboratory testing, field testing, bypass pumping, maintenance of traffic, pre- and post television survey, cleaning and all other specified work. Furnish and Install: 15. 4 to 6 inch Transitional Liner EA 16, 17, 18, and Measurement for payment to install clean -outs shall be 19 - Install based upon the actual quantity, of each clean -out installed, Clean -out all in accordance with the requirements of the Contract Documents. Payment for furnishing and installing clean -out will be made at the unit price, per each installation, named in the Bid Schedule and includes but is not limited to all transporting costs, storing, furnishing and installing all necessary components, excavation, pipe, labor, bypass pumping, maintenance of traffic, and all other specified work. Furnish and Install: 16. Clean -out to 5 ft deep in grass - PVC EA 17. Clean -out to 5 ft deep in pavement - Cl EA 18. Clean -out from 5 ft deep to 10 ft deep in grass — PVC EA 19. Clean -out from 5 ft deep to 10 ft deep in pavement -- Cl EA 20. Root Measurement for payment for root removal will be based Removal upon the actual quantity of linear feet pipe segments where roots are removed as measured in the field, all in accordance with the requirements of the Contract Documents. Payment for root removal will be made at the unit price, per linear foot, named in the Bid Schedule, and shall constitute full compensation for root removal to include all Work. 20. Perform Root Removal LF MEASUREMENT AND PAYMENT 91025 - 7 WATER CONVEYENCE SYSTEM LONG-TERM REMEDIATION PROGRAM PROJECT NO. 11273 PROJECT # 9 SEWER BASIN A-11 AND ANNUAL SEWER REPAIR CONTRACT ITEM DESCRIPTION 21. Pipe Measurement for payment for pipe grouting will be based Grouting for Spot upon actual quantity, per gallon of grout used to repair Repair to leaks in joints and/or cracks, as witnessed in the field and Facilitate Liner in accordance with the requirements of the Contract Installation Documents. Chemical grout applied to the lateral connection to the mainline is not included in this item. Payment for grouting will be made at the unit price, for each gallon used, named in the Bid Schedule, and shall constitute full compensation for the complete installation of the grout, including all equipment, labor and materials required to apply the grout. 21. Pipe Grouting GAL 22. Shrub and. Measurement for payment to remove and replace in kind Tree Removal shrubs and trees will be based upon actual quantity, each, as measured in the field of shrubs and trees removed and replaced, in accordance with the requirements of the Contract Documents. Each unit quantity includes removal and replacement of tree and/or shrub. Payment for removal and replacement of trees and shrubs will be made at the unit price, for each, named in the Bid Schedule, and shall constitute full compensation for the complete installation of the tapping sleeve, including all restoration work to complete the work. 22. Remove and Replace Shrub and Trees EA 23. Preliminary Measurement for payment for preliminary lateral TV Lateral TV inspection will be based upon the actual quantity of linear Inspection feet of lateral inspected via closed circuit television as measured in the field, all in accordance with the requirements of the Contract Documents. Payment for preliminary lateral TV inspection will be made at the unit price, per linear foot, named in the Bid Schedule, and shall constitute full compensation for the preliminary lateral TV inspection to include all Work.. 23. Preliminary Lateral TV Inspection LF MEASUREMENT AND PAYMENT 01025 - 8 WATER CONVEYENCE SYSTEM LONG-TERM REMEDIATION PROGRAM PROJECT NO. 11273 PROJECT # 9 SEWER BASIN A-11 AND ANNUAL SEWER REPAIR CONTRACT ITEM DESCRIPTION 24. Additional Measurement for payment for additional TV inspection of Cleaning and TV mainline sewers will be based upon the actual quantity of Inspection of linear feet of mainline sewer cleaned and inspected via Previously Lined closed circuit television as requested in writing by Mainline Pipe OWNER,. as measured in the field, all in accordance with the requirements of the Contract Documents. Payment for additional cleaning and TV inspection will be made at the unit price, per linear foot, named in the Bid Schedule, and shall constitute full compensation for the additional TV inspection to include but is not limited to: mobilization and demobilization costs, maintenance of traffic, cleaning, and all other Work required to.perform the Work.. 24. Additional Mainline Cleaning and TV Inspection LF 25. Re -cutting of Measurement for payment to re -cut improperly opened Existing Lateral lateral penetrations in previously lined mains shall be Openings based. upon the actual quantity, of lateral penetrations that are identified in the internal inspection and performed in accordance with the requirements of the Contract Documents. Penetrations may be re -cut as approved by the Engineer in preparation for grouting or installation of a lateral liner. Payment for re -cutting a lateral penetration in a previously lined main will be made at the unit price, per each installation, named in the Bid Schedule and includes but is not limited to all necessary equipment or components, labor, bypass pumping, maintenance of traffic, and all other specified work 25. Re -cutting of Existing Lateral Openings EA 1.6 NONPAYMENT FOR REJECTED OR UNUSED PRODUCTS A. Payment will not be made for following: 1. Excess quantities determined by the Engineer not to be required for installation under the Contract. 2. Loading, hauling, and disposing of rejected material. 3. Quantities of material wasted or disposed of in manner not called for under Contract Documents. 4. Rejected loads of material, including material rejected after it has been placed by reason of failure of CONTRACTOR to conform to provisions of Contract Documents. 5. Material not unloaded from transporting vehicle. 6. Defective Work not accepted by OWNER. 7. Material remaining on hand after completion of Work. MEASUREMENT AND PAYMENT 01.025 - 9 WATER CONVEYENCE SYSTEM LONG-TERM REMEDIATION PROGRAM PROJECT NO. 11273 PROJECT # 9 SEWER BASIN A-11 AND ANNUAL SEWER REPAIR CONTRACT 1.7 PARTIAL PAYMENT FOR STORED MATERIALS AND EQUIPMENT A. Partial Payment. No partial payments will be made for materials and equipment delivered or stored unless Shop Drawings or preliminary operation and maintenance manuals are acceptable to ENGINEER. B. Final Payment: Will be made only for products incorporated in Work; remaining products, for which partial payments have been made, shall revert to CONTRACTOR unless otherwise agreed, and partial payments made for those items will be deducted from final payment 1.8 ALLOWANCES A. The allowances shall be used only at the discretion of and as ordered by the OWNER for such items as unforeseen conditions, unforeseeable conflicts between existing elements of work and the proposed work, unit price items exceed estimated quantities, and any associated work requested by the OWNER including all labor, materials, and services for modifications or extra work to complete the Project that was anticipated, but not specifically included in this Contract. B. Any portion of these allowances that remain after all authorized payments have been made will be withheld from contract payments and will remain with the OWNER. PART 2 PRODUCTS (NOT USED) PART 3 EXECUTION (NOT USED) END OF SECTION MEASUREMENT AND PAYMENT 01025 - 10 WATER CONVEYENCE SYSTEM LONG-TERM REMEDIATION PROGRAM PROJECT NO: 11273 PROJECT # 9 SEWER BASIN A-11 AND ANNUAL SEWER REPAIR CONTRACT SECTION 01040 COORDINATION PART 1 GENERAL 1.1 UTILITY NOTIFICATION AND COORDINATION. A. Coordinate the Work with various utilities within Project limits. Notify applicable utilities prior to commencing Work. 1. Contact the City of Fort Lauderdale Public Services Department at 954-828 8000 for water and sewer utility locations. 2. Contact Sunshine State One Call at 1-800-432-4770 at least 2 business days prior to any excavation- B. If damage occurs, or if conflicts or emergencies arise during Work, contact the appropriate utility. 1. Electricity Company: Florida Power and Light. a. Contact Person: Trouble Center (or police/fire — 911). b. Telephone:954-797-5000. 2. Telephone Company: BellSouth. a. Contact Person: Jason Boschen. b. Telephone: 954-316-4005 or 954-605-1121. 3. Water and Sewer Department: Fort Lauderdale Public Services Department. a. Contact Person: Emergency Hotline. b. Telephone:954-828-8000. 4. Gas Company: TECO Peoples Gas. a. Contact Person: Dispatch. b. Telephone: 305-957-3857, ext. 7490 or 1-877-832-6747. 5. Telecom: AT&T — Broad band/Comcast. a. Contact: Andy Vaspasiano. b. Telephone: 954-266-6589 or 954-444-2833. 6_ Telecom: FP&L FiberNet. a. Contact: Noel R. Reese. b. Telephone: 305-552-3249 or 305-205-1283. 7. Broward County Traffic Engineering Division (For Traffic Signal Communications Systems Underground Cable): a. Contact: Keith Smith. b. Telephone: 954-484-9600, ext. 227. COORDINATION 01040 - 1 WATER CONVEYENCE SYSTEM LONG-TERM REMEDIATION PROGRAM PROJECT NO. 11273 PROJECT # 9 SEWER BASIN A-11 AND ANNUAL SEWER REPAIR CONTRACT 1.2 PROJECT MEETINGS A. General: 1. ENGINEER: Schedule physical arrangements for meetings throughout progress of Work, prepare meeting agenda with PCM, OWNER and CONTRACTOR input and distribute with written notice of each meeting, preside at meetings, record minutes to include significant proceedings and decisions, and reproduce and distribute copies minutes after each meeting to participants and parties affected by meeting decisions. 2. Representatives of PCM, OWNER, CONTRACTOR, and Subcontractors shall attend meetings as needed. B. Preconstruction Conference: 1. CONTRACTOR shall be prepared to discuss the following subjects, as a minimum: a. Required schedules. b. Status of Bonds and insurance. C. Sequence of critical path work items. d. Project changes and clarification procedures. e. Use of site, access, office and storage areas, security and temporary facilities. f. Major project delivery and priorities. g. CONTRACTOR's safety plan and representative. h. Progress payment procedures. 2. Attendees may include but not limited to: a, OWNER's representatives b. PCM's representatives C. CONTRACTOR's office representative d. CONTRACTOR's resident superintendent e. CONTRACTOR's quality control representative f. Subcontractor's representatives whom CONTRACTOR may desire or ,PCM may request to attend. g. ENGINEER's representatives. h. Others as appropriate. C. Preliminary Schedules Acceptability Review Meeting: As required to review and finalize Preliminary Schedule. D. Progress Meetings: 1. ENGINEER will schedule regular progress meetings at site, conducted weekly to review Work progress, progress schedule, Shop Drawing and Sample submissions schedule, Application for Payment, contract modifications, and other matters needing discussion and resolution. 2. Attendees will include: a. OWNER's representatives, as appropriate. b. PCM, as appropriate. C. CONTRACTOR, Subcontractors and Suppliers, as appropriate. COORDINATION 01040 - 2 WATER CONVEYENCE SYSTEM LONG-TERM REMEDIATION PROGRAM PROJECT NO. 11273 PROJECT # 9 SEWER BASIN A-11 AND ANNUAL SEWER REPAIR CONTRACT d. ENGINEER's representative(s). e. Others as appropriate. 3. On a monthly basis, the PCM will conduct a meeting to review work completed the previous month versus the Progress Schedule, work planned for upcoming month based on the Progress Schedule, the monthly Application for Payment, and any outstanding issues related to performance of the Work including pending contract modifications, requests for clarification, Shop Drawings, etc. All parties will attend the monthly meeting. E. Pre -installation Meetings: 1. When required in individual Specification sections or as necessary to coordinate the Work, convene at site prior to commencing Work of that section. 2. Require attendance of entities directly affecting, or affected by, Work of that section. 3. Notify PCM 4 days in advance of meeting date. 4. Provide suggested agenda to PCM to include reviewing conditions of installation, preparation and installation or application procedures, and coordination with related Work and work of others. F. Other Meetings: In accordance with the Contract Documents and as may be required by the OWNER, PCM, and ENGINEER. 1.3 FACILITY OPERATIONS A. Continuous operation of OWNER's facilities is of critical importance. Schedule and conduct activities to enable existing facilities to operate continuously, unless otherwise specified. B. Perform Work continuously during critical connections and changeovers, and as required to prevent interruption of OWNER's operations. C. When necessary, plan, design, and provide various temporary services, utilities, connections, temporary piping and heating, access, and similar items to maintain continuous operations of OWNER's facilities. D. Do not close lines, open or close valves, or take other action which would affect the operation of existing systems, except as specifically required by the Contract Documents and after authorization by OWNER and ENGINEER. Such authorization will be considered within 48 hours after receipt of CONTRACTOR's written request. E. Provide 7 days advance written request for approval of need to shut down a process or facility to OWNER and PCM. F. Power outages will be considered upon 48 hours written request to OWNER and PCM. Describe the reason, anticipated length of time, and areas affected by the outage. Provide temporary provisions for continuous power supply to critical facility components. COORDINATION 01040 - 3 WATER CONVEYENCE SYSTEM LONG-TERM REMEDIATION PROGRAM PROJECT NO. 11273 PROJECT # 9 SEWER BASIN A-11 AND ANNUAL SEWER REPAIR CONTRACT G. Do not proceed with Work affecting a facility's operation without obtaining OWNER's and PCM's advance approval of the need for and duration of such Work. A. Where the Work includes connections or modifications to existing sanitary sewer systems, wastewater flows shall be controlled through the pipeline sections and pump stations where work is being performed. Under no circumstances can portions of the -system be removed from service for periods of time in excess of that approved by the OWNER. The CONTRACTOR shall be responsible to assess conditions and capacities of the existing sewerlines and pump stations in order to implement an acceptable bypass plan at no additional cost to the OWNER, refer to Section 02734 FLOW BYPASS PUMPING SYSTEM. 1.5 PHYSICAL CONDITIONS A. Exercise reasonable care to verify locations of existing subsurface structures and underground facilities. B. Thoroughly check immediate and adjacent areas subject to excavation by visual examination (and by electronic metal and pipe detection equipment, as necessary) for indications of subsurface structures and underground facilities. C. Make exploratory excavations where existing underground facilities or structures may potentially conflict with proposed underground facilities or structures. Conduct exploratory excavations in presence of ENGINEER and sufficiently ahead of construction to avoid possible delays to CONTRACTOR's Work. 1.6 ADJACENT FACILITIES AND PROPERTIES A. Examination: 1. After Effective Date of the Agreement and before Work at site is started, CONTRACTOR, PCM, and affected property owners and utility owners shall make a thorough examination of preexisting conditions including existing buildings, structures, and other improvements in vicinity of Work, as applicable, which could be damaged by construction operations. 2. Periodic reexamination shall be jointly performed to include, but not limited to, cracks in structures, settlement, leakage, and similar conditions. PART 2 PRODUCTS (NOT USED) COORDINATION 01040 - 4 WATER CONVEYENCE SYSTEM LONG-TERM REMEDIATION PROGRAM PROJECT NO. 11273 PROJECT # 9 SEWER BASIN A-11 AND ANNUAL SEWER REPAIR CONTRACT PART 3 EXECUTION 3.1 CUTTING, FITTING, AND PATCHING A. Cut, fit, adjust, or patch Work and work of others, including excavation and backfill as required, to make Work complete. B. Obtain prior written authorization of ENGINEER before commencing Work to cut or otherwise alter: 1. Structural or reinforcing steel, structural column or beam, elevated slab, trusses, or other structural member. 2. Weather- or moisture -resistant elements. 3. Efficiency, maintenance, or safety of element. 4. Work of others. C. Refinish surfaces to provide an even finish. 1. Refinish continuous surfaces to nearest intersection. 2. Refinish entire assemblies. 3. Finish restored surfaces to such planes, shapes, and textures that no transition between existing work and Work is evident in finished surfaces. D. Restore existing work, Underground Facilities, and surfaces that are to remain in completed Work including concrete -embedded piping, conduit, and other utilities as specified and as shown. E. Make restorations with new materials and appropriate methods as specified for new Work of similar nature; if not specified, use recommended practice of manufacturer or appropriate trade association. F. Fit Work airtight to pipes, sleeves, ducts, conduit, and other penetrations through surfaces and fill voids. G. Remove specimens of installed Work for testing when requested by PCM or ENGINEER. END OF SECTION COORDINATION 01040 - 5 WATER CONVEYENCE SYSTEM LONG-TERM REMEDIATION PROGRAM PROJECT NO. 11273 PROJECT # 9 SEWER BASIN A-11 AND ANNUAL SEWER REPAIR CONTRACT SECTION 01300 SUBMITTALS PART GENERAL 1.1 DEFINITIONS A. Action Submittal: Written and graphic information submitted by CONTRACTOR, that requires ENGINEER's approval. B. Informational Submittal: Information submitted by CONTRACTOR, that does not require ENGINEER's or PCM's approval. Submittals not meeting conditions of the Contract will be returned. 1.2 PROCEDURES A. The CONTRACTOR shall use forms provided by the PMT to prepare and submit construction related correspondence, (transmittals, RFI's proposals, etc.). During the preconstruction meeting the CONTRACTOR shall be instructed by the City of Fort Lauderdale Water and Wastewater Program Project Construction Manager on the details of submitting correspondence for this Project. B. Direct submittals to PCM at the following address, unless specified otherwise. City of :Fort Lauderdale Water and Wastewater Capital Improvements Program, 200 North Andrews, Suite 300, Fort Lauderdale, FL 33301, Attn: Document Control. C. Transmittal of Submittal: 1. CONTRACTOR shall: a. Review each submittal and check for compliance with Contract Documents. b. Stamp each submittal with uniform approval stamp before submitting to PCM. 1) Stamp to include Project name, submittal number, Specification number, CONTRACTOR's reviewer name, date of CONTRACTOR's approval, and statement certifying that submittal has been reviewed, checked, and approved for compliance with Contract Documents. 2) PCM and ENGINEER will not review submittals that do not bear CONTRACTOR's approval stamp and will return them without action. 2. Complete, sign, and transmit with each submittal package, one Transmittal of CONTRACTOR's Submittal form attached at end of this section. 3. Identify each submittal with the following: a. Numbering and Tracking System: 1) Sequentially number each submittal. 2) Resubmission of submittal shall have original number with sequential alphabetic suffix. SUBMITTALS 01300 - 1 WATER CONVEYENCE SYSTEM LONG-TERM REMEDIATION PROGRAM PROJECT NO. 11273 PROJECT # 9 SEWER BASIN A-11 AND ANNUAL SEWER REPAIR CONTRACT b. Specification section and paragraph to which submittal applies. C. Project title and OWNER's project number. d. Date of transmittal. e. Names of CONTRACTOR, Subcontractor or Supplier, and manufacturer as appropriate. 4. Identify and describe each deviation or variation from Contract Documents. D. Format: 1. Do not base Shop Drawings on reproductions of Contract Documents. 2. Package submittal information by individual specification section. Do not combine different specification sections together in submittal package, unless otherwise directed in Specification. 3. Present in a clear and thorough manner and in sufficient detail to show kind, size, arrangement, and function of components, materials, and devices, and compliance with Contract Documents. 4. Index with labeled tab dividers in orderly manner. E. Timeliness: Schedule and submit in accordance with schedule of Shop Drawing and Sample submittals, and requirements of individual Specification sections. F. Processing Time: 1. Time for review shall commence on PCM's receipt of submittal. 2. PCM will act upon CONTRACTOR's submittal and transmit response to CONTRACTOR not later than 21 days after receipt, unless otherwise specified. 3. Resubmittals will be subject to same review time. 4. No adjustment of Contract Times or Price will be allowed due to delays in progress of Work caused by rejection and subsequent resubmittals. G. Resubmittals: Clearly identify each correction or change made. H. Incomplete Submittals: 1. PCM will return entire submittal for CONTRACTOR's revision if preliminary review deems it incomplete. 2. When any of the following are missing, Submittal will be deemed incomplete: a. CONTRACTOR's review stamp, completed and signed. b. Transmittal of CONTRACTOR's Submittal, completed and signed. C. Insufficient number of copies. Submittals not required by Contract Documents: 1. Will not be reviewed and will be returned stamped "Not Subject to Review". 2. PCM will keep one copy and return all remaining copies to CONTRACTOR. 1.3 ACTION SUBMITTALS A. Prepare and submit Action Submittals required by individual Specification sections. SUBMITTALS 013.00 - 2 WATER CONVEYENCE SYSTEM LONG-TERM REMEDIATION PROGRAM PROJECT NO. 11273 PROJECT # 9 SEWER BASIN A-11 AND ANNUAL SEWER REPAIR CONTRACT B. Shop.Drawings: 1, Copies: Seven. 2. Identify and Indicate: a. Applicable Contract Drawing and Detail number, products, units and assemblies, and system or equipment identification or tag numbers. b. Equipment and Component Title: Identical to title shown on Drawings. G. Critical field dimensions and relationships to other critical features of Work. Note dimensions established by field measurement. d. Project -specific information drawn accurately to scale. 3. Manufacturer's standard schematic drawings and diagrams as follows: a. Modify to delete information that is not applicable to the Work. b. Supplement standard information to provide information specifically applicable to the Work. 4. Product Data: Provide as specified in individual Specification sections. 5. Foreign Manufacturers: When proposed, include following additional information: a. Names and addresses of at least 2 companies that maintain technical service representatives close to Project. b. Complete list of spare parts and accessories for each piece of equipment. C. Samples: 1. Copies: 3, unless otherwise specified in individual Specification sections. 2. Preparation: Mount, display, or package Samples in manner specified to facilitate review of quality. Attach label on unexposed side that includes the following: . a. Manufacturer name. b. Model number. C. Material. d. Sample source. 3. Full-size Samples: a. Size as indicated in individual Specification section. b. Prepared from same materials to be used for the Work. C. Cured and finished in manner specified. d. Physically identical with product proposed for use. D. Action Submittal Dispositions: ENGINEER will review, mark, and stamp as appropriate, and PCM will distribute marked -up copies as noted: Approved: a. CONTRACTOR may incorporate product(s) or implement Work covered by submittal. b. Distribution: 1) One copy retained by PCM. 2) One copy furnished Resident Project Representative. 3) One copy furnished OWNER. 4) One copy retained in ENGINEER's file. 5) Remaining copies returned to CONTRACTOR appropriately annotated. SUBMITTALS 01300 - 3 WATER CONVEYENCE SYSTEM LONG-TERM REMEDIATION PROGRAM PROJECT NO, 11273 PROJECT # 9 SEWER BASIN A-11 AND ANNUAL SEWER REPAIR CONTRACT 2. Approved as Noted: a. CONTRACTOR may incorporate product(s) or implement Work covered by submittal, in accordance with ENGINEER's notations. b. Distribution: 1) One copy retained by PCM. 2) One copy furnished Resident Project Representative. 3) One copy furnished OWNER. 4) One copy retained in ENGINEER's file. 5) Remaining copies returned to CONTRACTOR appropriately annotated. 3. Partial Approval, Resubmit as Noted: a. Make corrections or obtain missing portions, and resubmit. b. Except for portions indicated, CONTRACTOR may begin to incorporate product(s) or implement Work covered by submittal, in accordance with ENGINEER's notations. C. Distribution: 1) One copy retained by PCM. 2) One copy furnished Resident Project Representative. 3) One copy furnished OWNER. 4) One copy retained in ENGINEER's file. 5) Remaining copies returned to CONTRACTOR appropriately annotated. 4. Revise and Resubmit: a. CONTRACTOR may not incorporate product(s) or implement Work covered by submittal. b. Distribution: 1) One copy retained by PCM. 2) One copy furnished Resident Project Representative. 3) One copy furnished OWNER. 4) One copy retained in ENGINEER's file. 5) Remaining copies returned to CONTRACTOR appropriately annotated. 5. Not Subject to Review: Information received is not required by contract. 1.4 INFORMATIONAL SUBMITTALS A. General: 1. Copies: Submit 3 copies, unless otherwise indicated in individual Specification section. 2. Refer to individual Specification sections for specific submittal requirements. 3. PCM will review each submittal. If submittal meets conditions of the Contract, PCM will forward copies to appropriate parties. If PCM determines submittal does not meet conditions of the Contract and is therefore considered unacceptable, PCM will retain one copy and return remaining copies with review comments to CONTRACTOR, and require that submittal be corrected and resubmitted. B. Application for Payment: In accordance with Section 01025, MEASUREMENT AND PAYMENT. SUBMITTALS 01300 - 4 WATER CONVEYENCE SYSTEM -LONG-TERM REMEDIATION PROGRAM PROJECT NO. 11273 PROJECT # 9 SEWER BASIN A-11 AND ANNUAL SEWER REPAIR CONTRACT C. Certificates: 1. General: a. Provide notarized statement that includes signature of entity responsible for preparing certification. b. Signed by officer or other individual authorized to sign documents on behalf of that entity. 2. Installer: Prepare written statements on manufacturer's letterhead certifying that installer complies with requirements as specified in individual Specification sections. 3. Material Test: Prepared by qualified testing agency, on testing agency's standard form, indicating and interpreting test results of material for compliance with requirements. 4. Certificates of Successful Testing or Inspection: Submit when testing or inspection is required by Laws and Regulations or governing agency or specified in individual Specification sections. 5. Manufacturer's Certificate of Compliance: In accordance with Section 01640, MANUFACTURER'S SERVICES.. 6. Manufacturer's Certificate of Proper Installation: In accordance with Section 01640, MANUFACTURER'S SERVICES. D. Construction photographs and video: In accordance with Section 01040, COORDINATION, and as may otherwise be required in Contract Documents. E. Contract Closeout Submittals: In accordance with Section 01780, CONTRACT CLOSEOUT. F. CONTRACTOR -Design Data: 1. Written and graphic information. 2. List of assumptions. 3. List of performance and design criteria. 4. Summary of loads or load diagram, if applicable. 5. Calculations. 6. List of applicable codes and regulations. 7. Name and version of software. 8. Information requested in individual Specification section. G. Manufacturer's Instructions: Written or published information that documents manufacturer's recommendations, guidelines, and procedures in accordance with individual Specification sections. H. Schedules: Schedule of Shop Drawing and Sample Submittals: Prepare separately or in combination with Progress Schedule as specified in Section 01310, PROGRESS SCHEDULES. a. Show for each, at a minimum, the following: 1) Specification section number. 2) Identification by numbering and tracking system as specified under Paragraph Transmittal of Submittal. SUBMITTALS 01300 - 5 WATER CONVEYENCE SYSTEM LONG-TERM REMEDIATION PROGRAM PROJECT NO. 11273 PROJECT # 9 SEWER BASIN A-11 AND ANNUAL SEWER REPAIR CONTRACT 3) Estimated date of submission to PCM, including reviewing and processing time. b. On a monthly basis, submit updated schedule to PCM if changes have occurred or resubmittals are required. 2. Schedule of Values: In accordance with Section 01025, MEASUREMENT AND PAYMENT. 3. Schedule of Estimated Progress Payments: In accordance with Section 01310, PROGRESS SCHEDULES. 4. Progress Schedules: In accordance with Section 01310, PROGRESS SCHEDULES. Special Guarantee: Supplier's written guarantee as required in individual Specification sections. Statement of Qualification: Evidence of qualification, certification, or registration as required in Contract Documents to verify qualifications of professional land surveyor, engineer, materials testing laboratory, specialty Subcontractor, trade, Specialist, consultant, installer, and other professionals. K. Submittals Required by Laws, Regulations, and Governing Agencies: 1. Submit promptly notifications, reports, certifications, payrolls, and otherwise as may be required, directly to the applicable federal, state, or local governing agency or their representative. 2. Transmit to PCM for OWNER's records one copy of correspondence and transmittals (to include enclosures and attachments) between CONTRACTOR and governing agency. L. Test and Inspection Reports: 1. General: Shall contain signature of person responsible for test or report. 2. Factory: a. Identification of product and Specification section, type of inspection or test with referenced standard or code. b- Date of test, Project title and number, and name and signature of authorized person. C. Test results. d. If test or inspection deems material or equipment not in compliance with Contract Documents, identify corrective action necessary to bring into compliance. e. Provide interpretation of test results, when requested by ENGINEER. f. Other items as identified in individual Specification sections_ 3. Field: As a minimum, include the following: a. Project title and number. b. Date and time. C. Record of temperature and weather conditions. d. Identification of product and Specification section. e. Type and location of test, sample, or inspection, including referenced standard or code. f. Date issued, testing laboratory name, address, and telephone number, and name and signature of laboratory inspector. SUBMITTALS 01300 - 6 WATER CONVEYENCE SYSTEM LONG-TERM REMEDIATION PROGRAM PROJECT NO. 11273 PROJECT # 9 SEWER BASIN A-11 AND ANNUAL SEWER REPAIR CONTRACT g. If test or inspection deems material or equipment not in compliance with Contract Documents, identify corrective action necessary to bring into compliance. h. Provide interpretation of test results, when requested by ENGINEER. i. Other items as identified in individual Specification sections. 1.5 CONTRACTOR CORRESPONDENCE A. During the pre -construction meeting the CONTRACTOR shall be instructed by the City of Fort Lauderdale Water and Wastewater Program Construction Manager (Phone: 954-522-2604) on the details of processing documents for this Project. B. The CONTRACTOR shall be required to track, at a minimum, the following documents:. 1. RFI's. 2, CCIR's. 3. Daily Reports. 1.6 SUPPLEMENTS A. The supplements listed below, following "END OF SECTION," are part of this Specification. 1. Forms: Transmittal of CONTRACTOR's Submittal. PART 2 PRODUCTS (NOT USED) PART 3 EXECUTION (NOT USED) END OF SECTION SUBMITTALS 01300 - 7 gsio «�� ............................. ........ . TO: City of Fort Lauderdale Water and Wastewater Capital Improvements Program 200 North Andrews, Suite 300 Fort Lauderdale FL 33301 Attn: Document Control FROM: Contractor Submittal No.: ❑ New Submittal ❑ Resubmittal Project: Project No.: Specification Section No.:. (Cover only one section with each transmittal) Schedule Date of Submittal: SUBMITTAL TYPE: ❑ Shop Drawing ❑ Sample ❑ Informational ThA Mllnwinn itpms are herebv submitted: Number of Copies Description of Item Submitted (Type, Size, Model Number, Etc.) Spec. and Para. No. Drawing or Brochure Number Contains Variation to Contract No Yes CONTRACTOR hereby certifies that (i) CONTRACTOR has complied with the requirements of Contract Documents in preparation, review, and submission of designated Submittal and (ii) the Submittal is complete and in accordance with the Contract Documents and requirements of laws and regulations and governing agencies. By: CONTRACTOR (Authorized Signature) WATER CONVEYENCE SYSTEM LONG-TERM REMEDIATION PROGRAM PROJECT # 9 SEWER BASIN A-11 AND ANNUAL SEWER REPAIR CONTRACT PROJECT NO. 11273 SECTION 01310 PROGRESS SCHEDULES PART1 GENERAL 1.1 SUBMITTALS A. Informational Submittals: 1. Preliminary Progress Schedule: Submit within 14 days after Notice to Proceed. 2. Detailed Progress Schedule: a. Submit initial Detailed Progress Schedule within 50 days after Notice to Proceed. b. Submit an Updated Progress Schedule at each update, in accordance with Article DETAILED PROGRESS SCHEDULE. 3. Submit with Each Progress Schedule Submission: a. CONTRACTOR's certification that progress schedule submission is actual schedule being utilized for execution of the Work. b. Disk file compatible with the latest version of SureTrak Project Manager by Primavera Systems, Inc., or Project Planner (P3) Version 3.0 by Primavera Systems, Inc., unless otherwise approved by PCM. C. Progress Schedule: 4 legible color copies. d. Narrative Progress Report: Same number of copies as specified for Progress Schedule.. 4. Prior to final payment, submit a final Updated Progress Schedule. 1.2 PRELIMINARY PROGRESS SCHEDULE A. Submit a detailed schedule, beginning with Notice to Proceed, for minimum duration of 90 days, and a summary of balance of Project through Final Completion. B3 Show activities including, but not limited to the following: 1. Notice to Proceed. 2. Permits. 3. Submittals, with review time. CONTRACTOR may use schedule of Shop Drawings and Samples specified in Section 01300, SUBMITTALS. 4. Early procurement activities for long lead equipment and materials. 5. Initial site work. B. Earthwork. 7. Specified Work sequences and construction constraints. 8, Contract Milestone and Completion Dates. 9. OWNER -furnished products delivery dates or ranges of dates. 10. Major structural, mechanical, equipment, electrical, architectural, and instrumentation and control Work. 11. System startup summary. 12. Project closeout summary. 13. Demobilization summary. PROGRESS SCHEDULES 01310 - 1 WATER CONVEYENCE SYSTEM LONG-TERM REMEDIATION PROGRAM PROJECT NO. 11273 PROJECT # 9 SEWER BASIN A-11 AND ANNUAL SEWER REPAIR CONTRACT C. Preliminary Progress Schedule will be resource/cost loaded to facilitate progress payments by the PCM. Cost loading will reflect cash flows and Schedule of Values. D. Update Preliminary Progress Schedule monthly; as part of progress payment process. Failure to do so may cause OWNER to withhold all or part of the monthly progress payment until the Preliminary Progress Schedule is updated in a manner acceptable to PCM. E. Format: In accordance with Article PROGRESS SCHEDULE CRITICAL PATH NETWORK. 1.3 DETAILED PROGRESS SCHEDULE A. Submit Detailed Progress Schedule beginning with Notice to Proceed and continuing through Final Completion. B. Show the duration and sequences of activities required for complete performance of the Work reflecting means and methods chosen by CONTRACTOR. C. Detailed Progress Schedule will be resource/cost loaded to facilitate progress payments by the PCM. Cost loading will reflect cash flows and the Schedule of Values with the sum of all tasks equal to the Contract total. D. When accepted by PCM, Detailed Progress Schedule will replace Preliminary Progress Schedule and become Baseline Schedule. Subsequent revisions will be considered as Updated Progress Schedules. E. Format: In accordance with Article PROGRESS SCHEDULE -CRITICAL PATH NETWORK. F. Update monthly to reflect actual progress and occurrences to date, including weather delays. 1.4 PROGRESS SCHEDULE — CRITICAL PATH NETWORK A. General: The Progress Schedule will be a comprehensive computer -generated schedule using CPM scheduling methodologies and techniques. B. Contents: 1. Schedule shall begin with the date of Notice to Proceed and conclude with the date of Final Completion. 2. Identify Work calendar basis using days as a unit of measure. 3. Show complete interdependence and sequence of construction and Project -related activities reasonably required to complete the Work. 4. Identify the Work of separate stages and other logically grouped activities, and clearly identify critical path of activities. 5. Reflect sequences of the Work, restraints, delivery windows, review times, Contract Times and Project Milestones set forth in the Agreement and Section 01040, COORDINATION. PROGRESS SCHEDULES 01310 - 2 WATER CONVEYENCE SYSTEM LONG-TERM REMEDIATION PROGRAM PROJECT NO. 11273 PROJECT # 9 SEWER BASIN A-11 AND ANNUAL SEWER REPAIR CONTRACT 6. Include as applicable, at a minimum: a. Obtaining permits, submittals for product procurement, and long lead time items. b. Mobilization, bypass pumping and other preliminary activities. C. Specified Work sequences, constraints, and Milestones, including Substantial Completion date(s) for prime and Subcontract Work. d. Field and sitework. e. Restoration f. CCTV and test activities. g. Project closeout and cleanup. h. Demobilization. i. Monitoring if applicable 7. No activity duration, exclusive of those for Submittals review and product fabrication/delivery, shall be less than 1 day nor more than 14 days, unless otherwise approved. 8. Activity duration for Submittal review shall not be less than review time specified unless clearly identified and prior written acceptance has been obtained from PCM. 9. Constrained dates will not be utilized except for contractual start and complete dates, unless otherwise approved by the PCM. All tasks will be logically tied, unless approved by the PCM. C. Network Graphical Display: 1. Plot or print on paper not greater than 30 inches by 42 inches or smaller than 22 inches by 34 inches, unless otherwise approved. 2. Title Block: Show name of Project, OWNER, date submitted, revision or update -number, and the name of the scheduler. Updated schedules shall indicate the current data date. 3. Identify horizontally across top of schedule the time frame by year, month, and day. 4. Identify each activity with a unique number and a brief description of the Work associated with that activity. 5. Indicate the critical path. 6. Show, at a minimum, the controlling relationships between activities. 7. Plot activities on a time -scaled basis, with the length of each activity proportional to the current estimate of the duration. 8. Plot activities on an early start basis unless otherwise requested by PCM. 9. Plot to include current Early Bars as well as Target/Baseline bars. 10. Provide a legend to describe standard and special symbols used. D. Schedule Report: 1. On 8-1/2-inch by 11-inch white paper, unless otherwise approved_ 2. List information for each activity in tabular format, including , at a minimum: a. Activity Identification Number. b. Activity Description. c. Original Duration. d. Remaining Duration. e. Early Start Date (Actual start on Updated Progress Schedules). f. Early Finish Date (Actual finish on Updated Progress Schedules), PROGRESS SCHEDULES 01310 - 3 WATER CONVEYENCE SYSTEM LONG-TERM REMEDIATION PROGRAM PROJECT NO. 11273 PROJECT # 9 SEWER BASIN A-11 AND ANNUAL SEWER REPAIR CONTRACT g. Late Start Date. h. Late Finish Date. i. Total Float. 3. Sort reports, in ascending order, as listed below: a. Activity number sequence with predecessor and successor activity. ` 1.5 PROGRESS OF THE WORK A. Updated Progress Schedule Shall Reflect: 1. Progress of Work to within 5 working days prior to submission. 2. Approved changes in Work scope and activities modified since submission. 3_ Delays in Submittals or resubmittals, deliveries, or Work. 4. Adjusted or modified sequences of Work. 5. Other identifiable changes. 6. Revised projections of progress and completion. 7. Report of changed logic. B. Produce detailed sub -schedules during Project, upon request of OWNER or PCM, to further define critical portions of the Work such as facility shutdowns. C. Produce a highlighted 3-week Look Ahead Schedule for construction meetings on a weekly basis or as determined by the OWNER or PCM, with schedule information compiled from the latest DETAILED PROGRESS SCHEDULE update. D. If CONTRACTOR fails to complete activity by its latest scheduled completion date and this failure is anticipated to extend Contract. Times (or Milestones), CONTRACTOR shall, within 7 days of such failure, submit a written statement as to how CONTRACTOR intends to correct nonperformance and return to acceptable current progress schedule. Actions by CONTRACTOR to complete the Work within Contract Times (or Milestones) will not be justification for adjustment to Contract Price or Contract Times. E. OWNER may order CONTRACTOR to increase plant, equipment, labor force or working hours if CONTRACTOR fails to: 1. Complete a Milestone activity by its completion date. 2. Satisfactorily execute Work as necessary to prevent delay to overall completion of Project, at no additional cost to OWNER. 1.6 NARRATIVE PROGRESS REPORT A. Format: 1. Organize same as Progress Schedule. 2. Identify, on a cover letter, reporting period, date submitted, and name of author of report. PROGRESS SCHEDULES 01310 - 4 WATER CONVEYENCE SYSTEM LONG-TERM REMEDIATION PROGRAM PROJECT NO. 11273 PROJECT # 9 SEWER BASIN A-11 AND ANNUAL SEWER REPAIR CONTRACT B. Contents: 1. Number of days worked over the period, work force on hand, construction equipment on hand (including utility vehicles such as pickup trucks, maintenance vehicles, stake trucks). 2. General progress of Work, including a listing of activities started and completed over the reporting period, mobilization/demobilization of subcontractors, and major milestones achieved. 3_ CONTRACTOR's plan for management of site (e.g., lay down and staging areas, construction traffic), utilization of construction equipment, buildup of trade labor, and identification of potential Contract changes. 4. Identification of new activities and sequences as a result of executed Contract changes. 5. Documentation of weather conditions over the reporting period, and any resulting impacts to the work. 6. Description of actual or potential delays, including related causes, and the steps taken or anticipated to mitigate their impact. 7. In the case that actual or potential delays have been identified, the Narrative Progress report should be accompanied by a proposed work around schedule to mitigate potential and or actual delays. S. Changes to activity logic. 9. Changes to the critical path. 10. Identification of, and accompanying reason for, any activities added or deleted since the last report. 11. Steps taken to recover the schedule from CONTRACTOR -caused delays. 1.7 SCHEDULE ACCEPTANCE A. PCM's Acceptance Will Demonstrate Agreement That: Proposed schedule is accepted with respect to: a. Contract Times, including Final Completion and all intermediate Milestones are within the specified times. b. Specified Work sequences and constraints are shown as specified. C. Specified OWNER -furnished Equipment or Material arrival dates, or range of dates, are included. d. Access restrictions are accurately reflected. e. Start-up and testing times are as specified. f. Submittal review times are as specified. g. Startup testing duration is as specified and timing is acceptable h. Resource/cost loading and schedule of values are equal to the total sum of the signed Contract. PROGRESS SCHEDULES 01310 - 5 WATER CONVEYENCE SYSTEM LONG-TERM REMEDIATION PROGRAM PROJECT NO, 11273 PROJECT # 9 SEWER BASIN A-11 AND ANNUAL SEWER REPAIR CONTRACT 2. In all other respects, PCM's acceptance of CONTRACTOR's schedule indicates that, in PCM's judgement, schedule represents reasonable plan for constructing Project in accordance with the Contract Documents. PCM's review will not make any change in Contract requirements. Lack of comment on any aspect of schedule that is not in accordance with the Contract Documents will not thereby indicate acceptance of that change, unless CONTRACTOR has explicitly called the nonconformance to PCM's attention in submittal. Schedule remains CONTRACTOR's responsibility and CONTRACTOR retains responsibility for performing all activities, for activity durations, and for activity sequences required to construct Project in accordance with the Contract Documents. B. Unacceptable Preliminary Progress Schedule: 1. Make requested corrections; resubmit within 10 days. 2. Until acceptable to PCM as Baseline Progress Schedule, continue review and revision process, during which time CONTRACTOR shall update schedule on a monthly basis to reflect actual progress and occurrences to date. C. Unacceptable Detailed Progress Schedule: 1. Make requested corrections; resubmit within 10 days. 2. Until acceptable to PCM as Baseline Progress Schedule, continue review and revision process. D. Narrative Report: All changes to activity duration and sequences, including addition or deletion of activities subsequent to PCM's acceptance of Baseline Progress Schedule, shall be delineated in Narrative Report current with proposed Updated Progress Schedule. 1.8 ADJUSTMENT OF CONTRACT TIMES A. Reference General Conditions. B. Evaluation and reconciliation of Adjustments of Contract Times shall be based on the Updated Progress Schedule at the time of proposed adjustment or claimed delay. C. Float: 1. Float time is a Project resource available to both parties to meet contract Milestones and Contract Times. 2. Use of float suppression techniques such as preferential sequencing or logic, special lead/lag logic restraints, and extended activity times are prohibited, and use of float time disclosed or implied by use of alternate float - suppression techniques shall be shared to proportionate benefit of OWNER and CONTRACTOR. 3. Pursuant to above float -sharing requirement, no time extensions will be granted nor delay damages paid until a delay occurs which (i) impacts Project's critical path, (ii) consumes available float or contingency time, and (iii) extends Work beyond contract completion date. PROGRESS SCHEDULES 01310 - 6 WATER CONVEYENCE SYSTEM LONG-TERM REMEDIATION PROGRAM PROJECT NO. 11273 PROJECT # 9 SEWER BASIN A-11 AND ANNUAL SEWER REPAIR CONTRACT D. Claims Based on Contract Times: 1. Where PCM has not yet rendered formal decision on CONTRACTOR's claim for adjustment of Contract Times, and parties are unable to agree as to amount of adjustment to be reflected in progress schedule, CONTRACTOR shall reflect an interim adjustment in the progress schedule as acceptable to. PCM. 2. It is understood and agreed that such interim acceptance will not be binding on either CONTRACTOR or OWNER, and will be made only for the purpose of continuing to schedule Work until such time as formal decision has been rendered as to an adjustment, if any, of the Contract Times. 3. CONTRACTOR shall revise progress schedule prepared thereafter in accordance with PCM's formal decision. PART 2 PRODUCTS (NOT USED) PART 3 EXECUTION (NOT USED) END OF SECTION PROGRESS SCHEDULES 0131.0 - 7 WATER CONVEYENCE SYSTEM LONG-TERM REMEDIATION PROGRAM PROJECT NO. 11273 PROJECT # 9 SEWER BASIN A-11 AND ANNUAL SEWER REPAIR CONTRACT SECTION 01500 CONSTRUCTION FACILITIES AND TEMPORARY CONTROLS PART GENERAL 1.1 SUBMITTALS A. Informational Submittals: 1. Copies of permits and approvals for construction as required by laws and regulations and governing agencies. 2. Temporary Utility Submittals: Dewatering well locations 3. Temporary Construction Submittals: a. Dewatering facilities. b. Fencing and protective barrier locations and details. C. Staging area location plan. d. Maintenance of Traffic (MOT) Plans: As specified herein, and proposed revisions thereto. e. Plan for maintenance of existing sanitary sewer and potable water services and systems. 1.2 MOBILIZATION A. Mobilization shall include, but not be limited to, these principal items: 1. Obtaining required permits. 2. Providing onsite sanitary facilities and potable water facilities as specified and as required by Laws and Regulations, and governing agencies. 3. Posting OSHA required notices and establishing safety programs and procedures. 4. Having CONTRACTOR's superintendent at site full time. B. CONTRACTOR is responsible for finding suitable locations for project staging and material storage areas which shall be approved by OWNER. CONTRACTOR shall be responsible for securing a temporary staging permit from the OWNER and other approval authorities as appropriate. 1.3 PERMITS A. Permits, Licenses, or Approvals: Obtain in accordance with the OWNER's construction standards and Specifications and as otherwise required for completion of the Work. 1.4 PROTECTION OF WORK AND PROPERTY A. Comply with OWNER's safety rules while on OWNER's project. B. Keep OWNER informed of serious onsite accidents and related claims. CONSTRUCTION FACILITIES AND TEMPORARY CONTROLS 01500 - 1 WATER CONVEYENCE SYSTEM LONG-TERM REMEDIATION PROGRAM PROJECT NO. 11273 PROJECT # 9 SEWER BASIN A-11 AND ANNUAL SEWER REPAIR CONTRACT 1.5 VEHICULAR TRAFFIC A. Maintenance of Traffic Plans (MOTs): 1. Adhere to MOTs reviewed and accepted by the PCM, and approved by the appropriate agency. Changes to this plan shall be made only by written approval of appropriate public authority and the PCM. Secure approvals for necessary changes so as not to delay progress of the Work. 2. Traffic Routing: In MOT, show sequences of construction affecting use of roadways, time required for each phase of the Work, provisions for decking over excavations and phasing of operations to provide necessary access, and plans for signing, barricading, and striping to provide passages for pedestrians and vehicles. B. Preparation of MOTs: CONTRACTOR shall be prepare and submit MOTs where required by federal, state, county, or local agencies having jurisdiction. CONTRACTOR shall obtain all required approvals and permits associated with the MOTs. 1. Traffic control on all city, county, and state highway rights -of -way shall meet the requirements of the City of Fort Lauderdale, where applicable, and the Florida Department of Transportation Standard. Specifications for Road and Bridge Construction, as well as FDOT standard details for maintenance of traffic, in accordance with the Manual for Uniform Traffic Control and Safe Practices. 2. Traffic control on all county rights -of --way shall meet the additional requirements of the Broward County Engineering Department including but not limited to: a. Notification of intent to commence work activities in a county right-of- way shall be provided to the PCM no less than 10 business days prior to the start of construction. b. The use of solid barriers to separate construction from adjacent traffic lanes where the difference in grade is greater than 12 inches. C. Plating or backfilling of all non -protected excavations at the close of each working day. d. Broward County shall be named as an additional insured on Surety Bonds for any projects requiring work within County rights -of -way. 3. Temporary traffic control on City streets shall utilize barrels in lieu of folding barricades. Contractor is to provide a sample or detail of the proposed barrel to be used as part of the MOT submittal. 4. Traffic control on all FDOT or Broward County highways shall include flagmen during all periods of active construction. 5. CONTRACTOR shall submit copies of all MOT's to the PCM concurrent with submittal to the approving authority. 6. CONTRACTOR shall submit three copies of the agency -approved MOT prior to initiation of construction or as required by specific permits contained herein. 7. All MOTs shall be ATS certified. X61►6>is416910"1, �[�71�1�1�."L��I�l��Jilli]�7s1 ��KiP►�>i:Zil� � � � a WATER CONVEYENCE SYSTEM,LONG-TERM REMEDIATION PROGRAM PROJECT NO. 11273 PROJECT # 9 SEWER BASIN A-11 AND ANNUAL SEWER REPAIR CONTRACT PART 2 PRODUCTS 2.1 PROJECT SIGN A. Refer to sign detail located in the Supplement at the end of this Section. B. Two signs required; placemerit at the direction of the OWNER. PART 3 EXECUTION 3.1 TEMPORARY UTILITIES A. Water: Hydrant Water: a. Is available from nearby hydrants. Secure written permission for connection, meter installation, and use from water department and meet requirements for use. Notify fire department before obtaining water from fire hydrants. b. Use only special hydrant -operating wrenches to open hydrants. Make certain that hydrant valve is open full, since cracking the valve causes damage to the hydrant. Repair damaged hydrants and notify appropriate agency as quickly as possible. Hydrants shall be completely accessible to fire department at all times. C. Include costs to connect and transport water to construction areas in Contract Price. The CONTRACTOR will be invoiced for water obtained from City hydrants. B. Sanitary and Personnel Facilities: Provide and maintain facilities for Contractor's employees, sub -contractors and all other on -site staff. Service, clean and maintain all facilities and enclosures. 3.2 PROTECTION OF WORK AND PROPERTY A. General: 1. Perform Work within right-of-way and easements in a systematic manner that minimizes inconvenience to property owners and the public. 2. No residence or business shall be cut off from vehicular traffic for a period exceeding 2 hours, unless special arrangements have been made. 3. Maintain in continuous service all existing oil and gas pipelines, underground power, telephone or communication cable, water mains, irrigation lines, sewers, poles and overhead power, and all other utilities encountered along line of the Work, unless other arrangements satisfactory to owners of said utilities have been made. 4_ Where completion of the Work requires temporary or permanent removal and/or relocation of existing utility, coordinate all activities with owner of said utility and perform all work to their satisfaction. CONSTRUCTION FACILITIES AND TEMPORARY CONTROLS 01500 - 3 WATER CONVEYENCE SYSTEM LONG-TERM REMEDIATION PROGRAM PROJECT NO, 11273 PROJECT # 9 SEWER BASIN A-11 AND ANNUAL SEWER REPAIR CONTRACT 5. Protect, shore, brace, support, and maintain underground pipes, conduits, drains, and other underground utility construction uncovered or otherwise affected by construction operations. 6. Keep fire hydrants and water control valves free from obstruction and available for use at all times. 7. In areas where CONTRACTOR's operations are adjacent to or near a utility, such as gas, telephone, television, electric power, water, sewer, or irrigation system, and such operations may cause damage or inconvenience, suspend operations until arrangements necessary for protection have been made by CONTRACTOR. 8. Notify property owners and utility offices that may be affected by construction operation at least 5 working days in advance. a. Before exposing a utility, obtain utility owner's permission. Should service of utility be interrupted due to CONTRACTOR's operation, notify proper authority immediately. Cooperate with said authority in restoring service as promptly as possible and bear costs incurred. 9. Do not impair operation of existing utility systems. Prevent construction material, pavement, concrete, earth, volatile and corrosive wastes, and other debris from entering sewers, storm drains, pump stations, or other sewer structures. 10. Maintain original site drainage wherever possible. B. Traffic Signal Communications Systems: 1. Maintain in continuous operation all existing traffic signal communication systems located within the Project limits for the duration of the Project. Maintenance of the traffic signal communication systems may entail the use of leased facilities, temporary splices, or the provision of alternate or replacement facilities as proposed by the CONTRACTOR and approved by the Broward County Traffic Engineering Division. 2. In the event of a failure in the continuous operation of the traffic signal communication system, prepare a Remedial Action Plan that has been coordinated with the Broward County Traffic Engineering Division to determine the nature of the failure. The Remedial Action Plan shall be documented in a written report and submitted within one calendar day of the notification of the discontinuous operation of the traffic signal communication system. 3. Complete the implementation of the Remedial Action Plan within two calendar days upon receipt of approval of the Plan by the Broward County Traffic Engineering Division. Reworking of the Plan shall be required if the minimum system communication requirements are not met, as determined by the Broward County Traffic Engineering Division, as a result of a given Remedial Action Plan. CONSTRUCTION FACILITIES AND TEMPORARY CONTROLS 01500 - 4 WATER CONVEYENCE SYSTEM LONG-TERM'REMED1AT10N PROGRAM PROJECT NO. 1,1273 PROJECT 4 9 SEWER BASIN A-11 AND ANNUAL SEWER REPAIR CONTRACT 4. In the event that the traffic signal communication systems are damaged, a temporary splice to a damaged copper communications cable shall be accomplished by using approved splice material for connecting the bare wires. For damaged fiber optic communication systems, mechanical splicing of the fiber to achieve a maximum loss of 0.20 dB is acceptable. A junction box shall be installed over the splice on a temporary basis for access, unless a new cable is installed as per specifications. 5. Any material furnished and installed for the replacement of existing traffic communications infrastructure shall meet Broward County standards. Contractors installing or repairing traffic communications infrastructure shall be approved by Broward County. 6. All traffic signal communication systems that were temporarily spliced snail be removed and replaced in kind with new cable, subject to approval by the Broward County Traffic Engineering. Division, prior to final acceptance of the Project. Replacement shall be from junction box to junction box with no intermediate splices. C. Barricades and Lights: 1. Provide as necessary to prevent unauthorized entry to construction areas and affected roads, streets, and alleyways, inside and outside of fenced area, and as required to ensure public safety and the safety of CONTRACTOR's employees, other employer's employees, and others who may be affected by the Work. 2. Provide to protect existing facilities and adjacent properties from potential damage. 3. Locate to enable access by facility operators and property owners., 4. Protect streets, roads, highways, and other public thoroughfares that are closed to traffic by effective barricades with acceptable warning signs. 5. Locate barricades at the nearest intersecting public thoroughfare on each side of the blocked section. D. Signs and Equipment: 1. Conform to requirements of manual published by the FDOT. 2.. Barricades: Provide as required by the FDOT Vehicle Code and insufficient quantity to safeguard public and Work. Use only approved barrels — collapsible barricades will not be permitted. 3. Portable TOW -AWAY -NO STOPPING Signs: Place where approved by police department and OWNER. 4. Traffic Cones: Provide to delineate traffic lanes to guide and separate traffic movements. 5. High -Level Warning Flag Units: Provide two in advance of traffic approaching the Work, each displaying three flags mounted at a height of 9 feet. 6. ROAD CONSTRUCTION AHEAD Signs: Provide four, size 48 inches by 48 inches. Place in conspicuous locations, approximately 200 feet in advance of the Work, and facing approaching traffic. 7. DETOUR Signs: Provide two, right arrow or left arrow, placed as approved by the PCM. 8. RIGHT or LEFT LANE CLOSED AHEAD Signs: Provide two, place in advance of lane to be closed. CONSTRUCTION FACILITIES AND TEMPORARY CONTROLS 01500 - 5 WATER CONVEYENCE SYSTEM LONG-TERM REMEDIATION PROGRAM PROJECT NO. 11273 PROJECT # 9 SEWER BASIN A-11 AND ANNUAL SEWER REPAIR CONTRACT 9. Provide at obstructions, such as material piles and equipment. 10. Illuminate barricades and obstructions with warning lights from sunset to sunrise. 11. Use to alert general public of construction hazards, which would include surface irregularities, unramped walkways, grade changes, and trenches or excavations in roadways and in other public access areas. 12. Submit proposed signage to the PCM for prior approval. E. Existing Structures: Where CONTRACTOR contemplates removal of small structures such as mailboxes, signposts, and culverts that interfere with CONTRACTOR's operations, obtain approval of property owner and PCM. Replace those removed in a condition equal to or better than original. F. Finished Construction: Protect finished floors and concrete floors exposed as well as those covered with composition tile or other applied surfacing. G. Waterways: Keep ditches, culverts, and natural drainages continuously free of construction materials and debris. H. Dewatering: Construct, maintain, and operate cofferdams, channels, flume drains, sumps, pumps, or other temporary diversion and protection works. Furnish materials required, install, maintain, and operate necessary pumping and other equipment for the environmentally safe removal and disposal of water from the various parts of the Work. Maintain foundations and parts of the Work free from water. 3.3 TEMPORARY CONTROLS A. Air Pollution Control: 1. Minimize air pollution from construction operations. 2. Burning: Of waste materials, rubbish, or other debris will not be permitted on or adjacent to site. 3. Conduct operations of dumping rock and of carrying rock away in trucks to cause a minimum of dust. Give unpaved streets, roads, detours, or haul roads used in construction area a dust -preventive treatment or periodically water to prevent dust as needed up to daily, as directed by the OWNER. Strictly adhere to applicable environmental regulations for dust prevention- B. Noise Control: 1. Provide acoustical barriers so noise emanating from tools or equipment will not exceed legal noise levels. 2. Noise Control Plan: Propose plan to mitigate construction noise and to comply with noise control ordinances, including method of construction, equipment to be used, and acoustical treatments. CONSTRUCTION FACILITIES AND TEMPORARY CONTROLS 01500 - 6 WATER CONVEYENCE SYSTEM LONG-TERM REMEDIATION PROGRAM PROJECT NO. 11.273 PROJECT # 9 SEWER BASIN A-11 AND ANNUAL SEWER REPAIR CONTRACT C. Water Pollution Control: 1. Divert sanitary sewage and non -storm waste flow interfering with construction and requiring diversion to sanitary sewers. Do not cause or permit action to occur which would cause an overflow to existing waterway. 2. Prior to commencing excavation and construction, obtain PCM's agreement, with detailed plans showing procedures intended to handle and dispose of sewage, groundwater, and stormwater flow, including dewatering pump discharges. 3. Comply with procedures outlined in U.S. Environmental Protection Agency manuals entitled, "Guidelines for Erosion and Sedimentation Control Planning," and "Implementation, Processes, Procedures, and Methods to Control Pollution Resulting from All Construction Activity," and "Erosion and Sediment Control -Surface Mining in Eastern United States." 4. Do not dispose of volatile wastes such as mineral spirits, oil, chemicals, or paint thinner in storm or sanitary drains. Disposal of wastes into streams or waterways is prohibited.. Provide acceptable containers for collection and disposal of waste materials, debris, and rubbish. D. Erosion, Sediment, and Flood Control: Provide, maintain, and operate temporary facilities to control erosion and sediment releases, and to protect the Work and existing facilities from flooding during construction period. Meet all local, state, and Federal requirements and obtain necessary permits and approvals as required. Discharges to stormdrains, including discharge from dewatering systems, will not. be permitted without the installation of a sediment removal system approved by the OWNER. 3.4 STORAGE YARDS AND BUILDINGS A. Coordinate requirements with Section 01600, MATERIAL AND EQUIPMENT. B. Temporary- Storage Yards: Construct temporary storage yards for storage of products that are not subject to damage by weather conditions. C. Temporary Storage Buildings: 1. Provide environmental control systems that meet recommendations of manufacturers of equipment and materials stored. 2. Arrange or partition to provide security of contents and ready access for inspection and inventory. 3. Store combustible materials (paints, solvents, fuels) in a well -ventilated and remote building meeting safety standards.. D. Storage and staging facilities are permitted on private property subject to the review and approval of the Planning and Zoning Department and the issuance of a permit under the provisions of Section 47-19.2 of the Unified Land Development Regulations- 1. Notice to Proceed will not be issued until the final approval is obtained. 2. Staging area sign requirements are provided at the end of this Section. CONSTRUCTION FACILITIES AND TEMPORARY CONTROLS 01500.- 7 WATER CONVEYENCE SYSTEM LONG-TERM REMEDIATION PROGRAM PROJECT N0, 11273 PROJECT # 9 SEWER BASIN A-11 AND ANNUAL SEWER REPAIR CONTRACT 3.5 ACCESS ROADS AND DETOURS A. Construct access roads as shown and within easements, rights -of -way, or Project limits. Utilize existing roads where shown. Alignments for new routes must be approved by PCM or OWNER. B. Maintain drainage ways. Install and maintain culverts to allow water to flow beneath access roads. Provide corrosion -resistant culvert pipe of adequate strength to resist construction loads. C. Provide gravel, crushed rock, or other stabilization material to permit access by all motor vehicles at all times. D. Maintain road grade and crown to eliminate potholes, rutting, and other irregularities that restrict access. E. Coordinate with PCM detours and other operations affecting traffic and access. Provide at least 72 hours' notice to PCM of operations that will alter access to the site and adjacent private properties. F. Where access road crosses existing fences, install and maintain gates. G. Upon completion of construction, restore ground surface disturbed by access road construction to original grade. Replace damaged or broken culverts with new culvert pipe of same diameter and material. A. Control vehicular parking to preclude interference with public traffic or parking, access by emergency vehicles, OWNER's operations, or construction operations. B. Provide parking facilities for personnel working on the Project. No employee or equipment parking will be permitted on OWNER's existing paved areas, except as specifically designated for CONTRACTOR's use. 3.7 VEHICULAR TRAFFIC A. Comply with Laws and Regulations regarding closing or restricting use of public streets or highways. No public or private road shall be closed, except by written permission of proper authority. Assure the least possible obstruction to traffic and normal commercial pursuits. B. For Project Sections that Pass through a Broward County School Zone: 1. No work is permitted in a school zone while school is in session. 2. Contractor shall plan work accordingly — no delay time will be granted to comply with this requirement. CONSTRUCTION FACILITIES AND TEMPORARY CONTROLS 01500 - 8 I WATER CONVEYENCE SYSTEM LONG-TERM REMEDIATION PROGRAM PROJECT NO. 11273 PROJECT # 9 SEWER BASIN A-11 AND ANNUAL SEWER REPAIR CONTRACT C. Conduct the Work to interfere as little as possible with public travel, whether vehicular or pedestrian. No two adjacent roadways can be under construction at the same time. D. Whenever it is necessary to cross, close, or obstruct roads, driveways, and walks, whether public or private, provide and maintain suitable and safe bridges, detours, or other temporary expedients for accommodation of public and private travel. E. Road Closures. Maintain satisfactory means of exit for persons residing or having occasion to transact business along route of the Work. If it is necessary to close off roadway or alley providing sole vehicular access to property for periods greater than 2 hours, provide written notice to each owner so affected 5 days prior to such closure. In such cases, closings of up to 4 hours may be allowed. Closures of up to 10 hours may be allowed if a week's written notice is given and undue hardship does not result. F. CONTRACTOR will submit MOT forms and/or applications as required by the agency with jurisdiction. The Temporary Modification of Traffic Form provided as a supplement to this Section shall be submitted to the PCM for all requested MOT's in accordance with the provisions of this Section. The form is required for MOT's in streets under City jurisdiction. G. Maintenance of traffic is not required if CONTRACTOR obtains written permission from OWNER and tenant of private property, or from authority having jurisdiction over public property involved, to obstruct traffic at designated point. H. In making street crossings, do not block more than one-half the street at a time. Whenever possible, widen shoulder on opposite side to facilitate traffic flow. Provide temporary surfacing on shoulders as necessary. When flaggers and guards are required by regulation or when deemed necessary for safety, furnish them with approved orange wearing apparel and other regulation traffic control devices. Notify fire department and police department before closing street or portion thereof. Notify said departments when streets are again passable for emergency vehicles. Do not block off emergency vehicle access to consecutive arterial crossings or dead-end streets, in excess of 300 linear feet, without written permission from fire department. Conduct operations with the least interference to fire equipment access, and at no time prevent such access. Furnish CONTRACTOR's night emergency telephone numbers to police department. K. Move mailboxes to temporary locations accessible to postal service, and on completion of Work in each area, replace them in their original location and in a condition equal to or better than original. L. Remove or relocate barricades on designated trash collection days to allow access for trash pickup. If access is completely blocked, the CONTRACTOR shall move the affected trash containers to an accessible location and return them after pickup. Mark each container to ensure return to the proper location. CONSTRUCTION FACILITIES AND TEMPORARY CONTROLS 01500 - 9 WATER CONVEYENCE SYSTEM LONG-TERM REMEDIATION PROGRAM PROJECT NO. 11273 PROJECT # 9 SEWER BASIN A-11 AND ANNUAL SEWER REPAIR CONTRACT M. Temporary Bridges: 1. Construct temporary bridges at all points where maintenance of traffic across pipeline construction is necessary. 2. Make bridges over public streets, roads, and highways acceptable to authority having jurisdiction thereover. 3. Bridges erected over private roads and driveways shall be adequate for service to which they will be subjected. 4. Provide substantial guardrails and suitably protected approaches. 5. Provide foot bridges not less than 4 feet wide with handrails and uprights of dressed lumber. 6. Maintain bridges in place as long as conditions of the Work require their use for safety of public, except that when necessary for proper prosecution of the Work in immediate vicinity of bridge. Bridge may be relocated or temporarily removed for such period as ENGINEER may permit. N. Detours: Where authority having jurisdiction requires that traffic be maintained over construction work in a public street, road, or highway, and traffic cannot be maintained on original roadbed or pavement, construct and maintain detour around the Work. O. Coordinate traffic routing with that of others working in same or adjacent areas. 3.8 CLEANUP PROCEDURES FOR HURRICANE WARNINGS AND WATCHES A. In the event that the National Oceanographic and Atmospheric Administration (NOAA) issues a hurricane watch for the Fort Lauderdale area, the PCM will contact the CONTRACTOR informing him that the watch has been established. Once notified of a hurricane watch, the CONTRACTOR will remove all unnecessary items from the work area and tie down all remaining supplies, barricades, and movable (under 200 pounds) objects. The PCM will determine "necessary" items. If a warning is issued, the CONTRACTOR shall complete the clean-up and evacuate the area the same day. The OWNER shall not be liable for any costs or delays caused as a result of demobilization or remobilization due to the above. 3.9 CLEANING DURING CONSTRUCTION A. In accordance with General Conditions, as may be specified in Specification sections, and as required herein. B. Wet down exterior surfaces prior to sweeping to prevent blowing of dust and debris. At least weekly, sweep all floors (basins, tunnels, platforms, walkways, roof surfaces),. and pick up all debris and dispose. C. Provide approved containers for collection and disposal of waste materials, debris, and rubbish. At least at weekly intervals, dispose of such waste materials, debris, and rubbish offsite. CONSTRUCTION FACILITIES AND TEMPORARY CONTROLS '01500 - 10 WATER CONVEYENCE SYSTEM LONG-TERM REMEDIATION PROGRAM PROJECT NO. 11273 PROJECT # 9 SEWER BASIN A-11 AND ANNUAL SEWER REPAIR CONTRACT D. Thoroughly clean all spilled dirt, gravel, or other foreign material caused by the construction operations from all streets and roads at the conclusion of each day's operation. Sidewalks, unless under construction, shall be kept clear of material, and available for pedestrian use at all times. 3.10 PROJECT SIGNS A. Provide two project signs, painted and mounted as shown on the Drawings and in the following section, at locations to be determined by the OWNER or ENGINEER. 3.11 SUPPLEMENTS A. The supplements listed below, following "END OF SECTION," are part of this Specification. 1. Supplement 1, Project Sign Detail, (2 required). 2. Supplement 2, Staging Area Sign Detail. 3. Supplement-3, MOT Routing Form. 4. Supplement--4, Door Hanger Notification Template. END OF SECTION CONSTRUCTION FACILITIES AND TEMPORARY CONTROLS 01500 - 11 am w 0 }► _ V _ •F� }I }I L) v N L y +y ❑ N N N o z o ❑ c p i i O C41 L d v 0) U U Cl U U E LL r 1 t+ �a o J O EL a �w O 5, di O Co c V m 7. G� O 7 z G 4a O v U a� L �O U) C� O E o X N z �_ Z U +� u u u O ..w.E a w a ci 0 w u) A ral Tr c w N N N LO 4 LO CD m O C O 0 c� c m 2 E L O L- a. A n N n -0 -o '.0 _ O -e BCD CD. n M' Q Z 3 ° 3 a m to 3 CD 0) 0 z rMPL m 0 0 o N r � � CD .. 0 rt Cl) m o m o SI) D n� C CD 0 N CD N 3 o m I 3 CD CD M F 0 O to 3 I m� 0 rt 0 �! w M" a w 0 �. o eo o _ eo MR 0 0 P TEMPORARY MODIFICATION OF TRAFFIC (MOT) ROUTING FORM DATE: CONTRACTOR: PERMIT NO. phone: fax: e-mail: PROJECT NAME: (ENGINEERING OR BUILDING) This form represents request from the above named contractor for permission to temporarily modify City of Fort Lauderdale's existing traffic circulation to perform work under the above referenced Engineering or Building Permit within the City's right-of-way. Brief description of work including location of site, reason for requiring a traffic modification, limits of work (description of work zone) shall be provided below. Refer to additional sheets to be attached (if necessary). Brief description of temporary traffic modifications (include types of traffic control devices, the time duration for work zone placement, and any other special considerations related to this request. Refer to attached additional sheets (if necessary) ATTACH: MAINTENANCE OF TRAFFIC PLAN PREPARED BY CERTIFIED WORKS ITE TRAFFIC TECHNICIAN It is to be understood that the granting of said permission is for temporary period only and can be rescinded at any time, following reasonable notice, that said permission causes or creates any unforeseen problems. Additional measures, devices, or requests may be presented to the Contractor for placement after receipt of the original approval if unforeseen traffic or pedestrian safety concerns are apparent. All traffic control associated with construction within the City's right-of-way shall be in accordance with provisions of Part IV of the Manual of Uniform Traffic Control Devices for Streets and Highways. Compliance with the requirements of the approved plan shall be the responsibility of the Engineering Contractor. (for the Contractor) (Name/Title-Print) As a consideration for the permission granted herein, (Contractor) agrees to indemnify and hold harmless the City of Fort Lauderdale for any damages, claims or injuries that may result from the temporary traffic modification described herein. By: (Name of Company) (Company Officer, President, or Authorized Agent) The Engineering Department — Permits Section will authorize implementation of the traffic modifications only after review and approval by the following parties: Approved: PROJECT NAME: (Date) Police Department (Patrol Secy. Office) 1300 West Broward Boulevard Fax to 954-828-5613 or Call for Appointment 954-828-5477 (Date) Fire -Rescue Department Keith Allen, Deputy Chief - Fire Operations 101 NE 3 Avenue, Suite 500 Fax to 954-828-6843 or Call for Appointment 954-828-6813 (Date) Broward County Traffic Engineering (BCTE) Steven Hessler Planning and Design Section 2300 W. Commercial Boulevard Fax to 954-497-3640 or call 954-484-9600, Ext_ 249 or 251 (Date) City Engineering Design Manager - TRAFFIC SECTION Peter Partington or Stan Edwards Engineering Dept. — Traffic Engineering Section 100 North Andrews Avenue, 4th Floor (City Hall) Fax to 954-828-5074 or call 954-828-5761/5963 (Date) City Engineering Design Manager— PERMITS SECTION Tim Welch or Elkin Diaz Engineering Department -Permits Section 300 N.W. 1 Avenue DO NOT FAX, Bring Signed sheets from all Depts. & MOT plan Tel: 954-828-5123/5048 fax: 954-828-5275 Upon execution a copy of this application and attached Maintenance of Traffic Plan is to be maintained on site with other permit documents. ATTACHMENT: Maintenance of Traffic Plan prepared by Certified Work Site Traffic Technician Note: This form is to be utilized to coordinate review and approval of traffic modifications required to facilitate construction in conjunction with Building & Engineering Permits. Traffic modifications required in conjunction with City projects should be coordinated by Engineering Inspection, or the Project Manager. Traffic modifications required for other reasons (eg., special events) should be arranged through the City's Special Events Coordinator: Susan Molnar, 761-5362. M:/ROW permitting/MOTform/Rev. 08/15101) [CONTRACTOR'S NAME] [CONTRACTOR'S STREET ADDRESS] [CONTRACTOR'S CITY, STATE AND ZIP] [CONTRACTOR'S TELEPHONE NUMBER] [CONTRACTOR'S FAX NUMBER] MEMORANDUM TO: RESIDENTS OF [LOCATION OF CONSTRUCTION] DATE: [CURRENT DATE] RE: CONSTRUCTION IN YOUR AREA FROM: [CONTRACTOR'S NAME] Construction in your area will commence on [date of construction commencement]. The construction area is from [boundary #11 to [boundary #2]. Access to the area will be limited at certain times due to the construction activities. We apologize for any inconvenience and we will do our best to accommodate access to residents. Thank You, [Contractor Name] PROGRAM MANAGEMENT TEAM - WATERWORKS 2011- CONTACT: MARILYN LUBIN (954)522-2604 ="AA zm F. WATER CONVEYENCE SYSTEM LONG-TERM REMEDIATION PROGRAM PROJECT NO. 11273 PROJECT # 9 SEWER BASIN A-11 AND ANNUAL SEWER REPAIR CONTRACT SECTION 01600 MATERIAL AND EQUIPMENT PART 1 GENERAL 1.1 DEFINITIONS A. Products: 1. New items for incorporation in the Work, whether purchased by CONTRACTOR or OWNER for the Project, or taken from previously purchased stock and may also include existing materials or components required for reuse.. 2. Includes the terms material, equipment, machinery, components, subsystem, system, hardware, software, and terms of similar intent and is not intended: to change meaning of such other terms used in Contract Documents, as those terms are self-explanatory and have well recognized meanings in construction industry. 3. Items identified by manufacturer's product name, including make or model designation, indicated in manufacturer's published product literature, that is current as of the date of the Contract. Documents. 1.2 ENVIRONMENTAL REQUIREMENTS A. Altitude: Provide materials and equipment suitable for installation and operation under rated conditions at 0 -- 25 feet above sea level. B. Provide equipment and devices installed outdoors or in unheated enclosures capable of continuous operation within an ambient temperature range of 30 degrees F to 110 degrees F, 1.3 PREPARATION FOR SHIPMENT A. When practical, factory assemble products. Mark or tag separate parts and assemblies to facilitate field assembly. Cover machined and unpainted parts that may be damaged by the elements with strippable protective coating. B. Package products to facilitate handling and protect from damage during shipping, handling, and storage. Mark or tag outside of each package or crate to indicate its purchase order number, bill of lading number, contents by name, name of Project and CONTRACTOR, equipment number, and approximate weight. Include complete packing list and bill of materials with each shipment. MATERIAL AND EQUIPMENT 01600 - 1 WATER CONVEYENCE SYSTEM LONG-TERM REMEDIATION PROGRAM PROJECT NO. 11273 PROJECT # 9 SEWER BASIN A-11 AND ANNUAL SEWER REPAIR CONTRACT C. Extra Materials, Special Tools, Test Equipment, and Expendables: 1. Furnish as required by individual Specifications. 2. Schedule: a. Ensure that shipment and delivery occurs concurrent with shipment of ` associated equipment. b. Transfer to OWNER shall occur immediately subsequent to CONTRACTOR's acceptance of equipment from Supplier. 3. Packaging and Shipment: a. Package and ship extra materials and special tools to avoid damage during long term storage in original cartons insofar as possible, or in appropriately sized, hinged -cover, wood, plastic, or metal box. b. Prominently Displayed on Each Package, the Following: 1) Manufacturer's part nomenclature and number, consistent with Operation and Maintenance Manual identification system. 2) Applicable equipment description. 3) Quantity of parts in package. 4) Equipment manufacturer. 4. Deliver Materials to the Following Address: CMS, 4250 NW 10t' Ave., Fort Lauderdale, FL 33309 5. Notify ENGINEER upon arrival. 6. Replace extra materials and special tools found to be damaged or otherwise inoperable at time of transfer to OWNER. D. Request a minimum 7-day advance notice of shipment from manufacturer. Upon receipt of manufacturer's advance notice of shipment, promptly notify ENGINEER of anticipated date and place of arrival E. Factory Test Results: Reviewed and accepted by ENGINEER before product shipment as required in individual Specification sections. 1.4 DELIVERY AND INSPECTION A. Deliver products in accordance with accepted current progress schedule and coordinate to avoid conflict with the Work and conditions at site. Deliver anchor bolts and templates sufficiently early to permit setting prior to placement of structural concrete. B. Deliver products in undamaged condition, in manufacturer's original container or packaging, with identifying labels intact and legible. Include on label, date of manufacture and shelf life, where applicable. Include UL labels on products so specified. C. Unload products in accordance with manufacturer's instructions for unloading or as specified. Record receipt of products at site. Inspect for completeness and evidence of damage during shipment. D. Remove damaged products from site and expedite delivery of identical new undamaged products, and remedy incomplete or lost products to provide that specified, so as not to delay progress of the Work. MATERIAL AND EQUIPMENT 01600 - 2 WATER CONVEYENCE SYSTEM LONG-TERM REMEDIATION PROGRAM PROJECT NO. 11273 PROJECT # 9 SEWER BASIN A-11 AND ANNUAL SEWER REPAIR CONTRACT 1.5 HANDLING, STORAGE, AND PROTECTION A. Handle and store products in accordance with manufacturer's written instructions and in a manner to prevent damage. Store in approved storage yards or sheds provided in accordance with Section 01500, CONSTRUCTION FACILITIES AND TEMPORARY CONTROLS. Provide manufacturer's recommended maintenance during storage, installation, and until products are accepted for use by OWNER. B. 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. Keep running account of products in storage to facilitate inspection and to estimate progress payments for products delivered, but not installed in the Work. C. Store electrical, instrumentation, and control products, and equipment with bearings in weather -tight structures maintained above 60 degrees F. Protect electrical, instrumentation, and control products, and insulation against moisture, water, and dust damage. Connect and operate continuously all space heaters furnished in electrical equipment. D. Store fabricated products above ground on blocking or skids, and prevent soiling or staining. Store loose granular materials in well -drained area on solid surface to prevent mixing with foreign matter. Cover products that are subject to deterioration with impervious sheet coverings; provide adequate ventilation to avoid condensation. E. Store finished products that are ready for installation in dry and well -ventilated areas. Da not subject to extreme changes in temperature or humidity- F. Hazardous Materials: Prevent contamination of personnel, storage building, and site. Meet requirements of product specification, codes, and manufacturer's instructions. PART 2 PRODUCTS 2.1 GENERAL A. Provide manufacturer's standard materials suitable for service conditions, unless otherwise specified in the individual Specifications. B. Where product specifications include a named manufacturer, with or without model number, and also include performance requirements, named manufacturer's products must meet the performance specifications. C. Like items of products furnished and installed in the Work shall be end products of one manufacturer and of the same series or family of models to achieve standardization for appearance, operation and maintenance, spare parts and replacement, manufacturer's services, and implement same or similar process instrumentation and control functions in same or similar manner. MATERIAL AND EQUIPMENT 01600 - 3 WATER CONVEYENCE SYSTEM LONG-TERM REMEDIATION PROGRAM PROJECT NO. 11273 PROJECT # 9 SEWER BASIN A-11 AND ANNUAL SEWER REPAIR CONTRACT D. Do not use materials and equipment removed from existing premises, except as specifically permitted by Contract Documents. E. Provide interchangeable components of the same manufacturer, for similar components, unless otherwise specified. F. Equipment, Components, Systems, Subsystems: Design and manufacture with due regard for health and safety of operation, maintenance, and accessibility, durability of parts, and shall comply with applicable OSHA, state, and local health and safety regulations. G. Regulatory Requirement: Coating materials shall meet federal, state, and local requirements limiting the emission of volatile organic compounds and for worker exposure. H. Safety Guards: Provide for all belt or chain drives, fan blades, couplings, or other moving or rotary parts. Cover rotating part on all sides. Design for easy installation and removal. Use 16-gauge or heavier; galvanized steel, aluminum coated steel, or galvanized or aluminum coated 1/2-inch mesh expanded steel. Provide galvanized steel accessories and supports, including bolts. For outdoors application, prevent entrance of rain and dripping water. Provide materials and equipment listed by UL wherever standards have been established by that agency. Equipment Finish: 1. Provide manufacturer's standard finish and color, except where specific color is indicated. 2. If manufacturer has no standard color, provide equipment with finish as approved by ENGINEER. K. Special Tools and Accessories: Furnish to OWNER, upon acceptance of r" equipment, all accessories required to place each item of equipment in full operation. These accessory items include, but are not limited to, adequate oil and grease (as required for first lubrication of equipment after field testing), light bulbs, fuses, hydrant wrenches, valve keys, handwheels, chain operators, special tools, and other spare parts as required for maintenance. 2.2 FABRICATION AND MANUFACTURE A. General: 1. Manufacture parts to U.S.A. standard sizes and gauges. 2. Two or more items of the same type shall be identical, by the same manufacturer, and interchangeable. 3. Modify standard products as necessary to meet performance Specifications. MATERIAL AND EQUIPMENT 01600'- 4 WATER CONVEYENCE SYSTEM LONG-TERM REMEDIATION PROGRAM PROJECT NO. 11273 PROJECT # 9 SEWER BASIN A-11 AND ANNUAL SEWER REPAIR CONTRACT 2.3 SOURCE QUALITY CONTROL A. Where Specifications call for factory testing to be witnessed by ENGINEER, notify ENGINEER not less than 14 days prior to scheduled test date, unless otherwise specified. B. Calibration Instruments: Bear the seal of a reputable laboratory certifying instrument has been calibrated within the previous 12 months to a standard endorsed by the National Institute of Standards and Technology (NIST). PART 3 EXECUTION 3.1 INSPECTION A. Inspect materials and equipment for signs of pitting, rust decay, or other deleterious effects of storage. Do not install material or equipment showing such effects. Remove damaged material or equipment from the site and expedite delivery of identical new material or equipment. Delays to the Work resulting from material or equipment damage that necessitates procurement of new products will be considered delays within CONTRACTOR's control. 3.2 INSTALLATION A. Install the Work in accordance with NECA Standard of Installation, unless otherwise specified. B. Handle, install, connect, clean, condition, and adjust products in accordance with manufacturer's instructions, and as may be specified. Retain. a copy of manufacturers' instruction at site, available for review at all times. 3.3 FIELD FINISHING A. In accordance with individual Specification sections. END OF SECTION MATERIAL AND EQUIPMENT 01600 - 5 WATER CONVEYENCE SYSTEM LONG-TERM REMEDIATION PROGRAM PROJECT NO. 11273 PROJECT # 9 SEWER BASIN A-11 AND ANNUAL SEWER REPAIR CONTRACT SECTION 01640 MANUFACTURERS' SERVICES PART 1 GENERAL 1.1 DEFINITIONS A. Person -Day: One person for 8 hours within regular CONTRACTOR working hours. 1.2 SUBMITTALS A. Informational Submittals: 1. Training Schedule: Submit not less than 21 days prior to start of equipment installation and revise as necessary for acceptance. 2. Lesson Plan: Submit proposed lesson plan not less than 21 days prior to scheduled training and revise as necessary for acceptance. 1.3 QUALIFICATION OF MANUFACTURER'S REPRESENTATIVE A. Authorized representative of the manufacturer, factory trained, and experienced in the technical applications, installation, operation, and maintenance of respective equipment, subsystem, or system, with full authority by the equipment manufacturer to issue the certifications required of the manufacturer. Additional qualifications may be specified elsewhere. B. Representative subject to acceptance by OWNER and ENGINEER. No substitute representatives will be allowed unless prior written approval by such has been given. PART 2 PRODUCTS (NOT USED) PART 3 EXECUTION 3.1 FULFILLMENT OF SPECIFIED MINIMUM SERVICES A. Furnish manufacturers' services when required by an individual Specification section, to meet the requirements of this Section. B. Where time is necessary in excess of that stated in the Specifications for manufacturers' services, or when a minimum time is not specified, the time required to perform the specified services shall be considered incidental. C. Schedule manufacturer' services to avoid conflict with other onsite testing or other manufacturers' onsite services. D. Determine, before scheduling services, that all conditions necessary to allow successful testing have been met. E. Only those days of service approved by ENGINEER will be credited to fulfill the specified minimum services. MANUFACTURERS' SERVICES 01640 - 1 WATER CONVEYENCE SYSTEM LONG-TERM REMEDIATION PROGRAM PROJECT NO. 11273 PROJECT # 9 SEWER BASIN A-11 AND ANNUAL SEWER REPAIR CONTRACT F. When specified in individual Specification sections, manufacturer's onsite services shall include: 1. Assistance during product (system, subsystem, or component) installation to include observation, guidance, instruction of CONTRACTOR'S assembly, erection, installation or application procedures. 2. Inspection, checking, and adjustment as required for product (system, subsystem, or component) to function as warranted by manufacturer and necessary to furnish Manufacturer's Certificate of Proper Installation, 3. Providing, on a daily basis, copies of all manufacturers' representatives field notes and data to ENGINEER. 4. Revisiting the site as required to correct problems and until installation and operation are acceptable to ENGINEER. 5. Resolution of assembly or installation problems attributable to, or associated with, respective manufacturer's products and systems. 6. Assistance during functional and performance,testing, and facility startup and evaluation_ 7. Training of OWNER's personnel in the operation and maintenance of respective product as required. 8. Additional requirements may be specified elsewhere. 3.2 MANUFACTURER'S CERTIFICATE OF COMPLIANCE A. When specified in individual Specification section, submit prior to shipment of product or material. B. ENGINEER may permit use of certain materials or assemblies prior to sampling and testing. if accompanied by accepted certification of compliance. C. Signed by product manufacturer certifying that product or material specified conforms to or exceeds specified. Attach supporting reference data, affidavits, and certifications as appropriate. D. May reflect recent or previous test results on material or product, if acceptable to ENGINEER. 3.3 MANUFACTURER'S CERTIFICATE OF PROPER INSTALLATION A. When so specified, a Manufacturer's Certificate of Proper Installation form, a copy of which is attached to this Section, shall be completed and signed by the equipment manufacturer's representative. B. Such form shall certify that the signing party is a duly authorized representative of the manufacturer, is empowered by the manufacturer to inspect, approve, and operate their equipment and is authorized to make recommendations required to assure that the equipment is complete and operational. MANUFACTURERS' SERVICES 01640 - 2 WATER CONVEYENCE SYSTEM LONG-TERM REMEDIATION PROGRAM PROJECT NO. 11273 PROJECT 9 9 SEWER BASIN A-11 AND ANNUAL SEWER REPAIR CONTRACT 3.4 TRAINING A. General: 1. Furnish manufacturers' representatives for detailed classroom and hands-on training to OWNER's personnel on operation and maintenance of specified product (system, subsystem, component) and as may be required in applicable Specifications. 2. Furnish trained, articulate personnel to coordinate and expedite training, to be present during training coordination meetings with OWNER, and familiar with operation and maintenance manual information. 3. Manufacturer's representative shall be familiar with facility operation and maintenance requirements as well as with specified equipment. 4. Furnish complete training materials, to include operation and maintenance data, to be retained by each trainee. B. Training Schedule: 1. List specified equipment and systems that require training services and show: a. Respective manufacturer. b. Estimated dates for installation completion. C. Estimated training dates. 2. Allow for multiple sessions when -several shifts are involved. 3. Adjust schedule to ensure training of appropriate personnel as deemed necessary by OWNER, and to allow full participation by manufacturers' representatives. Adjust schedule for interruptions in operability of equipment. 4. Coordinate with Section 01310, PROGRESS. C. Lesson Plan: When specified, prepare for each required course, containing the following minimum information: 1. Title and objectives. 2. Recommended types of attendees (e.g., managers, engineers, operators, maintenance). 3. Course description and outline of course content. 4. Format (e.g., lecture, self -study, demonstration, hands-on). 5. Instruction materials and equipment requirements. 6. Resumes of instructors providing the training. D. Pre -startup Training: 1. Coordinate training sessions with OWNER's operating personnel and manufacturers' representatives, and with submission of operation and maintenance manuals. 2. Complete at least 14 days prior to beginning of facility startup. E. Post -startup Training: If required in Specifications, furnish and coordinate training of OWNER's operating personnel by respective manufacturer's representatives. MANUFACTURERS' SERVICES 0.1640 - 3 WATER CONVEYENCE SYSTEM LONG-TERM REMEDIATION PROGRAM PROJECT NO. 11273 PROJECT # 9 SEWER BASIN A-11 AND ANNUAL SEWER REPAIR CONTRACT 3.5 SUPPLEMENTS A. The supplement listed below, following "END OF SECTION," are part of this Specification. Forms: Manufacturer's Certificate of Proper Installation. END OF SECTION ►�/_1►111;�,[�Lei V11VB: *ftkvjLs1[:1Ism Lf MANUFACTURER'S CERTIFICATE OF PROPER INSTALLATION OWNER EQPT TAG NO: PROJECT NO: EQPT SERIAL NO: EQPT/SYSTEM: SPEC. SECTION: I hereby certify that the above -referenced equipment/system has been: (Check Applicable) ❑ Installed in accordance with Manufacturer's recommendations. ❑ Inspected, checked, and adjusted. ❑ Serviced with proper initial lubricants. ❑ Electrical and mechanical connections meet quality and safety standards. ❑ All applicable safety equipment has been properly installed. ❑ Functional tests. ❑ System has been performance tested, and meets or exceeds specified performance requirements. (When complete system of one manufacturer) Note: Attach any performance test documentation from manufacturer. Comments: I, the undersigned Manufacturer's Representative, hereby certify that I am (i) a duly authorized representative of the manufacturer, (ii) empowered by the manufacturer to inspect, approve, and operate his equipment and (iii) authorized to make recommendations required to assure that the equipment furnished by the manufacturer is complete and operational, except as may be otherwise indicated herein. I further certify that all information contained herein is true and accurate. Date: , 20_ Manufacturer: By Manufacturer's Authorized Representative: (Authorized Signature) WATER CONVEYENCE SYSTEM LONG-TERM REMEDIATION PROGRAM PROJECT NO. 11273 PROJECT # 9 SEWER BASIN A-11 AND ANNUAL SEWER REPAIR CONTRACT SECTION 01780 CONTRACT CLOSEOUT PART1 GENERAL 1.1 SUBMITTALS A. Informational Submittals: Submit prior to application for final payment. a. Special Bonds, Special Guarantees, and Service Agreements. b. Consent of Surety to Final Payment. C. Releases or Waivers of Liens and Claims. d. Releases from Agreements. e. Final Application for Payment: Submit in accordance with procedures and requirements stated in Section 01025, MEASUREMENT AND PAYMENT. f. Extra Materials: As required by individual Specification sections. 1.2 RELEASES FROM AGREEMENTS A. Furnish OWNER written releases from property owners or public agencies where side agreements or special easements have been made, or where CONTRACTOR's operations have not been kept within the OWNER's construction right-of-way. B. in the Event CONTRACTOR is Unable to Secure Written Releases: 1. Inform PCM of the reasons. 2. OWNER or its representatives will examine the site, and OWNER will direct CONTRACTOR to complete the Work that may be necessary to satisfy terms of the side agreement or special easement. 3. Should CONTRACTOR refuse to perform this Work, OWNER reserves right to have it done by separate contract and deduct cost of same from Contract Price, or require CONTRACTOR to furnish a satisfactory Bond in a sum to cover legal claims for damages. 4. When OWNER is satisfied that the Work has been completed in agreement with Contract Documents and terms of side agreement or special easement, right is reserved to waive requirement for written release if: (i) CONTRACTOR'S failure to obtain such statement is due to grantor's refusal to sign, and this refusal is not based upon any legitimate claims that CONTRACTOR has failed to fulfill terms of side agreement or special easement, or (ii) CONTRACTOR is unable to contact or has had undue hardship in contacting grantor. PART 2 PRODUCTS (NOT USED) CONTRACT CLOSEOUT 01780 - 1 WATER CONVEYENCE SYSTEM LONGTERM REMEDIATION PROGRAM PROJECT NO. 11273 PROJECT # 9 SEWER BASIN A-11 AND ANNUAL SEWER REPAIR CONTRACT PART 3 EXECUTION 3.1 FINAL CLEANING A. At completion of the Work along each pipe segment clean entire site or parts thereof, as applicable. 1. Leave the Work and adjacent areas affected in a cleaned condition satisfactory to OWNER and PCM. 2. Broom clean exterior paved driveways and parking areas. 3. Hose clean sidewalks, loading areas, and others contiguous with principal structures. 4. Rake clean all other surfaces. 5. Leave water courses, gutters, and ditches open and clean. B. Use only cleaning materials recommended by manufacturer of surfaces to be cleaned. C. Meet all requirements of Section 02575, SURFACE RESTORATION. END OF SECTION CONTRACT CLOSEOUT 01780 - 2 WATER CONVEYENCE SYSTEM LONG-TERM REMEDIATION PROGRAM PROJECT NO. 11273 PROJECT # 9 SEWER BASIN A-11 AND ANNUAL SEWER REPAIR CONTRACT SECTION 02200 SITE PREPARATION PART GENERAL 1.1 DEFINITIONS A. Interfering. or Objectionable Material: Trash, rubbish, and junk; vegetation and other organic matter, whether alive, dead, or decaying; topsoil. B. Clearing: Removal of interfering or objectionable material lying on or protruding above ground surface. C. Scalping: Removal of sod without removing more than upper 3 inches of topsoil. D. Project Limits: Areas, as specified, within which Work is to be performed. 1.2 QUALITY ASSURANCE A. Obtain ENGINEER's approval of staked clearing, grubbing, and stripping limits, prior to commencing clearing, grubbing, and stripping. 1.3 SCHEDULING AND SEQUENCING A. Prepare site only after adequate erosion and sediment controls are in place. Limit areas exposed uncontrolled to erosion during installation of temporary erosion and sediment controls. PART 2 PRODUCTS (NOT USED) PART 3 EXECUTION 3.1 GENERAL A. Clear and strip areas actually needed for site improvements within limits specified. B. Property obstructions which are to remain in -place, such as buildings, sewers, drains, water or gas pipes, bridges, etc., are to be carefully protected from damage. C. Do not injure or deface vegetation that is not designated for removal. All branches potentially interfering with construction operations shall be pruned prior to starting work and following approval of the ENGINEER and the City of Fort Lauderdale Urban Forester. SITE PREPARATION 02200 1 WATER CONVEYENCE SYSTEM LONG-TERM REMEDIATION PROGRAM PROJECT NO. 11273 PROJECT # 9 SEWER BASIN A-11 AND ANNUAL SEWER REPAIR CONTRACT 3.2 LIMITS A. As Follows, but not to Extend Beyond Project Limits. 1. Excavation Including Trenches: 5 feet beyond top of cut slopes or shored wall. 2. Other Areas: As shown. B. Remove rubbish, trash, and junk from entire area within Project limits. 3.3 TEMPORARY REMOVAL OF INTERFERING PLANTINGS A. Remove and store, as specified in Section 02930, TREES, PLANTS, AND GROUND COVERS, shrubs and trees that are not designated for removal but do interfere with construction or could be damaged by construction activities. B. Photograph and document location, orientation, and condition of each plant prior to its removal. Record sufficient information to uniquely identify each plant removed and to assure accurate replacement. 3.4 SCALPING A. Do not remove sod until after clearing is completed and resulting debris is removed. B. Scalp areas within limits specified. 3.5 DISPOSAL A. Clearing and Debris: 1. Woody debris may be chipped. Chips may be sold to CONTRACTOR's benefit or used for landscaping onsite as mulch or uniformly mixed with topsoil, provided that resulting mix will be fertile and not support combustion. Maximum dimensions of chipped material used onsite shall be 1/4-inch by 2 inch. Dispose of chips that are unsaleable or unsuitable for landscaping or other uses with unchipped debris. 2. Limit offsite disposal of clearing and grubbing debris to locations that are approved by federal, state, and local authorities, and that will not be visible from Project. B. Scalpings: As specified for clearing and grubbing debris. END OF SECTION SITE PREPARATION 02200 - 2 WATER GONVEYENCE SYSTEM LONG-TERM REMEDIATION PROGRAM PROJECT # 9 SEWER BASIN A-11 AND ANNUAL SEWER REPAIR CONTRACT PROJECT NO. 11273 SECTION 02315 FILL AND BACKFILL im PART 1 GENERAL 1.1 DEFINITIONS A. Prepared Ground Surface: Ground surface after completion of required demolition; clearing and grubbing, scalping of sod, stripping of topsoil, excavation to grade, and subgrade preparation. B. Completed Course: A course or layer that is ready for next layer or next phase of Work. C. Lift: Loose (uncompacted) layer of material. D. Geosynthetics: Geotextiles, geogrids, or geomembranes. E. Well -Graded: 1. A mixture of particle sizes with no specific concentration or lack thereof of one or more sizes. 2. Does not define numerical value that must be placed on coefficient of uniformity, coefficient of curvature, or other specific grain size distribution parameters. 3. Used to define material type that, when compacted, produces a strong and relatively incompressible soil mass free from detrimental voids. F. Influence Area: Area within planes sloped downward and outward at 60-degree angle from- horizontal measured from: 1. 1-foot outside outermost edge at base of foundations or slabs. 2. 1-foot outside outermost edge at surface of roadways or shoulder. 3. 0.5-foot outside exterior at spring line of pipes or culverts. G. Borrow Material: Material from required excavations or from designated borrow areas on or near site. H. Selected Backfill Material: Materials available onsite that ENGINEER determines to be suitable for specific use. I. Imported Material: Materials obtained from sources offsite, suitable for specified use. J. Structural Fill: Fill materials as required under structures, pavements, and other facilities. FILL AND BACKFILL 02315 1 WATER CONVEYENCE SYSTEM LONG-TERM REMEDIATION PROGRAM PROJECT # 9 SEWER BASIN A-11 AND ANNUAL SEWER REPAIR CONTRACT PROJECT NO. 11273 K. Embankment Material: Fill materials required to raise existing grade in areas other than under structures. PART 2 PRODUCTS 2.1 EARTHFILL A. Excavated material from required excavations and designated borrow sites, free from rocks larger than 3 inches, from roots and other organic matter, ashes, cinders, trash, debris, and other deleterious materials. B. Material containing more than 10 percent gravel, stones, or shale particles is unacceptable. C. Provide imported material of equivalent quality, if required to accomplish Work. 2.2 GRANULAR FILL A. Use graded aggregate base material of uniform quality throughout, substantially free from vegetable matter, shale, lumps and clay balls, and having a Limerock Bearing Ratio value of not less than 100. B. Aggregates is composed of limestone, marble, or dolomite. C. Use material retained on the No. 10 sieve composed of aggregate meeting the following requirements: 1. Soundness Loss, Sodium, Sulfate: AASHTO T 104, 15 percent. 2. Percent Wear: AASHTO T 96 (Grading A) 45 percent. Sieve Size Percent by Weight Passing 2 inch 100 1-1/2 inch 95 to 100 % inch 65 to 90 3/8 inch 45 to 75 No. 4 35 to 60 No. 10 25 to 45 No. 50 5 to 25 No. 200 0 to 10 2.3 WATER FOR MOISTURE CONDITIONING A. Free of hazardous or toxic contaminates, or contaminants deleterious to proper compaction. FILL AND BACKFILL 02315 2 In WATER CONVEYENCE SYSTEM LONG-TERM REMEDIATION PROGRAM PROJECT NO. 11273 PROJECT # 9 SEWER BASIN A-11 AND ANNUAL SEWER REPAIR CONTRACT 2.4 FOUNDATION STABILIZATION ROCK A_ General: Materials may be either limerock, shell rock, cemented coquina, or shell base sources approved by the Department. B. Specific Requirements for Limerock: For limerock, carbonates of calcium and magnesium shall be at least 70 percent. Materials having a plasticity index of more than ten or a liquid limit greater than 40 shall not be used as a stabilizer. The gradation of limerock shall be such that 97 percent of these materials will pass a 3- 112 inch sieve. C. Crushed Shell: Crushed shell for this use shall be mollusk shell (i.e., oysters, mussels, clams, cemented coquina). Steamed shell will not be permitted. This shell shall Meet the Following Requirements: a. Material having a plasticity index of more than ten or a liquid limit greater than 40 shall not be used as a stabilizer. b. At least 97 percent by weight of the total material shall pass a 3-1/2 inch sieve and at least 50 percent by weight of the total material shall be retained on the No. 4 sieve. C. Not more than 20 percent by weight of the total material shall pass the No. 200 sieve. The determination of the percentage passing the No. 200 sieve shall be by washing only. d. In the event that the shell meets the above requirements without crushing, crushing will not be required. PART 3 EXECUTION 3.1 GENERAL A. Keep placement surfaces free of water, debris, and foreign material during placement and compaction of fill and backfill materials. B. Place and spread fill and backfill materials in horizontal lifts of uniform thickness, in a manner that avoids segregation, and compact each lift to specified densities prior to placing succeeding lifts_ Slope lifts only where necessary to conform to final grades or as necessary to keep placement surfaces drained of water. C. During filling and backfilling, keep level of fill and backfill around each structure and buried tank even. D. If Pipe, Conduit, Duct Bank, or Cable is to be Laid Within Fill or Backfill: 1. Fill or backfill to an elevation 2 feet above top of item to be laid. 2. Excavate trench for installation of item. 3. Install bedding, if applicable, as specified in Section 02320, TRENCH BACKFILL. 4. Install item. 5. Backfill pipe zone and remaining trench, as specified in Section 02320, TRENCH BACKFILL, before resuming filling or backfilling specified in this Section. FILL AND BACKFILL 02315 - 3 WATER CONVEYENCE SYSTEM LONG-TERM REMEDIATION PROGRAM PROJECT NO. 11273 PROJECT # 9 SEWER BASIN A-11 AND ANNUAL SEWER REPAIR CONTRACT E. Tolerances: 1. Final Lines and Grades: Within a tolerance of 0.1 foot, unless dimensions or grades are shown or specified otherwise. 2. Grade to establish and maintain slopes and drainage as shown. Reverse slopes are not permitted. F. Settlement: Correct and repair any subsequent damage to structures, pavements, curbs, slabs, piping, and other facilities, caused by settlement of fill or backfill material. 3.2 BACKFILL UNDER AND AROUND STRUCTURES A. Under Facilities: Within influence area beneath structures, slabs, pavements, curbs, piping, conduits, duct banks, and other facilities, backfill with granular fill, unless otherwise shown. Place granular fill in lifts of 6-inch maximum thickness and compact each lift to a density of at least 100 percent of the maximum density as determined by AASHTO T99, Method C. 3.3 FILL A. Outside Influence Areas Beneath Structures, Pavements, Curbs, Slabs, Piping, and Other Facilities: Unless otherwise shown, place earthfill as follows: 1. Allow for proper thickness of topsoil where required. 2. Maximum 8-inch thick lifts. 3. Place and compact fill across full width of embankment. 4. Compact to a density of at least 80 percent of the maximum density as determined by AASHTO T99, Method C. 5. For the outer layer of all fill where plant growth will be established, DO NOT COMPACT. Leave this layer in a loose condition to a minimum depth of 6 inches. 6. Dress completed embankment with allowance for topsoil, crest surfacing, and slope protection, where applicable. 3.4 SITE TESTING A. Gradation: 1. One sample from each 1,500 tons of finished product or more often as determined by ENGINEER, if variation in gradation is occurring, or if material appears to depart from Specifications. 2. If test results indicate material does not meet Specification requirements, terminate material placement until corrective measures are taken. 3. Remove material placed in Work that does not meet Specification requirements. FILL AND BACKFILL 02315 - 4 WATER CONVEYENCE SYSTEM, LONG-TERM REMEDIATION PROGRAM PROJECT NO. 11273 PROJECT # 9 SEWER BASIN A-11 AND ANNUAL SEWER REPAIR CONTRACT B. In -Place Density Tests: In accordance with AASHTO T99, Method C. During placement of materials, test as follows: 1. Earthfill: One test per 400 feet of pipe run. 2. Granular Fill: One test per 400 feet of pipe run. 3. Foundation Stabilization Rock: One test per lift. 3.5 REPLACING OVEREXCAVATED MATERIAL A. Replace excavation carried below grade lines shown or established by ENGINEER as follows: 1. Beneath Footings: Granular fill. 2. Beneath Fill or Backfill: Same material as specified for overlying fill or backfill. 3. Beneath Slabs -On -Grade: Granular fill. 4. Trenches: a. Unauthorized Overexcavation: Either foundation stabilization rock or granular pipe base material, as specified in Section 02320, TRENCH BACKFILL. b. Authorized Overexcavation: Foundation stabilization rock. 5. Permanent Cut Slopes (Where Overlying Area is Not to Receive Fill or Backfill): a. Flat to Moderate Steep Slopes (3 to 1, Horizontal Run: Vertical Rise or Flatter): Earthfill. b. Steep Slopes (Steeper than 3 to 1): 1) Correct over -excavation by transitioning between over -cut areas and designed slope adjoining areas, provided such cutting does not extend offsite or outside easements and right-of-ways, or adversely impacts existing facilities, adjacent property, or .completed Work. 2) Backfilling overexcavated area is prohibited unless, in ENGINEER's opinion, backfill will remain stable, and overexcavated material is replaced as compacted earthfill. END OF SECTION FILL AND BACKFILL 02315 - 5 WATER CONVEYENCE SYSTEM LONG-TERM REMEDIATION PROGRAM PROJECT # 9 SEWER BASIN A-11 AND ANNUAL SEWER REPAIR CONTRACT PROJECT NO. 11273 SECTION 02316 EXCAVATION 91 PART GENERAL 1.1 QUALITY ASSURANCE A. Provide adequate survey control to avoid unauthorized over -excavation. 1.2 WEATHER LIMITATIONS A. Material excavated during inclement weather shall not be used as fill or backfill until after material drains and dries sufficiently for proper compaction. 1.3 SEQUENCING AND SCHEDULING A. Clearing and Stripping: Complete applicable Work specified in Section 02200, SITE PREPARATION, prior to excavating. B. CONTRACTOR shall call the utility companies at least 2 business days before excavation, see Section 01040, COORDINATION for each utility company phone number and contact person. PART 2 PRODUCTS (NOT USED) PART 3 EXECUTION 3.1 GENERAL A. Excavate to lines, grades, and dimensions shown and as necessary to accomplish Work. Excavate to within tolerance of plus or minus 0.1 foot except where dimensions or grades are shown or specified as maximum or minimum. Allow for forms, working space, granular base, topsoil, and similar items, wherever applicable. Trim to neat lines where concrete is to be deposited against earth. B. It shall be the CONTRACTOR's responsibility to notify business establishments and residents not less than 72 hours prior to construction. CONTRACTOR shall, wherever necessary, provide temporary sidewalks and driveway entrances at his own expense, including safe bridges over trenches and fencing around excavations for pedestrian protection. C. Provide adequate survey control to avoid unauthorized overexcavation. Do not overexcavate without written authorization of ENGINEER. If the CONTRACTOR excavates beyond the limits shown or specified, the CONTRACTOR shall replace such excavation at his own expense. Replace overexcavated material as specified in Section 02315, FILL AND BACKFILL. EXCAVATION 02316 - 1 WATER CONVEYENCE SYSTEM LONG-TERM REMEDIATION PROGRAM PROJECT NO. 11273 PROJECT # 9 SEWER BASIN A-11 AND ANNUAL SEWER REPAIR CONTRACT D. Where muck, rock, clay, or other material within the limits of excavation is unsuitable in its original position, excavate such material to the cross -sections shown or specified. Backfill with suitable material and shape to the required cross- section. E. Remove or protect obstructions as shown on the Drawings. 3.2 UNCLASSIFIED EXCAVATION A. Excavation is unclassified. Complete all excavation regardless of the type, nature, or condition of the materials encountered. 3.3 TRENCH WIDTH A. Minimum Width of Trenches: 1. Single Pipes, Conduits, Direct -Buried Cables, and Duct Banks: a. Less than 4-Inch Outside Diameter or Width: 18 inches. b. Greater than 4-Inch Outside Diameter or Width: 18 inches greater than outside diameter or width of pipe, conduit, direct -buried cable, or duct bank. 2. Multiple Pipes, Conduits, Cables, or Duct Banks in Single Trench: 18 inches greater than aggregate width of pipes, conduits, cables, duct banks, plus space between. 3. Increase trench widths by thicknesses of sheeting, if used. 4. The maximum trench width shall not exceed the minimum stated width of the trench unless approved by the ENGINEER. Restoration for excavation beyond the minimum required width shall be at the CONTRACTOR's sole expense. 3.4 EMBANKMENT AND CUT SLOPES A. Shape, trim, and finish cut slopes to conform with lines, grades, and cross -sections shown, with proper allowance for topsoil or slope protection, where shown. B. Remove stones and rock that exceed 3-inch diameter and that are loose and may roll down slope. Remove exposed roots from cut slopes. C. Round tops of cut slopes in soil to not less than a 6-foot radius, provided such rounding does not extend offsite or outside easements and right-of-ways, or adversely impacts existing facilities, adjacent property, or completed Work. 3.5 STOCKPILING EXCAVATED MATERIAL A. Stockpile excavated material that is suitable for use as fill or backfill until material is needed. B. Post signs indicating proposed use of material stockpiled. Post signs that are readable from all directions of approach to each stockpile. Signs should be clearly worded and readable by equipment operators from their normal seated position. EXCAVATION 02316 2 WATER CONVEYENCE SYSTEM LONG-TERM REMEDIATION PROGRAM PROJECT NO. 11273 PROJECT 9 9 SEWER BASIN A-11 AND ANNUAL SEWER REPAIR CONTRACT C. Confine stockpiles to within easements, rights -of -way, and approved work areas. Do not obstruct roads, streets, public thoroughfares, or access to fire hydrants. D. Do not stockpile excavated material adjacent to trenches and other excavations unless excavation sideslopes and excavation support systems are designed, constructed, and maintained for stockpile loads. E. Do not stockpile excavated materials near or over existing facilities, adjacent property, or completed Work, if weight of stockpiled material could induce excessive settlement. 3.6 DISPOSAL OF SPOIL A. Dispose of excavated materials, which are unsuitable or exceed quantity needed for fill or backfill, offsite. B. Dispose of debris resulting from removal of organic matter, trash, refuse, and junk as specified in Section 02200, SITE PREPARATION, for clearing and grubbing debris. END OF SECTION EXCAVATION 02316 3 WATER CONVEYENCE SYSTEM LONG-TERM REMEDIATION PROGRAM PROJECT NO. 11273 PROJECT # 9 SEWER BASIN A-11 AND ANNUAL SEWER REPAIR CONTRACT SECTION 02520 CURED -IN -PLACE PIPE LINER PART1 GENERAL 1.1 REQUIREMENTS A. The Work of this Section includes providing a cured -in -place -pipe (CIPP) liner to rehabilitate sewer lines which will stabilize structural defects and prevent inflow and infiltration. The liner shall be smooth, hard, strong, and chemically inert. Additionally, the interior surface shall closely follow the contours of the host pipe. Applicable standards (latest versions) include: 1. ASTM D-790 2. ASTM D5813. 3. ASTM F-1216 4. ASTM F-1743 5. ASTM F-2019 B. The scope of work requires the CONTRACTOR to provide all materials, labor, equipment, and services necessary for: bypass pumping and/or diversion of sewage flows, rehabilitation of existing sanitary sewers by lining the existing pipe, connecting into manhole, reconnecting service laterals, restoring affected manhole conditions, initial and final cleaning, CCTV inspection, and final testing of the pipe system. C. Measurement shall be based upon linear footage of pipe rehabilitated. Measurement for rehabilitation shall be the actual distance measured from manhole to manhole, of each sewer pipe lined. D. The basis of payment shall be made at the contract unit bid price per linear foot of liner installed. The unit prices shall include all labor, materials, equipment, and all incidentals such as bypass pumping and/or diversion of sewage flows, traffic control, pipe pre -conditioning, initial and final cleaning, pre and post CCTV inspection, and all testing of the CIPP system. 1.2 PRE -BID SUBMITTALS A. Submit with Bid Documents: Manufacturer's technical literature on the proposed lining system conforming to this specification and standards referenced herein, including an affidavit attesting to the previous successful use of the material for lining sanitary sewers and references for projects completed within the past 5 years that total a minimum of 500,000 linear feet (LF) of installed lining system. CURED -IN -PLACE PIPE LINER 02520 - 1 WATER CONVEYENCE SYSTEM LONG-TERM REMEDIATION PROGRAM PROJECT NO. 11273 PROJECT # 9 SEWER BASIN A-11 AND ANNUAL SEWER REPAIR CONTRACT 2. Written certification from the manufacturer that the CONTRACTOR is an approved applicator of the proposed lining system, with a minimum of 5 years' experience with pipe rehabilitation. The CONTRACTOR's proposed superintendent for the work shall have a minimum of 5 years' experience with 2.5 years as a superintendent and shall be approved in writing as superintendent by the manufacturer of the lining system being bid. (Experience/References for the CONTRACTOR and superintendent shall be provided). 3. Information from the resin manufacturer, including specifications, characteristics, properties, type test information and methods of installation, including a written certification that the resin material is appropriate for the intended application and in conformance with the specification and referenced documents herein. All exceptions and deviations to the specification shall be itemized. 4. Certified copies of test reports on physical properties and chemical resistance of the proposed resin. 5. CIPP sampling, preparation/curing, including required curing time and testing procedures. 6. Manhole pipe and coupon test sealing methods and materials. 7. CIPP repair methods and materials. 1.3 SUBMITTALS A. Submit Prior to Mobilization: 1. The CONTRACTOR shall submit to the ENGINEER for review complete design calculations for the liner thickness per ASTM F1216-03. The design shall be signed and sealed by a professional Engineer and certified by the manufacturer as to the compliance of his material to the values used in the calculations. Review of the calculations shall not relieve the CONTRACTOR of any contractual obligations. 2. The CONTRACTOR shall submit an installation method statement to the ENGINEER. The installation method statement shall include details concerning curing methods, repairing sewer defects in conjunction with manholes, joints, laterals, active infiltration, and other requirements concerning quality control/quality assurance including testing of the material of which the repair is made. The CONTRACTOR shall include a typical schedule for "wet out" of the flexible tube in the method statement together with a typical insertion and curing schedule/plan at the outset of the Contract. For each and every lining section proposed, the CONTRACTOR shall submit a schedule for "wet out" of the flexible tube together with the specific insertion and curing schedule/plan at least 24 hours in advance of installation. 3. Submit proposed testing laboratory with qualifications, experience history, and references. 4. Provide an installation bypass pumping plan/(including emergency plans). 5. Provide traffic management plans as required in Section 01500. CURED -IN -PLACE PIPE LINER 02520 - 2 WATER CONVEYENCE SYSTEM LONG-TERM REMEDIATION PROGRAM PROJECT NO. 11273 PROJECT # 9 SEWER BASIN A-11 AND ANNUAL SEWER REPAIR CONTRACT B. After Completion of Each Section: 1. Process control sheet to include temperature/time log information, tap cut information and curing cycle. 2. Pre and Post CCTV inspection tapes or DVD's. 3. CIPP supplier certification of proper installation. 4. Certified copies of test reports on CIPP samples obtained during actual installation in the presence of the CONTRACTOR. 5. Physical samples. Samples removed for testing as requested by the Engineer, shall be individually labeled and logged to record the following: a. OWNER's Project number and title. b. Sample number. C. Segment number of line as noted on plans. d. Date and time of sample. e. Name of CONTRACTOR. f. Location and by whom tested. g. Results of test. h. Street name and address i. Starting and ending manhole ID # for each length of pipe lined j. Samples shall be labeled as Follows: 1) Sample A: Restrain Sample 2) Sample B: Restrain Sample 1.4 CONTRACTOR QUALIFICATIONS A. The CONTRACTOR or Subcontractor performing the work of this section shall be employees.of the company manufacturing the CIPP system components, or shall be trained in the installation of the liner according to the manufacturer guidelines. B. The CONTRACTOR shall demonstrate experience as described above for the selected method of curing. C. Steam Curing Because curing with steam is a relatively new process when compared to curing with hot water or air, and in order to help ensure a successful project, the installer shall submit a detailed quality assurance plan demonstrating that critical characteristics of the tube, wetout and the installation process are properly monitored and controlled. The plan will include the following components. a. The installer shall have in place a quality system specifically structured for the proposed steam cure system. The quality system shall include complete materials traceability. b. The installer must have installed a minimum of 250,000 ft of CIPP using the proposed steam cure system, and the installer's project managers must have a minimum of one-year experience with the proposed system. G. A minimum of three successful wastewater collection system projects of a similar size and scope of work utilizing the proposed steam cure system shall be performed in the U.S. and documented to the satisfaction of the Owner to assure commercial viability CURED -IN -PLACE PIPE LINER 02520 - 3 WATER CONVEYENCE SYSTEM LONG-TERM REMEDIATION PROGRAM PROJECT NO. 11273 PROJECT # 9 SEWER BASIN A-11 AND ANNUAL SEWER REPAIR CONTRACT d. The installer shall have in place a safety system specifically structured for the use of steam. e. The thermoplastic coating on the CIPP tube shall be formulated from a material designed specifically to withstand the high temperature curing process utilizing steam. Coating shall be a polypropylene/polyethylene blend or equal. f. The thermoset resin system shall be designed to cure properly when using steam. g. The installer shall have in place step-by-step procedures for the entire installation and cure process. 1.5 RESPONSIBILITY FOR OVERFLOWS OR SPILLS A. It shall be the responsibility of the CONTRACTOR to schedule and perform his work in a manner that does not cause or contribute to incidence of overflows or spills of sewage from the sewer system. B. In the event that the CONTRACTOR's work activities contribute to overflows or spills, the CONTRACTOR shall immediately take appropriate action to contain and stop the overflow, clean up the spillage, disinfect the area affected by the spill, and notify the designated OWNER in a timely manner. C. CONTRACTOR shall indemnify and hold harmless the OWNER and ENGINEER for any fines or third -party claims for personal or property damage arising out of a spill or overflow that is fully or partially the responsibility of the CONTRACTOR, including the legal, engineering, and administrative expenses of the OWNER and ENGINEER in defending such fines and claims. 1.6 WARRANTY A written guarantee of 5 years in length shall be provided by the CONTRACTOR to the OWNER against any breakdown of the liner material, inadequate structural strength or any shortcoming in workmanship. PART 2 PRODUCTS (NOT USED) 2.1 MATERIALS A. Flexible Liner Tube: 1. The flexible liner shall be a composite tube with one or more layers of needled felt or equivalent non -woven material manufactured under quality controlled conditions set by the manufacturer. Tube shall be sized for each section so that, when installed, it will fit snugly and firmly inside the existing sewer and produce the required thickness after the resin is cured. 2. The flexible liner tube shall fit completely by length and diameter in the sewer, with allowance for proper longitudinal or circumferential stretching or shrinkage due to pressure or expansion being made. Maximum stretching allowances shall be as defined in ASTM F1216. CURED -IN -PLACE PIPE LINER 0252D - 4 WATER CONVEYENCE SYSTEM LONG-TERM REMEDIATION PROGRAM PROJECT NO. 11273 PROJECT # 9 SEWER BASIN A-11 AND ANNUAL SEWER REPAIR CONTRACT 3. The CONTRACTOR shall verify the lengths in the field before cutting liner to length. The lining shall be fabricated in such a length that when installed, it will occupy exactly the length of the pipeline between the launch and reception manholes. 4_ The lining shall be of the correct diameter so that after installation, it does not wrinkle by more than two percent for linings in sewers equal to or greater than 24 inches internal diameter., and by more than one percent for linings in sewers less than 24-inch internal diameter. 5. The tube shall contain no intermediate layers that may delaminate after resin curing. It shall not be possible to separate any layers with a probe or knife blade such that the layers separate cleanly or the probe or knife blade moves freely between the layers. Where several layers of felt are required, the inner layer shall be stitched to forma tube. Each successive layer shall be individually wrapped around the previous one and stitched together. The outer layer of felt shall have an installation tube pre -bonded to it, or a sheet of this material shall be wrapped around the completed felt tube. Where a pre -bonded material is used, a covering strip shall be bonded over the seam to form an airtight joint. 6. The dimensions of the lining shall account for any loss of pipe wall thickness due to hydrogen sulfide corrosion and deformation of the pipe to be lined where this is less than 10 percent of diameter. 7. The liner shall be fabricated from materials which when cured, will be chemically resistant to reagents as defined in ASTM D543. 8. A pre -liner shall be applied to the tube on what will become the interior wall of the finished CIPP. The pre -liner shall be polypropylene and shall be compatible with the resin system used and shall not adversely affect the adhesive properties of the resin used in either the mainline or the lateral liners. If a plastic film is applied to the CIPP after curing, this film shall be translucent enough that the resin is clearly visible, and it shall be firmly bonded to the felt material. 9. At the time of manufacture, each lot of liner shall be inspected and certified to be free of defects. The tube shall be marked for distance at regular intervals along its entire length. B. Resin: 1. The resin used to impregnate the tube shall produce. a cured tube that shall be resistant to shrinkage, shall not corrode or oxidize, and shall also be resistant to abrasion from solids, grit, and sand in wastewater. The resin shall have proven resistance to the municipal wastewater environment that may comprise, as a minimum, all of the following factors: a. Immersion in septic sewage at temperatures up to 75 degrees F. b. Exposure in hydrogen sulfide gas from septic sewage at temperatures up to 75 degrees F. 2. The resin shall have proven resistance to ultra -violet light (sunlight) at any stage prior to installation. 3. Resin systems shall be neat resins with no additives. 4. The resin system proposed shall be compatible with the lateral liners specified in Section 02563 and proposed for use on this project. 5. The internal wall color of the cured liner shall be a light reflective color so that a clear detail CCTV inspection equipment can be accomplished. CURED -IN -PLACE PIPE LINER 02520 - 5 WATER CONVEYENCE SYSTEM LONG-TERM REMEDIATION PROGRAM PROJECT NO, 1`1273 PROJECT # 9 SEWER BASIN A-11 AND ANNUAL SEWER REPAIR CONTRACT 6. The chemical resistance of the resin system selected shall have been tested by the resin manufacturer in accordance with ASTM C543. Exposure to the chemical solutions listed in Table 1 at temperatures of up to 75 degrees F shall be conducted for a minimum period of one month and shall result in a loss of not more than 20 percent of the initial structural properties Table 1. Minimum Chemical Resistance Requirements for Typical Municipal Sewer Applications. ASTM D F1216. Chemical Solution Concentration. % Tap Water (pH 6-9) 100 Nitric Acid 5 Phosphoric Acid 10 Sulfuric Acid 10 Gasoline 100 Vegetable Oil 100 Detergent or Soap 0.1 7. The resin system shall be manufactured by a company selected by the CIPP supplier. Polyester, vinylester, or epoxy resins complying with the requirements in Table 2 shall be used. C. CIPP Properties: The CIPP after curing shall meet the minimum structural properties listed below: Table 2. CIPP Initial Structural Properties Property_ _ ASTM Method Value (+/- 10%) Tensile Strength D638 3,000 psi Flexural Strength D790 4,500 psi Short Term Flexural Modulus of Elasticity D790 250,000 psi D. CIPP Thickness: The minimum thickness for the CIPP, after curing, shall be calculated based on the following design conditions in accordance with ASTM F-1216: a. Fully deteriorated pipe condition. b. Ovality reduction factor C equal to 0.64 C. The CIPP is subjected to a full soil load of 120 pounds per cubic foot. d. The CIPP is subjected to traffic live loads as calculated by AASHTO Standard Specifications for Highway Bridges, HS-20-44 Highway Loading. e. The modulus of soil reaction for pipe zone backfill material is 1,000 psi. f. The CIPP is subject to a groundwater elevation at ground surface. CURED -IN -PLACE PIPE LINER 02620 - 6 WATER CONVEYENCE SYSTEM LONG-TERM REMEDIATION PROGRAM PROJECT NO. 11273 PROJECT # 9 SEWER BASIN A-11 AND ANNUAL SEWER REPAIR CONTRACT g. The long-term flexural strength and long-term flexural modulus of elasticity for CIPP shall be equivalent to 50 percent of the initial flexural strength and initial flexural modulus of elasticity, respectively, as measured in accordance with ASTM D790. h. The minimum overall factor of safety is 2.0. i. The design life of the CIPP repair shall be 50 years. j. The thickness of the CIPP shall be as specified in standards ASTM F. 1216, ASTM F 1743, or ASTM F 2019. E. Manufacturers: 1. Insituform / Insituform Technologies, Inc. 2. Inliner / Inliner Technologies, Inc. 3. National Liner 4. MuniLiner / EasyLiner, LLC 5, Approved Equal PART 3 EXECUTION 3.1 DELIVERY, STORAGE AND HANDLING A. If the flexible tube is impregnated with resin at the factory, it shall be transported, installed, and cured before expiration of the shelf life. B. Impregnated tube shall be stored and transported under refrigerated, ultraviolet light -free conditions. C. No cuts, tears, or abrasions shall occur during handling. The OWNER may inspect the tube before it is placed into the host pipe. 3.2 TEMPORARY FLOW BYPASS AND DIVERSION PUMPING A. The CONTRACTOR, shall provide for the transfer of flow, through or around section or sections of pipe that are to be repaired. The proposed bypassing system shall be approved in advance by the ENGINEER. The acceptance of the bypassing system in advance by the ENGINEER shall in no way relieve the CONTRACTOR of responsibility and/or public liability. Temporary flow bypass and diversion pumping shall be carried out in accordance with Section 02734, FLOW BYPASS PUMPING SYSTEM, 3.3 PRE -INSTALLATION PROCEDURES A. All requisite pre -installation submittals shall be approved by ENGINEER, including traffic management measures, safe pedestrian passage, provision of vehicular access to property, bypass/diversion pumping and emergency measures before any work can be commenced. CURED -IN -PLACE PIPE LINER 02520 - 7 WATER`CONVEYENCE SYSTEM LONGTERM REMEDIATION PROGRAM PROJECT NO. 11273 PROJECT # 9 SEWER BASIN A-11 AND ANNUAL SEWER REPAIR CONTRACT B. Preconditioning shall be carried out in accordance sections 02751 - PREPARATORY CLEANING, 02762 - ROOT REMOVAL, and 02764 - CHEMICAL GROUTING. In addition, the CONTRACTOR shall, prior to installation of the lining: high pressure flush and vacuum every sewer section to be rehabilitated including pertinent manholes, and remove grease buildup or any other obstruction that may interfere with lining operations. C. All debris removed from the sewer during cleaning shall be transported in watertight containers and disposed of in accordance with all local, State, and Federal regulations. D. Condition of existing line shall be verified following cleaning by CCTV inspections in accordance with section 02752, TELEVISION SURVEY. E. Damaged sewers unsuitable for lining shall be reported to the OWNER. The OWNER will facilitate repairs prior to installation of any lining materials. In the event of a required sewer repair, the CONTRACTOR shall be prepared to move to another line segment to continue lining operations. F. CIPP liners shall not be installed in any mainline sewer after any lateral lining has occurred along that segment of mainline sewer. In instances where lateral lining will occur along segments of mainline sewer that will also be lined, all mainline sewer lining shall be completed, tested and accepted by the ENGINEER before any lateral lining work can proceed. It is the responsibility of the CONTRACTOR to ensure the proper sequence of work between the mainline and lateral lining activities. Lining of mainline sewers after ANY lateral Fining has occurred will require the CONTRACTOR to completely re -line all laterals that were previously lined at no cost to the OWNER. G. The accurate location and serviceability of any existing laterals and/or service connections (taps) shall be confirmed. Serviceability shall be confirmed by flowing water, dye testing or visually with CCTV inspection. 3.4 GENERAL INSTALLATION PROCEDURES A. Wet Out: 1. Thoroughly saturate flexible tube prior to installation. Catalyst system or additives compatible with the resin and flexible tube shall be as recommended by the manufacturer. 2. Handle the resin impregnated flexible tube to retard or prevent resin setting until it is ready for insertion. 3. The CONTRACTOR shall complete a wet -out process control sheet for every lining completed. The control sheets shall provide the following information: a. Liner Manufacturer b. Liner Diameter C. Number of layers d. Resin amount e. Resin type f. Resin Manufacturer CURED -IN -PLACE PIPE LINER 02520 - 8 WATER CONVEYENCE SYSTEM LONG-TERM REMEDIATION PROGRAM PROJECT # 9 SEWER BASIN A-11 AND ANNUAL SEWER REPAIR CONTRACT PROJECT NO. 11273 g. Batch number h. Catalyst and accelerator name/type. i. Hardener name/type j. Percent of filler, if any k. Filler name/type I. Batch number m. Mixing ratios n. Vacuum pressure of impregnation process o. Wet -out start time and date B. Insertion: 1. CIPP shall be installed in accordance with the practices outlined in ASTM F1216 for direct inversion installations and ASTM F 1743, or ASTM F2019 for pull -in installations. 2. Insert flexible tube through an existing manhole by a manufacturer approved method. The insertion method shall not cause abrasion or scuffing of the tube. 3. When using the inversion method, the addition of water pressure shall be adjusted to cause the impregnated flexible tube to invert from manhole to manhole, holding the tube tight against the host sewer pipe as described in the ASTM F 1216 standard. 4. The CONTRACTOR shall complete an installation process control sheet for every lining completed. The control sheets shall provide the following information: a. Liner length b. Hydrostatic head at the point of inversion C. Hydrostatic head at the termination point d. Time when inversion process starts e. Time start cutting ends f. Time start cutting laterals g. Number of laterals cut C. Curing: 1. Curing may be accomplished by the application of hot air, steam, hot water or ultraviolet light as recommended by the liner manufacturer. 2. Curing shall be accomplished by utilizing hot water under hydrostatic pressure or steam pressure in accordance with the manufacturer's recommended cure schedule. 3. The heat source should be fitted with suitable monitors in accordance with the ASTM F 1216. The temperature of the incoming and outgoing heat source shall be recorded in order to determine when uniform temperature is achieved throughout the length of the liner. Thermocouples shall be installed at the top and bottom of the liner between the liner and the host pipe to appropriately control the curing process of the resin. CURED -IN -PLACE PIPE LINER 02520 - 9 WATER CONVEYENCE SYSTEM LONG-TERM REMEDIATION PROGRAM PROJECT NO. 11273 PROJECT # 9 SEWER BASIN A-11 AND ANNUAL SEWER REPAIR CONTRACT 4. If air or steam is used in the curing process, the liner manufacturer shall provide the minimum pressure required to hold the tube tight against the host pipe and maximum pressure allowable to not damage the tube. Once the inversion has started, the pressure shall be maintained between the recommended pressure range until the inversion has been completed. Should the pressure deviate more than 2.3 ft of water from within this range, the installed liner shall be removed. 5. The CONTRACTOR shall complete a curing process control sheet for every lining completed. The control sheets shall provide the required temperatures and time for the different steps of the curing process such initial cure, post - cure, and cooling as outlined in ASTM F1216-03. ' Initial cure may be considered completed when exposed portions of the flexible tube pipe take a hard set and temperatures are adequate, as recommended by the manufacturer. D. Cool Down: A cool -down process shall be conducted that complies with the resin manufacturer's specification. Cool down may be accomplished by the introduction of cool water or air into the installation standpipe to replace the initial heating agent. The contractor shall cool the hardened pipe to a temperature below 100OF before relieving the pressure in the pressure apparatus. If the installed tube is a fiberglass tube, it shall be cooled down in accordance with ASTM F2019. E. Finish: 1. The finished CIPP shall be continuous and free from visual defects such as foreign inclusions, dry spots, pinholes, delamination, and wrinkles as specified above. Any section of lining with such defects shall be removed and replaced at no additional cost to the OWNER. F. Lateral Reconnection: 1. After the liner has been cured in placed, the CONTRACTOR shall reconnect the lateral (service) connections. Cutting of the liner pipe shall be done from the interior of the pipeline using a robotic cutter. Where the holes are cut through the liner, they shall be neat and smooth in order to prevent blockage at the service connections. Cut -in service connections shall be opened to a minimum of 95 percent of the flow capacity of the building sewer. 2. The annular space between the mainline CIPP liner and each service lateral shall be fully sealed with a chemical sealant (grout) in accordance with the specification 02764 CHEMICAL GROUTING and compatible with the resin system used in the mainline liner and the lateral liner. 3. All coupons shall be recovered at the downstream manhole and removed. The cost of pumps or other downstream equipment damaged by un- recovered coupons will be the responsibility of the CONTRACTOR. The CONTRACTOR shall not reactivate any line sections until accepted by the ENGINEER. This process shall be completed prior to the work described in item 4 below and before the installation of the lateral liner. CURED -IN -PLACE PIPE LINER 02520 10 WATER CONVEYENCE SYSTEM LONG-TERM REMEDIATION PROGRAM PROJECT NO. 11273 PROJECT # 9 SEWER BASIN A-11 AND ANNUAL SEWER REPAIR CONTRACT 4. If the lateral is not identified to be rehabilitated by means of a CIPP lateral liner installation, a connection seal in combination with a short lateral liner shall be installed at the connection between the mainline and the lateral in accordance with specification 02563 CURED -IN -PLACE LATERAL LINE, section 2.1 E.1 Method B. G. Clean Up: After the liner installation has been completed and accepted by OWNER, the CONTRACTOR shall clean up the entire project area and restore the site to its original condition prior to the commencement of work. All excess material and debris not incorporated into the permanent installation shall be disposed of by the CONTRACTOR. 3.5 MANHOLES A. CIPP connections at the manhole opening shall be a watertight seal. The annular space between the CIPP and host pipe at each manhole shall be sealed with a chemical sealant according to specification 02764 CHEMICAL GROUTING. Material and methods shall be submitted for approval to ENGINEER prior to commencing any work onsite. B. Manhole inverts shall be finished to provide a smooth transition between connections. CIPP liner material, an approved epoxy, or similar material may be used to form a smooth transition to eliminate sharp edges of CIPP, within the host pipe and in manholes at the concrete bench, and channel invert. Materials and methods shall be submitted for approval by ENGINEER prior to commencing any work onsite. C. CIPP connections and invert rehabilitation shall be compatible with manhole rehabilitation activities. Coordination and compatibility of materials and methods shall be submitted for approval prior to commencing any work onsite. 3.6 POST -TELEVISING OF COMPLETED WORK A. Following CIPP liner installation, a television survey shall be performed by the CONTRACTOR in accordance with section 02752, TELEVISION SURVEY, including preconstruction and post construction surveys. The finished tapes or compact discs shall be continuous over the entire length of the sewer between two manholes. The completed line shall be completely free from visual defects that are deemed significant by the ENGINEER. B. Submit to the OWNER a color VHS videotape or DVD compact discs showing completed work. C. Correction of failed CIPP or CIPP deemed defective from post -installation television inspection or test reports for structural values, thickness, etc., as determined by OWNER and/or ENGINEER shall be repaired at no extra cost to the OWNER. Method of repair, which may require field or workshop demonstration, shall be approved by ENGINEER prior to the commencement of work. CURED -IN -PLACE PIPE LINER 02520 - 11 WATER CONVEYENCE SYSTEM LONG-TERM REMEDIATION PROGRAM PROJECT NO. 11273 PROJECT # 9 SEWER BASIN A-11 AND ANNUAL SEWER REPAIR CONTRACT D. An internal condition survey shall be allowed for in the CONTRACTOR's installation rates and work schedule, to be carried out 1 year following the installation of the repair. Should any fault be found with the repair, the fault shall be rectified as specified by the OWNER. Rectification may include complete removal and replacement of the previously installed repair and re -inspection 1 year later. Correction of failed CIPP or CIPP deemed defective from mid -warranty internal condition inspection or test reports for structural values, thickness, etc., shall be repaired or replaced at no extra cost to the OWNER. 3.7 TESTING A. CIPP Material Testing 1. For every 5 mainline segments lined, the CONTRACTOR shall prepare two samples for the required inspection tests. These two samples shall be used to satisfy all material testing requirements. As referenced in ASTM 1216-03 or ASTM F2019, the samples shall be prepared in accordance with the restrained sample method. The restrained samples shall be taken from excess cured CIPP at the manhole connection where installation was started or terminated. Each sample shall be large enough to provide a minimum of three specimens for tensile testing and five specimens for flexural properties testing. Prior to conducting laboratory tests, field thickness test shall be performed on the two test specimens. 2. Field Thickness Testing: a. The wall thickness measurements shall be taken in accordance with ASTM D 2122 on the two test specimens. A minimum of four measurements evenly spaced on each test specimen (eight total) shall be made and the average thickness shall be calculated using all measured values. The average thickness of the eight measurements shall be equal to or greater than the required design thickness. Failure of the thickness test shall be grounds for rejection of the CIPP liner. 3. Laboratory Testing: a. The samples shall be tested for modulus of elasticity and flexural strength in accordance with ASTM D790. Preparation and testing standards shall be performed in accordance with the approved submittals. Failure of either the modulus or flexural strength tests on either sample shall be grounds for rejection of the CIPP liner. b. Testing shall be completed by an accredited laboratory at the CONTRACTOR'S expense. The CONTRACTOR shall submit the chosen laboratory with appropriate accreditation documentation for approval by the ENGINEER prior to testing. Testing results shall be provided to the OWNER within seven days of receipt. B. Hydrostatic Testing 1. As provided by Section 15992, PIPE LEAKAGE TESTING. 2. Hydrostatic testing will be required for 5% of the lined manhole runs contained in the project as designated by the ENGINEER. CURED -IN -PLACE PIPE LINER 02520 - 12 WATER CONVEYENCE SYSTEM LONG-TERM REMEDIATION PROGRAM PROJECT NO. 11273 PROJECT # 9 SEWER BASIN A-11 AND ANNUAL SEWER REPAIR CONTRACT 3. if the lined main fails the leakage test, the contractor shall locate the leak and perform corrective measures including: a. Re -inspection by CCTV b. Repair using materials and methods contained in this specification c. Repeat the leakage test ` 4. If more than twenty five percent (25%) of the leakage tests fail an additional five percent (5%) of the lined mains laterals will be selected by the ENGINEER to be tested at no additional cost. 5. If more than fifty percent (50%) of the leakage tests fail, the ENGINEER may direct the CONTRACTOR to test all of the repaired mains at no additional cost. 3.8 SUPPLEMENTS A. The supplements listed below, following "END OF SECTION", are part of this specification 1. Schedule of Pipe Segments to be Rehabilitated 2. Map of Pump Station Area A-11 END OF SECTION CURED -IN -PLACE PIPE LINER 02520 - 13 :f: WATER CONVEYENCE SYSTEM LONG-TERM REMEDIATION PROGRAM PROJECT NO. 11273 PROJECT # 9 SEWER BASIN A-11 AND ANNUAL SEWER REPAIR CONTRACT BASIN A-11: SCHEDULE OF PIPE SEGMENTS TO BE LINED Segment Number MH to MH Approximate Address of Pipe Segment Pipe Length 2-1 580 SW FLAGGER AVE. 229 1 2 7-16 550 SE 3 AVE. 316 3 11-12 408 SE 6 ST, 292 4 34-33 COURT HOUSE DR. 358 5 36-35 110 SE 6 ST. 256 6 49-49A 10 SE NEW RIVER DR, 199 7 50-49 10 SE NEW RIVER DR. 68 8 5347 SW 5 ST. & ALLEY WAY 336 g 61-60 515 SW 1 AVE_ 280 10 62-61 501 SW 1 AVE. 258 11 64-64A 401 SW 1 AVE. 55 12 64A-63 401 SW 1 AVE_ 246 13 4-5 500 SE 1 ST AVE. 148 14 5-6 601 SE 6 ST. 309 5-6 1100 SE ANDREWS AVE. 148 15 6-7 633 SE FEDERAL HIGHWAY 307 16 17 8_9 107 SE 10 ST- 92 18 124-33 314 SE 9 ST. 175 19 15-16 115 SW 10 ST. 400 20 . 17-8 1000 S ANDREWS AVE. 394 21 20-21 222 SE 10 ST. 222 22 21-9 208 SE 10 ST, 146 23 24-10 14 S SE 9 ST- 403 24 27-4 511 E NEW RIVER- 148 25 31-32 500 SE 9 CT. 364 26 34-35 888 SE 4 AVE. 290 ,I 27 39-34 500 SE 9 ST, 250 28 40-124 888 SE 9 ST, 103 I, 29 43-36 700 SE 8 ST. 313 30 46-45 516 SE 1 AVE. 293 31 47-6 SE 1 AVE & 5 ST. 99 32 49A49B 10 SE NEW RIVER DR. & PARKING LOT 257 33 12-42 201 SE 8 ST. 320 CURED -IN -PLACE PIPE LINER 02520 SUPPLEMENT - 1 WATER CONVEYENCE SYSTEM LONG-TERM REMEDIATION PROGRAM PROJECT NO: 11273 PROJECT # 9 SEWER BASIN A-11 AND ANNUAL SEWER REPAIR CONTRACT 34 6-7 18 S 11 ST. 378 35 7-8 100 SE 11 ST. $1 36 9-10 200 SE 10 ST. 295 37 11-12 200 SE 9 ST. 319 38 36-13 409 SE 8 ST. 319 39 9-8 633 SE 5 TERR. 270 The segment listed below has been previously lined (mainline only), thus only lateral rehabilitation will be performed on this segment. This segment has been identified in the map with 1 L 13-14 315 SE 7 ST. 365 The segments listed below are CIP (Cast Iron Pipe), these segments need to be cleaned and lined. These segments have been identified in the map with... Segment Number MH to MH Approximate Address of Pipe Segment Pipe Length Diameter 2C 34 7 SW 11 CT. 123 10" 3C 4-122 116 S ANDREWS AVE. 22 10" 4C 4-5 116 S ANDREWS AVE. 269 10" 5C 121-122 ROSE DR. & S ANDREWS AVE. 108 10" 6C 14-5 10 SW 11 ST. 157 10" 7C 16-17 9 SW 10 ST. 189 10" 8C 19-17 1016 S ANDREWS AVE. 280 10" 9C 18-17 904 S ANDREWS AVE. 172 10" 10C 23-24 901 SW 9 ST. 248 10" 11C 30-31 508 SE 9 CT. 161 10" 12C 16-15 601 SE 3 AVE. 179 10" 13C 15-14 633 SE 3 AVE. 318 10" 14C 14-42 707 SE 3 AVE 437 10" 15C 23-22 500 E NEW RIVER 94 8" The segments listed below have not been inspected and require Pre -CCTV inspection and possibly rehabilitation. These segments have been identified in the map with �) Segment Number MH to MH Approximate Address of Pipe Pipe Material / Pipe Segment Length Diameter 1 R 25-24 500 E NEW RIVER 145 8" VCP 2R 24-23 500 E NEW RIVER 173 8" VCP 3R 65-26 511 E NEW RIVER 65 8" VCP 4R 2-6 COURT HOUSE DR 158 10" VCP 5R 123-124 314 SE 9 ST. 223 101VCP Total length of mainline sewer in project area 28,505 FT Total length of mainline sewer to be rehabilitated (Pre -CCTV not included) 12,713 FT CURED -IN -PLACE PIPE LINER 02520 SUPPLEMENT - 2 WATER CONVEYENCE SYSTEM LONG-TERM REMEDIATION PROGRAM PROJECT NO. 11273 PROJECT # 9 SEWER BASIN A-11 AND ANNUAL SEWER REPAIR CONTRACT Total length of mainline sewer to be rehabilitated (Pre -CCTV included) 13,383 FT Total number of laterals in project area (Pre -CCTV not included) 522 522 +new Total number of laterals in project area (Pre -CCTV included) laterals from Pre -CCTV; to be determined le and section 02563 Total number of laterals to be rehabilitated CUURED bid schedu IN PLACE LATERAL LINER CURED -IN -PLACE PIPE LINER 02520 SUPPLEMENT - 3 WATER CONVEYENCE SYSTEM LONG-TERM REMEDIATION PROGRAM PROJECT NO. 11273 PROJECT # 9 SEWER BASIN A-11 AND ANNUAL SEWER REPAIR CONTRACT SECTION 02563 CURED -IN -PLACE PIPE LATERAL LINER PART1 GENERAL 1.1 REQUIREMENTS A. The Work of this Section includes providing a cured -in -place pipe (CIPP) liner to stabilize structural defects and constructional inadequacies in sanitary sewer lateral pipelines. The liner shall be smooth, hard, strong and chemically inert. Additionally, the interior surface shall closely follow the contours of the host pipe:. B. The interface connection seal shall be used in two instances: 1. To provide a seal between the mainline liner and the lateral liner. This system is defined as the combination of a connection seal and a lateral liner, where the latter extends into the lateral a minimum length of 15 feet. 2. To provide a seal between the mainline liner and the lateral pipe. This system is defined as the combination of a connection seal and a short lateral liner, where the latter extends into the lateral a minimum of 3 feet. C. Based upon the results of the preliminary lateral TV inspection as detailed in Section 02752 TELEVISION SURVEY, the ENGINEER shall determine which laterals will be rehabilitated and what method will be utilized. The CONTRACTOR shall not perform any rehabilitation work until written approval is provided from ENGINEER depicting which laterals will be rehabilitated and which method shall be utilized. CONTRACTOR will not be paid for any rehabilitation lateral work commencing before written approval is received from ENGINEER. The scope of work requires the CONTRACTOR to provide all materials, labor, equipment, and services necessary for bypass pumping and / or diversion of sewage flows, pre - installation procedures including root removal cleaning and rehab of existing sanitary sewer services by lining the existing pipe, re-establishing connections to the existing sewer main, initial and final CCTV inspection, and final testing of the CIPP system. D. Measurement shall be based upon linear footage of pipe rehabilitated. Measurement for` rehabilitation shall be the actual distance measured from the connection between the mainline and the lateral, to the clean -out of each lateral pipe lined. 1. The basis of payment shall be made at the contract unit bid price as follows: a. per each connection seal and short lateral liner installed b. per each connection seal and lateral liner installed, which extends up to 15 feet into the lateral C. per linear foot of liner installed for lateral liners in excess of 15 feet. CURED -IN -PLACE PIPE LATERAL LINER 02563 - 1 WATER CONVEYENCE SYSTEM LONG-TERM REMEDIATION PROGRAM PROJECT NO. 11273 PROJECT # 9 SEWER BASIN A-11 AND ANNUAL SEWER REPAIR CONTRACT 2. The unit prices shall include all labor, materials, equipment and all incidentals such as bypass pumping and / or diversion of sewage flows, traffic control, re-establishing connections to the existing sewer main, pipe pre -conditioning, chemical grouting of connection between the lateral and the mainline, initial and final cleaning, post CCTV inspection, and all testing of the CIPP system. A. Manufacturer's technical literature on the proposed lining system conforming to this specification and the standards referenced herein, including an affidavit attesting to the previous successful use of the material for lining sanitary sewer laterals and references for projects completed within the past 5 years that total a minimum of 500 lateral liners installed. B. Written certification from the manufacturer that the CONTRACTOR is an approved applicator of lining materials, with a minimum of 3 years experience in sewer rehabilitation and the CONTRACTOR's superintendent having at least 3 years of experience and at least 500 lateral liners installed with the system being bid (Experience /references for the CONTRACTOR and superintendent shall be provided.) All exemptions and deviations shall be identified and itemized. C. Information form the resin manufacturer, including specifications, physical and chemical properties, factory testing information and types of application, including a written certification that the resin material is appropriate for the intended application. D. Certified copies of test reports on physical properties and chemical resistance of the proposed' resin. E. CIPP sampling, preparation / curing and testing procedures. F. CIPP repair methods and materials. 1.3 SUBMITTALS A. Submit Prior to Mobilization: 1. The COTNRACTOR shall submit to the ENGINEER for review complete design calculations for the liner thickness per ASTM F1216. The design shall be signed and sealed by a professional engineer, registered in the State of Florida and certified by the manufacturer as to the compliance of his material to the values used in the calculation. Approval of the calculations shall not relieve the CONTRACTOR of any contractual obligations. 2. The CONTRACTOR shall submit complete data and design calculations for each lining segment, together with an installation method statement to the ENGINEER. CURED -IN -PLACE PIPE LATERAL LINER 02563 - 2 WATER CONVEYENCE SYSTEM LONG-TERM REMEDIATION PROGRAM PROJECT NO. 1127.3 PROJECT # 3 SEWER BASIN A-11 AND ANNUAL SEWER REPAIR CONTRACT 3. The COTNRACTOR shall include a typical schedule for "wet out" of the flexible tube in the method statement together with a typical insertion and curing schedule / plan at the outset of the Contract. The wet out schedule, insertion plan and curing plan shall provide the appropriate information as described under Section 3.4 of this specification, GENERAL INSTALLATION PROCEDURES. Additionally, for each and every lining section proposed, the CONTRACTOR shall submit a schedule for wet out of the flexible tube together with the specific insertion and curing schedule / plan at least 24 hours in advance of installation. 4. Certified copies of test reports for the resin material used for this project. 5. Proposed testing laboratory with qualifications and experience history and references. 6. Installation Plan 1 Diversion Pumping Plan (including Emergency Plans). 7. Traffic management plans in accordance with Section 01500 CONSTRUCTION FACILITIES AND TEMPORARY CONTROLS. B. After Completion of Each Service 1. The CONTRACTOR shall submit the installation and curing process control sheets including information as described under Section 3.4, GENERAL INSTALLATION PROCEDURES of this specification. 2. Pre and Post CCTV inspection tapes. 3. CIPP supplier certification of proper installation. 4. Physical samples: for every ten laterals lined, two flat plate samples shall be processed and tested. The flat plate sample preparations shall be as described under Section 3.6-A.1 of this specification. Samples removed for testing shall be individually labeled and logged to record the following: a. OWNER's project number and title. b. Sample number C. Segment number of line. as noted on supplements. d. Date and time of sample e. Name of CONTRACTOR f. Location and by whom tested g. Street name and address h. Results of test. Samples shall be numbered as follows: 1) Sample No. 1: Flat plate sample. 1.4 QUALIFICATIONS OF COTNRACTOR A. The CONTRACOTR or subcontractor performing the work of this section shall be employees of the company manufacturing the CIPP system components, or shall be licensed by the system manufacturer. Notwithstanding these requirements, every individual installing the repair material shall be licensed by the lining system manufacturer. 1.5 RESPONSIBILITY FOR OVERFLOWS OR SPILLS A. It shall be the responsibility of the CONTRACTOR to schedule and perform his work in a manner that does not cause or contribute to incidence of overflows or spills of sewage from the sewer system. CURED -IN -PLACE PIPE LATERAL LINER 02563 - 3 WATER CONVEYENCE SYSTEM LONG-TERM REMEDIATION PROGRAM PROJECT NO. 11273 PROJECT # 9 SEWER BASIN A-11 AND ANNUAL SEWER REPAIR CONTRACT B. In the event that the CONTRACTOR's work activities contribute to overflows or spills, the CONTRACTOR shall immediately take appropriate action to contain and stop the overflow, clean up the spillage, disinfect the area affected by the spill and notify the designated OWNER in a timely manner. C. CONTRACTOR will indemnify and hold harmless the OWNER and ENGINEER for any fines or third -party claims for personal or property damage arising out of a spill or overflow that is fully or partially the responsibility of the CONTRACTOR, including the legal, engineering and administrative expenses of the OWNER and ENGINEER in defending such fines and claims. 1.6 WARRANTY A. A written guarantee of 5 years in length shall be provided by the CONTRACTOR to the OWNER against any breakdown of the liner material, inadequate structural strength or any shortcoming in workmanship. PART 2 PRODUCTS 2.1 MATERIALS A. CIPP Lateral Lining Tube: 1. The lateral tube and the mainline liner section will consist of one or more layers of flexible needled felt or an equivalent non -woven material. The tube will be continuous in length and wall thickness shall be uniform. No overlapping sections shall be allowed in the circumference or the length of the lateral liner, with the exception of the overlap between the interface seal and the lateral liner. The tube will be capable of conforming to offset joints, bells, 45 degree bends, 90 degree bends and disfigured pipe section. 2. The CIPP lateral liner installation will be accomplished remotely using air or water for inversion and curing. The cured -in -place pipe shall provide a smooth interior surface and shall conform to the existing pipe and eliminate any groundwater infiltration or connection to the outside of the host pipe/service. 3. The CIPP short lateral liner / interface seat shall be installed from the mainline sewer and shall extend a minimum of 3 feet inside the lateral. No clean out is or should be required for the installation of the connection seal and the short lateral liner system. 4. The CIPP standard lateral liner (lateral liner in excess of 3 feet) shall be installed utilizing existing 4 inch diameter clean outs installed at the property line. It is the intent of these contract documents that all lateral lining / work be accomplished utilizing existing clean outs. If a lateral has been identified to be repaired by means of a lateral liner installation, and no clean outs exist at the property line, the CONTRACTOR shall obtain authorization from the ENGINEER / OWNER to install a new clean -out. CURED -IN -PLACE PIPE LATERAL LINER 02563 - 4 WATER CONVEYENCE SYSTEM LONG-TERM REMEDIATION PROGRAM PROJECT NO. 11273 PROJECT # 9 SEWER BASIN A-11 AND ANNUAL SEWER REPAIR CONTRACT B. Resin: 1. The resin used to impregnate the tube and the connection seal shall produce a cured tube that shall be resistant to shrinkage, shall not corrode or oxidize, and shall also be resistant to abrasion from solids, grit, and sand in wastewater. The resin shall have proven resistance to the municipal wastewater environment that may comprise, as a minimum, all of the following factors: a. Immersion in septic sewage at temperatures up to 75 degrees F. b. Exposure to hydrogen sulfide gas from septic sewage at temperatures up to 75 degrees F. 2. The resin shall have proven resistance to ultra -violet light (sunlight) at any stage prior to installation. 3. The resin shall be a neat, epoxy resin and shall be solvent free. Vinylester and polyester resins are not acceptable. 4. The resin system proposed shall not contain silicones, sterates, and / or natural waxes that would adversely affect the adhesives properties or any other chemical or physical properties of the CIPP liner. 5. The internal wall color of the cured liner shall be a light reflective color so that a clear detail CCTV inspection can be accomplished. 6. The chemical resistance of the resin system selected shall have been tested by the resin manufacturer in accordance with ASTM D543. Exposure to the chemical solutions listed in Table 1 shall be conducted at temperature of up to 75 degrees F. This test shall be conducted for a minimum period of one month and shall result in a loss of not more than 20 percent of the initial structural properties. Table 1. Minimum Chemical Resistance Requirements for Typical Municipal Sewer Applications. ASTM 13543. Chemical Solution Concentration % Tap Water (pH 6-9) 100 Nitric Acid 5 Phosphoric Acid 10 Sulfuric Acid 10 Gasoline 100 100 Vegetable Oil Detergent or Soap 0.1 7. The resin system shall be manufactured by a company selected by the CIPP supplier. Resins complying with the requirements in Table 2 shall be used- C. CIPP Properties: The CIPP after curing shall meet the minimum structural properties listed below: CURED -IN -PLACE PIPE LATERAL LINER 02563 - 5 WATER CONVEYENCE SYSTEM LONG-TERM REMEDIATION PROGRAM PROJECT NO. 11273 PROJECT # 9 SEWER BASIN A-11 AND ANNUAL SEWER REPAIR CONTRACT Table 2. CIPP Initial Structural Properties - ASTM F1216-03 Property _ ASTM Method ,Minimum Value Tensile Strength D638 3,000 psi Flexural Strength D790 4,500 psi Short Term Flexural Modulus of Elasticity D790 250,000 psi D. CIPP Thickness: The minimum thickness for the CIPP, after curing, shall be calculated based on the following design conditions in accordance with ASTM 1216: a. Fully deteriorated pipe condition. b. The CIPP is subjected to a full soil load of 120 pounds per cubic foot C. The modulus of soil reaction for pipe zone backfill material is 1,000 psi. d. The CIPP is subject to a groundwater elevation at ground surface. e. The long-term flexural strength and long-term flexural modulus of elasticity for CIPP shall be equivalent to 50 percent of the initial flexural strength and initial flexural modulus of elasticity, respectively, as measure in accordance with ASTM D790. f. The minimum overall factor of safety is 2.0. g. The design life of the CIPP repair shall be 50 years. E. Interface Seal 1. The interface seal shall have structural properties in accordance with ASTM F1216 and as referenced in Table 2 - CIPP Initial Structural Properties. The interface seal shall meet the 50 year design life of the CIPP lateral liner. The interface seal shall meet the conditions above and shall conform to one of the following two methods: a. Method A: A full -circle 16 inch long CIPP mainline liner integrally manufactured to the lateral liner providing a seamless connection between the mainline liner and the lateral liner, b. Method B: The interface seal shall be of one-piece construction and shall be designed such that when expanded shall tightly fit both T and Y connections at the interface between the mainline and the lateral pipe. The interface seal shall provide a minimum of a three (3) inch overlap inside the mainline and shall extend inside the lateral pipe past the first lateral joint a minimum of three (3) feet. 2. Interface seals shall be designed for either a "T° or °Y" fitting and / or shall be able to accommodate either condition without wrinkles or folds when installed. 3. The interface seal shall provide a watertight connection between the service connection and the mainline. The interface seal and lateral liners shall be installed according to the following two instances: CURED -IN -PLACE PIPE LATERAL LINER 02563 - 6 WATER CONVEYENCE SYSTEM LONG-TERM REMEDIATION PROGRAM PROJECT NO. 11273 PROJECT # 9 SEWER BASIN A-11 AND ANNUAL SEWER REPAIR CONTRACT a. On main line sewers that have been lined under this contract, or previously lined by CIPP methodology, each reinstated lateral that has not been identified to be rehabilitated by means of a CIPP lateral lining shall have a connection seal installed in accordance with Section 2.1.E.1 — Method A or B of this specification. The interface seal shall extend at least past the first lateral joint past the connection to the mainline pipe and a minimum of 3 feet into the lateral b. Each reinstated lateral that has been identified to be rehabilitated by means of a CIPP lateral lining shall have an interface seal installed in accordance with Section 2.1.E.1 — Methods A or B of this specification. The lateral repair shall extend from the interface seal at least 15 feet into the lateral.. The ENGINEER shall determine what method will be utilized. C. For laterals identified to be rehabilitated on mains without a CIPP type lining, the interface seal shall be installed in accordance with Section 2A .E.1 method A of this specification. Additional length of lateral rehabilitation will be as described above. 4. If the interface seal requires insertion, the seal shall be completely installed via remote device without excavation. The interface seal between the lateral liner and the mainline sewer pipe shall be compatible with the mainline liner and the later liner / pipe. 5. The CONTRACTOR shall base his / her bid on one of the named manufacturers in this specification for the lateral liner or the connection seal. Bids that are not based on one of the named manufacturers in this specification for lateral liner or the connection seal will be considered unresponsive. F. Manufacturers: 1. T Liner of LMK Enterprises, Inc. 2. Saddle Liner of EasyLiner, LLC 3. LCL of Nu -Flow Technologies, Inc: 4. TOP HAT System of AMerid Supplies, Inc. 5. Max Liner of Applied Felts, Inc. 6. Service Lateral Rehabilitation System of Insituform Technologies, Inc. 7. Perma-Liner Lateral Lining System of Perma-Liner industries, Inc. 8. No other manufacturers will be accepted. G. Cleanouts 1. No cleanouts shall be installed without authorization from ENGINEER / OWNER 2. PVC cleanout and cover as specified for cleanouts to be installed in vegetated areas. 3. Cast iron cleanout for cleanouts to be installed in paved areas as directed by the ENGINEER. a. USF # 7635 Sewer Valve Box and Cover b. Or equal. CURED -IN -PLACE PIPE LATERAL LINER 02563 - 7 WATER CONVEYENCE SYSTEM LONG-TERM REMEDIATION PROGRAM PROJECT NO, 11273 PROJECT # 9 SEWER BASIN A-11 AND ANNUAL SEWER REPAIR CONTRACT PART 3 EXECUTION 3.1 DELIVERY, STORAGE AND HANDLING A. If the flexible tube is impregnated with resin at the factory, it shall be transported, installed, and cured before expiration of the shelf life. B. Impregnated tube shall be stored and transported under refrigerated, ultraviolet light -free conditions. C. Each liner shall be accompanied with the appropriate documentation indicating time and date of liner manufacturing, felt thickness, number of layers, length of liner, resin type and name, hardener type and name, batch numbers, mixing ratios, etc. D. No cuts, tears, or abrasions shall occur,during handling. The CONTRACTOR shall not place the tube, into the host pipe before the OWNER inspects the tube. 3.2 TEMPORARY FLOW BYPASS AND DIVERSION PUMPING A. The CONTRACTOR shall provide for the transfer of flow, through or around section or sections of pipe that are to be repaired. The proposed bypassing system shall be approved in advance by the ENGINEER. The acceptance of the bypassing system in advance by the ENGINEER shall in no way relieve the CONTRACTOR of responsibility and/or public liability. Temporary flow bypass and diversion pumping shall be carried out in accordance with Section 02734, FLOW BYPASS PUMPING SYSTEM. 3.3 PRE -INSTALLATION PROCEDURES A. All requisite pre -installation submittals shall be approved, including traffic management measures, safe pedestrian passage, provision of vehicular access to property, bypass/diversion pumping and emergency measures prior to the commencement of any work. B. The CONTRACTOR shall CCTV inspect the lateral line immediately prior to reconstruction and determine the overall structural condition of the lateral. C. If the lateral liner installation requires the use of a cleanout, the rehabilitation work shall be accomplished utilizing existing clean outs. No clean outs shall be installed without the express written authorization from the ENGINEER / OWNER. D. Preconditioning shall be carried out in accordance sections 02751 - PREPARATORY CLEANING; 02762 - ROOT REMOVAL; and 02764 - CHEMICAL GROUTING. In addition, the CONTRACTOR shall, prior to installation of the lining, high pressure flush and vacuum the lateral and remove grease buildup or any other obstruction that may interfere with lining operations. E. No interface seal shall be installed in the presence of active infiltration. Infiltration at the lateral interface shall be controlled by grouting in accordance with Section 02764 — CHEMICAL GROUTING. CURED -IN -PLACE PIPE LATERAL LINER 02563 - $ WATER CONVEYENCE SYSTEM LONG-TERM REMEDIATION PROGRAM PROJECT NO. 11273 PROJECT # 9 SEWER BASIN A-11 AND ANNUAL SEWER REPAIR CONTRACT F. The CONTRACTOR shall obtain approval from the field inspector representing the OWNER, before the connection seal can be installed. G. Lateral lining shall only occur after the corresponding mainline sewer has been lined, tested and approved by ENGINEER. It is the responsibility of the CONTRACTOR to ensure the proper sequence of work, between the mainline and lateral lining activities. Lining of laterals before planned mainline lining activities have been completed and accepted by ENGINEER, will require the CONTRACTOR to completely re -line all laterals that were previously lined along the corresponding mainline pipe segment at no cost to the OWNER. H. All debris removed from the sewer during cleaning shall be transported in watertight containers and disposed of n accordance with all local, state and federal regulations. I. The CONTRACTOR shall notify all the residents affected by this construction at least 24 hours prior to any service disruption affecting their service connection. The mainline sewer shall be kept in operation at all times during the rehabilitation of the lateral lines. 3.4 GENERAL INSTALLATION PROCEDURES A. Wet Out: 1. Thoroughly saturate flexible tube prior to installation. Catalyst system or additives compatible with the resin and flexible tube shall be as recommended by the manufacturer. 2. Handle the resin impregnated flexible tube to retard or prevent resin setting until it is ready for insertion. 3. The CONTRACTOR shall complete a wet -out process control sheet for every lining completed. The control sheets shall provide the following information: a. Liner manufacturer b. Liner diameter C. Number of layers d. Resin amount e. Resin type f. Resin manufacturer g. Batch number h. Hardener name i. Batch number j. Mixing ratios k. Vacuum pressure of impregnation process I. Wet -out start time and date B. Insertion: 1. CIPP shall be installed in accordance with the practices outlined in ASTM F1216 for direct inversion installations. 2. The CIPP short lateral / interface seal shall be installed from the mainline sewer up to 3 feet inside the lateral. No cleanout is required for the installation of the connection seal and the short lateral liner system. CURED -IN -PLACE PIPE LATERAL LINER 02563 - 9 WATER CONVEYENCE SYSTEM LONG-TERM REMEDIATION PROGRAM PROJECT NO. 11273 PROJECT # 9 SEWER BASIN A-11 AND ANNUAL SEWER REPAIR CONTRACT 3. The CIPP lateral liner shall be installed from the mainline and shall utilize existing 4 inch diameter cleanout at the property line. 4. The CONTRACTOR shall document the placement of the CIPP lateral liner by internal video inspection with the camera being inserted from the lateral cleanout down to the mainline pipe. The installer shall be capable of viewing the lateral liner contacting the lateral pipe from the beginning to the end of the repair. Video documentation of the lateral liner contracting the lateral pipe, prior to curing shall be provided to the OWNER. 5. The lubricant shall be used to reduce friction between the host pipe and the liner during the inversion or pull -in process. The lubricant used shall be a non -toxic product with no detrimental effects no the liner and will be compatible with the wastewater treatment plan operations. 6. Any cured tube / resin composite pipe left protruding from the service connection shall be trimmed back using a hydraulic -powered robotic cutting device specifically designed for cutting cured -in -place pipe. 7. - The addition of water pressure shall be adjusted to cause the impregnated flexible tube to invert from the mainline to lateral clean -out, holding the tube tight against the host sewer pipe. 8. If water is used to accomplish the inversion process, the CONTRACTOR shall complete an installation process control sheet for every lining completed. The control sheets shall provide the following information: a. Liner length b. Hydrostatic head at the point of inversion C. Hydrostatic head at the termination point d. Time when inversion process starts e. Time start cutting ends. 9. If air or steam issued in the inversion process, the liner manufacturer shall provide the minimum pressure required to hold the tube tight against the host pipe and maximum pressure allowable to not damage the tube. Once the inversion has started, the pressure shall be maintained between the recommended pressure range until the inversion has been completed. Should the pressure deviate from within this range, the installed liner shall be removed. The CONTRACTOR shall complete an installation process control sheet for every lining completed. The control sheets shall provide the following information. a. Liner length b. Minimum pressure G. Maximum pressure d. Time and pressure when inversion process starts and every ten minutes until inversion process is completed. e_ Time start cutting ends. C. Interface Seal Installation The interface seal shall be properly expanded to tightly fit the lateral interface. A full protocol for time and temperature shall be completed and documented for the proper curing of the seal. CURED -IN -PLACE PIPE LATERAL LINER 02563 - 10 WATER CONVEYENCE SYSTEM LONG-TERM'-REMEDIATION PROGRAM PROJECT NO. 11273 PROJECT # 9 SEWER BASIN A-11 AND ANNUAL SEWER REPAIR CONTRACT 2. The CONTRACTOR shall complete a curing process control sheet for every lining- completed. The control sheets shall provide the required temperatures and time for the different steps of the curing process such initial, post cure, and cooling as outlined in ASTM F1216-03. The curing process shall be conducted in accordance with the practices outlined in ASTM F1216-03. 3. The heat source should be fitted with suitable monitors in accordance with the ASTM F1216-03. The temperature of the incoming and outgoing heat source shall be recorded in order to determine when uniform temperature is achieved throughout the length of the liner. Thermocouples shall be installed at the top and bottom of the liner between the liner and the host pipe to appropriately control the curing process of the resin. 4. If air or steam is used in the curing process, the liner manufacturer shall provide the minimum pressure required to hold the tube tight against the host .pipe and maximum pressure allowable to not damage the tube. Once the inversion has started, the pressure shall be maintained between the recommended pressure ranges until the inversion has been completed. Should the pressure deviate more than 2.3 feet of water from within this range, the installed liner shall be removed. 5. If the curing process occurs at ambient temperature, the CONTRACTOR shall record the time when the curing process starts, time for initial hardness and time when full cure is accomplished. D. Finish: The finished CIPP shall be continuous and free from visual defects such as foreign inclusions dry spots, pinholes, de -lamination, and wrinkles greater in length than 1 % of the pipe ID. Any section of lining with such defects shall either be removed and replaced at no additional cost to the OWNER or the CONTRACTOR will. not. receive payment for any work associated with rehabilitating the lateral in question (including connection seal). E. Clean Up: After liner installation has been completed and accepted, the CONTRACTOR shall clean up the entire project area and restore the site to its original condition prior to the commencement of work. All excess material and debris not incorporated into the permanent installation shall be disposed of by the CONTRACTOR. 3.5 POST TELEVISING OF COMPLETED WORK A. Following completion of CIPP liner installation, a CCTV inspection shall be completed in accordance with Section 02752, TELEVISION SURVEY. Submit to the OWNER a color VHS videotape showing completed work- B. Correction of failed CIPP or CIPP deemed defective from post -installation television inspection or test reports for structural values, thickness, etc., shall be repaired as determined by ENGINEER at no extra cost to the OWNER. Method of repair, which may require field or workshop demonstration, shall be approved by ENGINEER. CURED -IN -PLACE PIPE LATERAL LINER 02563 - 11 WATER CONVEYENCE SYSTEM LONG-TERM REMEDIATION PROGRAM PROJECT NO. 11273 PROJECT # 9 SEWER BASIN A-11 AND ANNUAL SEWER REPAIR CONTRACT C. An internal condition survey shall be allowed for in the CONTRACTOR's installation rates and work schedule, to be carried out 1 year following the installation of the repair. Should any fault be found with the repair, the fault shall be rectified as specified by ENGINEER at no cost to OWNER. Rectification may include complete removal and installation of new CIPP. Correction of failed CIPP or CIPP deemed defective from mid -warranty internal condition inspection or test reports for structural values, thickness, etc., shall be repaired or replaced at no cost to the OWNER. 3.6 TESTING A. Laboratory Testing: 4. For every 10 laterals lined, two flat plate samples shall be processed and tested. The CONTRACTOR shall prepare the flat plate samples on site using the actual CIPP liner being installed. Once the liner is applied to the clamped mold, the sample shall be placed in either the upstream or downstream manhole, to simulate the environmental conditions that the lateral Finer being installed will experience during the curing process. After the curing process has been completed, the sample shall be removed, labeled and sent to the laboratory facility for physical properties testing. 2. Samples shall be tested for modulus of elasticity and flexural strength in accordance with ASTM D790. Preparation and testing samples shall be performed in accordance with the approved submittals. Failure of either the modulus or flexural strength tests on either sample shall be grounds for the rejection of all CIPP liners installed since the last successful test. 3. Testing shall be completed by accredited laboratory at the CONTRACTOR's expense. The COTNRACTOR shall submit the chosen laboratory with appropriate accreditation documentation for approval by the ENGINEER prior to testing. Testing results shall be provided to the ENGINEER and OWNER within seven days of receipt. B. Hydrostatic Testing — Low Pressure Air Test 1. Random low pressure air tests shall be performed as directed by the ENGINEER. a. On ten percent (10%) of the laterals repaired under this contract. b. If more than ten percent (10%) of the air tests fail an additional 10% of the laterals will be selected by the ENGINEER to be tested at no additional cost. c. If more than twenty-five percent (25%) of the air tests fail, the ENGINEER may direct the CONTRACTOR to test all of the repaired laterals at no additional cost. '.. Low Pressure Air Test Procedure a. Place test balls no more than 5 inches inside the CIPP lateral liner at the upper point of the repair. b. Place test balls in the mainline a minimum of 12 inches from and centered on the lateral opening. c. Introduce air into the sealed line until an internal pressure of 4.0 psig is achieved. CURED -IN -PLACE PIPE LATERAL LINER 02563 -12 WATER CONVEYENCE SYSTEM LONG-TERM REMEDIATION PROGRAM PROJECT NO. 11273 PROJECT # 9 SEWER BASIN A-11 AND ANNUAL SEWER REPAIR CONTRACT d. Allow the pressure to stabilize for 2 minutes, but in no case let the pressure drop to less than 3.5 psig. e. If the pressure drops 1.0 psig in less than 4 minutes, the test will be considered to have failed. 3. If the lined lateral fails the air test, the CONTRACTOR shall locate the leak and perform corrective measures including: a. Re -inspection of the lateral by CCTV b. Repair using materials and methods contained in this specification c. Repeat the air test END OF SECTION CURED -IN -PLACE PIPE LATERAL LINER 02563 - 13 WATER CONVEYENCE SYSTEM LONGTERM REMEDIATI"ON PROGRAM PROJECT NO. 11273 PROJECT # 9 SEWER BASIN A-11 AND ANNUAL SEWER REPAIR CONTRACT SECTION 02575 SURFACE RESTORATION PART 1 GENERAL 1.1 STANDARD SPECIFICATIONS A. When referenced in this Section, shall mean Florida Department of Transportation, Standard Specifications for Road and Bridge Construction, current edition. 1.2 INTENT A. Specific surface restoration requirements are detailed in this and other sections. B. For pipeline projects, the intent of these Specifications and the criteria of Section 01025, MEASUREMENT AND PAYMENT, is that the roadway, adjacent right-of-way, and properties affected by construction activity shall be returned to their pre-existing condition, unless otherwise indicated by these Contract Documents. 1. For pipelines constructed in the right-of-way between the sidewalk and edge of pavement, the ground surface will be graded into a swale as shown on the Drawings and provided with sod. a. Argentine Bahia sod will be used for areas without irrigation systems, except where St. Augustine turf existed previously. b. St. Augustine Floritam" sod will be used for areas with irrigation systems and in locations with similar, existing turf. 2. Driveways and sidewalks will be placed in kind, using similar materials of construction. 3. Trees, shrubs, and personal property (e.g. mail boxes) located in the swale area shall be relocated or replaced in kind, in accordance with the provisions of these Specifications. C. For work areas disturbed by the CONTRACTOR for convenience, the area affected shall be restored in kind. The costs of this restoration shall be incidental to the cost of the Work. 1.3 WORK INCLUDED A. This Section covers the Work necessary to replace all pavement, curbs, sidewalks, rock surfacing, and other street features damaged either directly or indirectly by the operations incidental to the construction described in other sections of these Specifications. B. Where the materials, construction procedures, degree of compaction of materials, and the method of control and testing, as required in these Specifications differ from the Standard Specifications requirements, the more stringent requirements shall apply. SURFACE RESTORATION 02575 - 1 WATER CONVEYENCE SYSTEM LONG-TERM REMEDIATION PROGRAM PROJECT NO. 11273 PROJECT # 9 SEWER BASIN A-11 AND ANNUAL SEWER REPAIR CONTRACT C. Provide finished gradation and grassing for all areas directly or indirectly disturbed by lining activities. 1.4 OPTIMUM MOISTURE CONTENT A. "Optimum moisture content" shall be determined by the ASTM standard 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. 1.5 TEMPORARY TRENCH REPAIR OR STABILIZATION A. Following pipe installation and prior to permanent trench repair or asphalt replacement, temporary trench repair will be defined as one of the following: 1. Installation of flowable fill as described in this Section and FDOT Standard Specifications. 2. Installation of the compacted base course and prime coat as described in this Section. PART 2 PRODUCTS 2.1 GENERAL A. All materials for replacement of existing base course and asphalt surfacing shall conform to the Standard Specifications except as modified herein. B. The CONTRACTOR will be responsible for furnishing satisfactory materials that meet the Specifications and shall provide such tests during the course of the work as are necessary to assure that the quality of the material used meets the Specifications. 2.2 LIME ROCK BASE COURSE A. Aggregate quality and gradation shall meet the requirements of Section 911 of the Standard Specifications. 2.3 BITUMINOUS PRIME AND TACK COAT A. Prime Coat: Material shall be cutback asphalt, Grade RC-70 or RC-250 meeting the requirements of Section 916-2 of the Standard Specifications, or approved equal. B. Tack Coat: Material shall be emulsified asphalt, Grade RS-2, SS-1, or SS-1 H meeting the requirements of Section 916-4 of the Standard Specifications. SURFACE RESTORATION 02575 - 2 WATER CONVEYENCE SYSTEM LONG-TERM REMEDIATION PROGRAM PROJECT NO. 11273 PROJECT # 9 SEWER BASIN A-11 AND ANNUAL SEWER REPAIR CONTRACT 2.4 ASPHALT CONCRETE A. The asphalt concrete for trench leveling, erestoration of Section 334 of the Type S-III or SP-9.5 (coarse) , meetingrequirements Standard Specifications. B. Aggregate: The aggregate shall meet the requirements of Section 334 of the Standard Specifications. C. Submit test results from commercial testing laboratories to the ENGINEER to show that the materials meet the quality and gradation requirements. 2.5 FLOWABLE FILL q, Provide flowable fill with a mix design ons foretexca atablthe ge,Irements of flowable fills Flowab e1 of the (FDOT) Standard Specifications of the fill may be allowed as a substitute for compacted base upon approval ENGINEER, at no additional cost. 2,6 CONCRETE A. Concrete shall be 3,000 psi minimum concrete meeting the requirements of Section 345 of the Standard Specifications. B. Concrete Forms: All forms for curbs and sidewalks shall be either 2-inch dimensioned lumber, plywood, or metal forms. Forms on the face of the curb shall have no horizontal form joints within 7 inches of the top of the curb. C. Curing Compound: Meeting the requirements of Section 925 of the Standard Specifications, D. Reinforcing Steel: Conform to ASTM A615, Grade 60. 2.7 TRAFFIC MARKINGS A. All traffic striping markings (i.e., lane, edge of pavement, directional, CONTRACTOR duringrcotnst construction shall informational, etc.) damaged by be replaced with new painted items in meeting the requirements of Section 971 of the Standard Specifications. B. Raised reflective pavement markers (rpm's) damaged amaged byet the CONTRA TORS during construction shall be replaced with p the requireme of Section 706 of the Standard Specifications. C. The CONTRACTOR shall place and maintain temporary striping markings . throughout the course of the work until the permanent striping marking is placed on the final roadway surface. 02575 - 3 SURFACE RESTORATION WATER CONVEYENCE SYSTEM LONG-TERM REMEDIATION PROGRAM PROJECT NO. 11273 PROJECT # 9 SEWER BASIN A-11 AND ANNUAL SEWER REPAIR CONTRACT D. The CONTRACTOR shall provide painted traffic stripping at all intersections including stop bars and crosswalks as required whether they are currently stripped or not. It shall be the CONTRACTOR's responsibility to take a complete inventory and provide the appropriate permanent stripping after the completion of the work. 2.8 SWALE STABILZATION A. Materials used for stabilization of swale areas as indicated on the Drawings shall consist of suitable excess existing base material removed from trenching operations, if approved by the ENGINEER, crushed limerock, rock screenings, or other suitable material as approved by the ENGINEER. 1. Materials having a plasticity index of more than 10, or a liquid limit greater than 40 shall not be used. 2. Maximum dimension shall not exceed 1.5 inches. PART 3 EXECUTION 3.1 CONSTRUCTION PROCEDURE A. The ENGINEER reserves the right to vary the type of resurfacing as best serves the interest of the OWNER. Trench backfill shall be as specified in Section 02315 FILL AND BACKFILL. B. Replace all bituminous and concrete roadway pavement damaged or removed under this Contract with asphalt concrete regardless of original type. Pavement thickness shall be in accordance with the Drawings. C. In addition to the requirements set forth herein, the work shall conform to the applicable workmanship requirements of the state and county highway or municipal specifications. D. Water to control dust shall be used as directed by the ENGINEER until the trench repair has been stabilized. E. Base course and prime coat shall be installed to provide temporary trench stabilization within 5 working days of trench backfill or as soon thereafter as the as -built conditions and pipe slopes have been verified. F. Final, permanent trench repair, and paving shall be installed within 3 weeks of pipe verification and temporary trench stabilization, unless flowable fill is used for temporary trench repair, in accordance with the provisions of this Section. 3.2 CUTTING EXISTING PAVEMENT A. Where new pavement abuts existing pavement, the old pavement shall be trimmed by saw cutting to a straight line. Any pavement which has been damaged or which is broken and unsound shall be removed to provide a smooth, sound edge for joining new pavement. SURFACE RESTORATION 02575 - 4 WATER CONVEYENCE -SYSTEM LONG-TERM REMEDIATION PROGRAM PROJECT NO. 11273 PROJECT # 9 SEWER BASIN A-11 AND ANNUAL SEWER REPAIR CONTRACT 3.3 STREET MAINTENANCE A. Maintain all trenches as specified under Section 02316, EXCAVATION. 3.4 CONSTRUCTION OF BASE COURSE A. Base course shall be constructed in accordance with Section 200 of the Standard Specifications. B. Compact base materials to a minimum of 98 percent of the maximum density as determined by AASHTO T180. Corrections for oversize material may be applied to either the as -compacted field dry density or the maximum dry density, as determined by the ENGINEER. Where the base is constructed in more than one course, the density shall be obtained in each lift. C. Alternately, at no additional cost and with the approval of the ENGINEER, the CONTRACTOR shall provide a minimum 10 inches of 250 psi Plowable fill. The flowable fill shall be placed up to 1 1/2 inches from the top of the existing pavement. Flowable fill installed in accordance with this provision shall comply with temporary pavement restoration provisions. 3.5 MILLING OR GRINDING OF EXISTING ASPHALT PAVEMENT A. Milling of existing asphalt pavement shall meet the requirements of Section 327 of the Standard Specifications. B. Milling shall be used to. lower the grade of adjacent existing asphalt prior to trench repair to completely remove existing asphalt. C. Milled and ground asphalt can be mixed for use with the limerock base course material. 3.6 BITUMINOUS PRIME AND TACK COAT A. The bituminous prime coat shall be applied to the lime rock base immediately cted base course. The prime coat shall be fallowing the placement of the compa maintained with additional coats as determined by the ENGINEER as temporary restoration until the final asphalt surface is installed. Additional prime coats will be provided at no cost to the OWNER. B. The lime rock base shall be hard planed with a blade grader immediately prior to the application of the prime coat. C. The rate of application of the bituminous prime coat shall meet the requirements of Section 916-2 of the Standard Specifications. 02575 - 5 SURFACE RESTORATION WATER CONVEYENCE SYSTEM LONG-TERM REMEDIATION PROGRAM PROJECT NO. 11273 PROJECT # 9 SEWER BASIN A-11 AND ANNUAL SEWER REPAIR CONTRACT D. The bituminous tack coat shall be applied to existing asphalt surfaces prior to the placement of new asphalt, between layers of asphalt concrete surface courses, surfaces of concrete footings that will come in contact with the asphalt concrete pavement, and vertical faces of all longitudinal and transverse joints that have become compacted or cooled. E. The rate of application for the bituminous tack coat shall meet the requirements of Section 916-4 of the STANDRAD SPECIFICATIONS. 3.7 ASPHALT CONCRETE PAVEMENT REPLACEMENT A. Preparation for Paving: 1. A prime coat shall be applied over the full length of the roadway, and asphalt concrete pavement shall not be placed until the prime coat has cured as per the manufacturer's recommendations. 2. Should any holes, breaks, or irregularities develop in the roadway surface after the prime coat has been applied, they shall be patched with asphalt concrete immediately in advance of placing the asphalt concrete. 3. After the maintenance, patching, or repair work has been completed and immediately prior to placing the asphalt concrete pavement, the surface of the prime coat shall be swept clean of all dirt, dust, or other foreign matter. B. The proposed pavement reconstruction schedule consists of immediately paving over trenches as soon as possible after it has been determined that subbase and base have achieved required compactions. The base course will be brought up to the elevations indicated on the Drawings and asphalt placed to bring grade up to match existing pavement elevations as shown on the Drawings. C. For deep excavations where the pavement repair constitutes a full lane or roadway, workmanship shall conform to the standards and details of new road way construction. 1. Existing pavement less than 2-foot wide shall be removed or milled for base material 2. Full lane or width roadways shall have a consistent cross-section and straight edge of pavement delineation's. 3.8 CONSTRUCTION OF ASPHALT CONCRETE PAVEMENT OVERLAY — IF REQUIRED A. The CONTRACTOR shall place a layer of tack coat at a rate of 0.05 to 0.12 gallon per square yard over all areas to receive asphalt concrete. SURFACE RESTORATION 02575 - 6 WATER CONVEYENCE SYSTEM LONG-TERM REMEDIATION PROGRAM PROJECT NO. 11273 PROJECT # 9 SEWER BASIN A-11 AND ANNUAL SEWER REPAIR CONTRACT B. Lay asphalt concrete over all areas designated to be resurfaced. The asphalt concrete pavement overlay shall be placed in two'/ -inch lifts to a compacted depth of 1-1/2 inches or as shown on the Drawings. The method of proportioning, mixing, transporting, laying, processing, rolling the material, and the standards of workmanship shall meet the applicable requirements of Sections 320, 330, and 331 of the Standard Specifications. At no time shall the coarse aggregate segregated from the mix either from hand spreading or raking of joints be scattered across the paved mat. Such material shall be collected and disposed of. C. The ENGINEER will. examine the prepared roadway before the paving is begun and bring any deficiencies to the CONTRACTOR's attention to be corrected before the paving is started. Roll each lift of the asphalt concrete until roller marks are eliminated and compacted to 100 percent of.the laboratory compacted mixture. The grade, line, and cross section of the finished surface shall conform to the Drawings. Asphalt or asphalt strains which are noticeable upon surfaces of concrete or materials which will be exposed to view shall be promptly and completely removed. 3.9 ASPHALT CONCRETE PAVEMENT A. Workmanship in producing, hauling, placing, compacting, and finishing asphalt concrete shall meet the applicable portions of the Standard Specifications. 3.10 CONNECTIONS WITH. EXISTING FACILITIES A. Where the bituminous pavement is to be connected with an existing roadway surface or other facility, the CONTRACTOR will be required to modify the existing roadway profile in such a manner as to produce a smooth riding connection to the existing facility. The CONTRACTOR shall meet existing neat lines where required. - B. Where it is necessary to remove existing asphalt surfaces or oil mat surfaces to P proper roper meet lines and riding surfaces, the CONTRACTOR shall sawcut the existing surface so that there will be sufficient depth to provide a minimum of 1 inch of asphalt concrete, and the waste material shall be disposed of to the satisfaction of the ENGINEER. Prior to placing the asphalt concrete, these areas shall be tacked. Meet lines shall be straight and the edges vertical. The edges of meet line cuts shall be painted with liquid asphalt or emulsified asphalt prior to placing asphalt concrete. After placing the asphalt concrete, the meet line shall be sealed by painting with a liquid asphalt or emulsified asphalt and immediately covered with clean, dry sand. 3.11 CONSTRUCTION OF COURSES A. The asphalt concrete pavement shall be constructed in one or more courses as shown on the Drawings. 1. Rolling shall continue until all roller marks are eliminated and compacted to 100 percent of the laboratory compacted mixture has been obtained. SURFACE RESTORATION 02575 - 7 WATER CONVEYENCE SYSTEM LONG-TERM REMEDIATION PROGRAM PROJECT NO. 11273 PROJECT # 9 SEWER BASIN A-11 AND ANNUAL SEWER REPAIR CONTRACT 3.12 SURFACE TOLERANCE A. Tests for conformity with the specified grade shall be made by the CONTRACTOR immediately after initial compression. Any variation shall be immediately corrected by the removal or addition of materials and by continuous rolling. B. The completed surface of the pavement shall be of uniform texture, smooth, uniform as to grade, and free from defects of all kinds. The completed surface shall not vary more than 1/8 inch from the lower edge of a 12-foot straightedge placed on the surface along the centerline or across the trench. C. After completion of the final rolling, the smoothness and grade of the surface shall again be tested by the CONTRACTOR. D. When deviations in excess of the above tolerances are found, the pavement surface shall be corrected as stated in Section 330-12.4 of the Standard Specifications. E. All areas in which the surface of the completed pavement deviates more than twice the allowable tolerances described above shall be removed and replaced to the satisfaction of the ENGINEER. F. All costs involved in making the corrections of defects described above shall be borne by the CONTRACTOR and no compensation will be made for this work. 3.13 SAMPLES A. If directed by the ENGINEER, the CONTRACTOR shall without additional charge, provide the ENGINEER with test results of samples of asphalt concrete cut from the completed pavement or the individual courses thereof for each occurrence. Provide a minimum of three test cores located as directed by the ENGINEER. He shall also provide the ENGINEER with test results of samples of the uncompressed asphalt concrete mixtures and all materials incorporated in the work. 3.14 WEATHER CONDITIONS A. Asphalt shall not be applied to wet material. Asphalt shall not be applied during rainfall or any imminent storms that might adversely affect the construction. The ENGINEER will determine when surfaces and materials are dry enough to proceed with construction. Asphalt concrete shall not be placed during heavy rainfall or when the surface upon which it is to be placed is wet. 3.15 PROTECTION OF STRUCTURES AND ADJUSTMENT OF APPURTENANCES A_ Provide whatever protective coverings may be necessary to protect the exposed portions of bridges, culverts, curbs, gutters, posts, guard fences, road signs, and any other structures from splashing oil and asphalt from the paving operations. Remove any oil, asphalt, dirt, or any other undesirable matter that may come upon these structures by reason of the paving operations. SURFACE RESTORATION 102575 - 8 WATER CONVEYENCE SYSTEM LONGTERM REMEDIATION PROGRAM PROJECT NO. 11273 PROJECT # 9 SEWER BASIN A-11 AND ANNUAL SEWER REPAIR CONTRACT B. Where water valve boxes, manholes, catch basins, or other underground utility appurtenances are within the area to be surfaced, the CONTRACTOR shall adjust the tops of these facilities to. conform with the proposed surface elevations. The CONTRACTOR shall notify the proper authority and either raise or lower the appurtenances or make arrangements with that authority for having the facilities altered at the CONTRACTOR's expense before proceeding with the resurfacing. The CONTRACTOR will be responsible for making certain that appurtenances are brought to proper grade to conform with finished surface elevations and any delays experienced from such obstructions will be considered as incidental to the paving operation. No additional payment will be made. Protect all covers during asphalt application. All adjustments shall be made in accordance with the requirements of the respective utility. 3.16 EXCESS MATERIALS A. Dispose of all excess materials. Make arrangements for the disposal and bear all costs or retain any profit incidental to such disposal. 3.17 CONTRACTOR'S RESPONSIBILITY A. Settlement of replaced pavement over trenches within the warranty period shall be considered the result of improper or inadequate compaction of the subbase or base materials. The CONTRACTOR shall promptly repair all pavement deficiencies noted during the warranty period at the CONTRACTOR's sole expense. 3.18 SIDEWALKS AND CURBS A. Replace concrete sidewalks and curbs to the same section width, depth, line, and grade as that removed or damaged or as shown on.the .Drawings. The minimum thickness of sidewalks shall be 4 inches and 6 inches in driveways. Cut ends of existing curb to a vertical plane. Prior to replacing the sections, properly backfill and compact the trench to prevent subsequent settlement. B. Replace concrete sidewalks at scored joints and make replacement in a manner that will avoid a patched appearance. Provide a minimum 2-inch thick compacted leveling course of clean sand or gravel of quality hereinbefore specified. Finish concrete surface similar to the adjacent sidewalks. 3.19 DRIVEWAYS AND WALKS A. Replace asphalt driveways and walks in accordance with Paragraph ASPHALT CONCRETE PAVEMENT REPLACEMENT. B. Replace concrete and paver driveways in kind, using similar materials of construction_ Concrete driveways shall consist of a reinforced, 6-inch section. SURFACE RESTORATION 02575 - 9 WATER CONVEYENCE SYSTEM LONG-TERM REMEDIATION PROGRAM PROJECT N0. 11273 PROJECT # 9 SEWER BASIN A-11 AND ANNUAL SEWER REPAIR CONTRACT 3.20 PAINTING TRAFFIC STRIPES A. All areas having traffic stripes prior to paving shall be repainted. Temporary traffic painting shall be applied immediately after asphalt pavement has been placed. Permanent traffic painting may be applied only after the proper curing time for the asphalt. Painting traffic stripes (temporary and permanent) shall meet the requirements of Section 710 of the Standard Specifications. 3.21 INSTALLATION OF RAISED REFLECTIVE PAVEMENT MARKERS A. All areas having raised reflective pavement markers prior to paving shall be replaced. Temporary pavement markers shall be applied immediately after asphalt pavement has been placed. Permanent pavement markers may be applied only after the proper curing time for the asphalt. Pavement markers and adhesive (temporary and permanent) shall meet the requirements of Section 706 of the Standard Specifications. B. Spacing: As shown in the Roadway and Traffic Design Standards for Design, Construction, Maintenance and Utility operations on the State Highway System by the State of Florida, Department of Transportation, current edition. 3.22 PAVEMENT REPAIR A. All damage to pavement as a result of work under this Contract shall be repaired in a manner satisfactory to the ENGINEER and at no additional cost to the OWNER. The repair shall include preparation of the subgrade, placing and compaction of the lime rock base and placement of the final asphalt surface as described in this Section. B. The width of all repairs shall extend at least 12 inches beyond the limit of the damage with the edge of pavement left saw cut to a true edge with no irregularities. For county roads and city streets recently constructed or overlaid, the repair may be required to be full -lane width as shown on the Drawings. 3.23 SWALE RESTORATION A. Swale areas (areas between pavement edge and sidewalks, or right-of-way line if there is no existing or proposed sidewalk) shall be graded and restored to the pre-existing condition. Where storm inlets are present, the Swale shall have a consistent longitudinal slope towards the inlet. B. Swale areas with previously existing improved surfaces, including but not limited to asphalt, concrete, pavers, crushed or decorative rock shall be restored in kind. Asphalt paved areas shall be constructed with a minimum 6- inch stabilized subbase and minimum 6-inch compacted limerock base, primed and topped with minimum 1-inch asphalt. SURFACE RESTORATION 02575 - 10 WATER CONVEYENCE SYSTEM LONG-TERM REMEDIATIO'N PROGRAM PROJECT NO, 11273 PROJECT # 9 SEWER BASIN A-11 AND ANNUAL SEWER REPAIR CONTRACT C. Swale areas with previously unimproved or turfed surfaces will be restored with soil stabilization where existing natural soil will not support vehicle loads normally imposed by movement and parking of heavy vehicles without rutting and shifting of soil. Subject to the approval of the ENGINEER, this work may be performed in connection with preparation of subgrade or construction of the limerock base course. D. Swale areas with previously unimproved or turfed surfaces will be topped with sod. St. Augustine "Floritam" and two inches of topsoil shall. be used in irrigated areas and where St. Augustin t sod previously previoused st bllished Bahia sod shall be placed in all other areas no p Y improv END OF SECTION 02575 - 11 SURFACE RESTORATION WATER CONVEYENCE SYSTEM LONG-TERM REMEDIATION PROGRAM PROJECT # 9 SEWER BASIN A-11 AND ANNUAL SEWER REPAIR CONTRACT PROJECT NO, 11273 SECTION 02632 STORM DRAIN AND SANITARY SEWER PIPING A PART GENERAL 1.1 DELIVERY, STORAGE, AND HANDLING A. The storage of pipe at the Project site shall be done in accordance with pipe manufacturer's recommendations and with the approval of the ENGINEER. B. Marking at Plant: Mark each pipe and fitting at plant. Include date of manufacture, manufacturer's identification, specification standard, diameter of pipe, pipe class, and other information required for type of pipe C. Pipe, specials, and fittings received at Project site in damaged condition will not be accepted. D. Pipe and fittings shall not be stored on rocks or gravel, or other hard material that might damage pipe. This includes storage area and along pipe trench. E. Gasket Storage: Store in cool, well-ventilated ldlc e and do not exposedirect Y ofsun. Do not allow contact oils, fuels, petroleum, or solvents. F. Handling: 1. Pipe shall be protected during handling against impact, shock, and failing. 2. Heavy canvas, or nylon slings of suitable strength shall be used for lifting and supporting materials. Do not use chains or cables. 3. Lifting pips: during unloading or lifting into trench shall be done using two slings placed at quarter point of pipe section. Pipe may be lifted using one sling near center of pipe, provided pipe is guided to prevent uncontrolled swinging and no damage will result to pipe or harm to workmen. Slings shall bear uniformly against pipe. PART 2 PRODUCTS 2.1 PIPE AND FITTINGS A. As specified on the Data Sheets located at the end of this Section as a supplement. B. Damaged storm drain piping shall be replaced with the same size piping using materials as specified in this Section. STORM DRAIN AND SANITARY SEWER PIPING Q2632 - 1 WATER CONVEYENCE SYSTEM LONG-TERM REMEDIATION PROGRAM PROJECT NO. 11273 PROJECT # 9 SEWER BASIN A-11 AND ANNUAL SEWER REPAIR CONTRACT 2.2 JOINTS A. As specified on the Data Sheets located at the end of this Section as a supplement. 2.3 SERVICE AND DRAIN CONNECTIONS A. Pipe and fittings for individual service connection shall be of one type of material throughout. No interchanging of pipe and fittings allowed. Long -radius bends shall be used for changes in directions, unless approved otherwise by ENGINEER. B. All sewer service connections shall be PVC. C. Residential Service: 8 inch. D. Commercial Service, Including Motel and Apartments: 8 inch, unless shown otherwise. E. Cleanouts and Covers: 1. PVC for non -traffic areas as shown on the Drawings. 2. Cast iron valve box required for installation in driveways or traffic areas, USP 7615 ( FC); or equal. 2.4 CLOSED CIRCUIT TELEVISION (CCTV) EQUIPMENT' A. The CCTV camera with rotating lens or pan and tilt shall be color and one specifically designed and constructed for such inspections. Lighting and camera quality shall- be suitable to allow a clear, in -focus picture of a minimum of 6 inches to the entire inside periphery of the sewer pipe. The camera shall have a minimum resolution capability of 350 lines per inch. The camera shall record in VHS T 120 format. Do -not use long play as quality is not acceptable. B. Color television monitors shall be provided. Monitors shall have a resolution capability of no less than 350 lines per inch. Continuously displayed on the monitors as part of the video presentation shall be the date of the survey, number designation of the manhole section being surveyed, and a continuous forward or reverse readout of the camera distance from the manhole of reference. Picture quality and definition shall be to the satisfaction of the OWNER's representative and if unsatisfactory, equipment shall be replaced at the CONTRACTOR's expense. C. A Polaroid type camera shall be available for making still photos for reproduction. D. CCTV inspection of sewers is required prior to excavation to verify lateral locations. 2.5 PIPE BEDDING AND PIPE ZONE MATERIAL A. Granular material as specified in Section 02320, TRENCH BACKFILL, STORM DRAIN AND SANITARY SEWER PIPING 02632 - 2 WATER-CONVEYENCE SYSTEM LONG-TERM REMEDIATION PROGRAM PROJECT NO. 11273 . PROJECT # 9 SEWER BASIN A-11 AND ANNUAL SEWER REPAIR CONTRACT PART 3 EXECUTION 3.1 GENERAL A. Notify ENGINEER at least 2 weeks prior to field fabrication of pipe or fittings. B. Furnish feeler gauges of proper size, type, and shape for use during installation for each type of pipe furnished. C. Distributing Materials: Place materials along trench only as will be- used each day,. unless otherwise approved by ENGINEER. Placement of materials shall not be hazardous to traffic or to general public, obstruct access to adjacent property, or obstruct others working in area. 3.2 PRE -DIGGING AND RELOCATIONS OF WATER MAIN A. The CONTRACTOR is responsible to relocate protect laterals, and water appurtenanthat ces. within the construction limits of sewers, manholes Water mains shown on the drawings were located based on record drawings and general installation ater main horizontally or vertically ances it may be necessary to relocate the w because the actual location is too close to a structure or conflicts with the new sewer main. B. At some locations the pre -digging of a orel ocated main is called a result out on the of nDrawings. However, some water mains may have rmation gathered during the CONTRACTOR's excavation for the new sewers. C. In both instances, the CONTRACTOR is to expose the water main and provide the invert elevation and physical dimensions of the water main and. adjacent structures to the ENGINEER. After review of the information,the ENGINEER will direct the CONTRACTOR how to proceed with the relocation. D. When the CONTRACTOR is directed to relocate the water main it shall be accomplished by installing four 45-degree bends, two solid sleeves, and approximately 30 feet of PVC or DI pipe, depending on the existing material. 1. The complete installation shall have all restrained joints including the connections to the existing pipe. E. The CONTRACTOR may request a pre -dig and payment will be made only if the ENGINEER agrees that the situation justifies the need. F. In the instance wheetmea CONTRACTOR should be ocatedoes npaymentot gwbt beut hmade only for the decides that the water relocation. G. In the instance where theCONTRACTOR tONt Ewa O main shouldes lnobbeut thelocated,e actual l payment reveals to the ENGINE will be made only for the pre -digging. STORM DRAIN AND SANITARY SEWER PIPING 02632 - 3 WATER CONVEYENCE SYSTEM LONG-TERM REMEDIATION PROGRAM PROJECT NO, 11273 PROJECT # 9 SEWER BASIN A-11 AND ANNUAL SEWER REPAIR CONTRACT H. Only water mains 2 inches and larger shall be considered for payment. Water mains and services smaller than 2 inches in diameter shall be considered incidental to the installation of the new sewers and be relocated at the sole cost of the CONTRACTOR. 3.3 EXAMINATION A. Verify size, material, joint types, elevation and horizontal location of existing pipeline to be connected to new pipeline or new equipment. B. Damaged Coatings and Linings: Repair using coating and lining materials in accordance with manufacturer's instructions. C. Repairs to Reinforced Concrete Pipe section will be allowed, only if approved in writing by ENGINEER. Damaged pipe which, in opinion of ENGINEER, cannot be repaired, will be rejected and removed from the Project site. 3.4 EXCAVATION A. Excavate pipe trenches as specified in Section 02316, EXCAVATION. B. The amount of trench length permitted to be open at one time shall not extend more than 400 feet of the pipe laying operations, unless approved by the ENGINEER. C. Place and compact bedding material as specified in Section 02320, TRENCH BACKFILL. 3.5 PIPE PREPARATION AND HANDLING A. Pipe Distribution: Do not distribute more than 1 week's supply of materials in advance of laying, unless otherwise approved by ENGINEER. B. Inspect all pipe and fittings prior to lowering into trench to ensure no cracks, broken, or otherwise defective materials are being used. C. Clean ends of pipe thoroughly. Remove foreign material and dirt from inside of pipe and keep clean during and after laying. D. Use proper implements, tools, and facilities for the safe and proper protection of the work. E. Lower pipe into the trench in such a manner as to avoid any physical damage to the pipe. Remove all damaged pipe from the jobsite. Do not drop or dump pipe into trenches under any circumstances. STORM DRAIN AND SANITARY SEWER PIPING 02632 - 4 WATER CONVEYENCE SYSTEM LONG-TERM REMEDIATION PROGRAM PROJECT NO. 11273 PROJECT# 9 SEWER BASIN A-11 AND ANNUAL SEWER REPAIR CONTRACT 3.6 INSTALLATION OF PIPE, FITTINGS, AND APPURTENANCES A. General: 1. Keep trench dry until pipe laying and joining are completed. Take precautions to prevent "uplift" or floating of pipe prior to completion of backfill operation. If the excavation cannot be effectively dewatered the CONTRACTOR shall propose alternate pipe installation methodology for approval by the . ENGINEER prior to proceeding. All requirements of Section 02320, TRENCH BACKFILL, will remain in effect. 2. Pipe laying shall proceed upgrade with spigot ends pointing in direction of flow. 3. When field cutting or machining pipe is necessary, useonly tools olENGINEER. methods recommended by pipe manufacturer and approved 4. Excavate bell holes at each joint to permit correct assembly and inspection of entire joint. 5. Pipe shall be laidlasersrately to . Check forne and grade. Establish line and grade alignment and grade r pipe by use of la after joint has been made. 6. Measure for grade at pipe invert, not at top of pipe. 7. Pipe invert may deviate from line or grade up to 1/2 inch for line and 1/4 inch for grade, provided that finished pipe line will present a uniform bore, and such variation does not result in a level or reverse sloping invert, or.less than minimum slope shown. As -built information will be collected on a daily basis as provided in Section 01040, COORDINATION. Pipe runs with less than the required slope will be required to be removed and replaced at the CONTRACTOR'S expense. & Pipe bedding shall form a continuous and uniform bearing and support for the pipe barrel between joints. Pipe shall not rest directly on the bell or pipe joint. 9. Prevent entryof foreign material into gasketed joints. manufacturer. Assemble 10. Use gasket lubricant as recommended by gasket joint in accordance with recommendations of manufacturer. 11. No pipe shall be laid until the two preceding lengths have been thoroughly embedded in -place, so as to prevent moment or disturbance of the pipe. 12. Apply sufficient pressure in making joint to assure that joint is "home" as defined in standard installation instructions provided by pipe manufacturer. Inside joint space shall not exceed 50 percent of pipe manufacturer's recommended maximum allowance. 13. Whenever the pipe laying is discontinued, as at night, the unfinished end is to be securely protected from displacement by laying of the banks or from other injury, and a suitable stopper is to be inserted into the pipe end to prevent clogging of the pipe. 14. Plug or close off pipes which are stubbed off for manhole, concrete structure, or for connection by others, with temporary watertight plugs. 15. Connections between one pipe material and ollar, installed another flexible compression c , led in accordancewi h the manufacture's recommendations, or concrete closure collar. STORM DRAIN AND SANITARY SEWER PIPING 02632 - 5 WATER CONVEYENCE SYSTEM LONG-TERM REMEDIATION PROGRAM PROJECT NO. 11273 PROJECT # 9 SEWER BASIN A-11 AND ANNUAL SEWER REPAIR CONTRACT B. Connection to Structure or Manhole: 1. Locate standard pipe joint within 1.5 feet outside face of structure for pipe 18 inches and smaller and within one pipe diameter for pipe 21 inches and larger. 2. Connect PVC pipe to manhole or structure with pipe to manhole connector in accordance with manufacturer's recommendations. C. Crossing Waterlines: Where sanitary sewer crosses less than 18 inches below waterline, use ductile iron or PVC pressure pipe for crossing or encase in concrete envelope for a minimum distance of 9 feet on each side of waterline. D. Concrete Closure Collars: Only use concrete closure collars where shown or authorized by ENGINEER. E. Service Connections: 1. Minimum Slope: 1/8-inch per foot. 2. Minimum Trench Depth: 3 feet at property line or on property within permanent sewer easement. ENGINEER will determine required depth at end of line in each case. 3. Progress of Construction: Unless otherwise approved by ENGINEER, install service connections not more than 5 days after backfilling of sewer trench in block or equivalent 400-foot section of sewer. 4. Service Connection Tees or Wyes: Furnish tee orwye outlets with gasketed type joint or approved adapter to join service connection pipe. Concrete encase tees or wyes deeper than 12 feet. Do not encase joints at ends of tee or wye-fittings-. 5. Disconnecting and Reconnecting Existing Service Connections: a. Locate the existing service connections prior to constructing the tee in the new sewerline. b. First length of pipe out from tee on lateral or main shall not be greater than 3 feet in length. C. Maximum deflection permissible with any one fitting shall not exceed 45 degrees and shall be accomplished with long -radius curves or bends. Short -radius elbows or curves will not be permitted, except by permission of ENGINEER. d. Disconnect existing service connections from existing sewers to be abandoned and reconnect them to the new sewers. e. Make service connection to sewer system at manhole when directed by ENGINEER. Where service connection pipe is connected to manhole or concrete structure, make connection so standard pipe joint is located not more than 1.5 feet from structure. 3.7 BACKFILLING AND COMPACTION A. Backfill and compact all pipe trenches as specified in Section 02320, TRENCH BACKFILL. B. Repair excavations in roadways as specified in Section 02575, SURFACE RESTORATION. STORM DRAIN AND SANITARY SEWER PIPING 02632 - 6 WATER CONVEYENCE SYSTEM LONG-TERM REMEDIATION PROGRAM PROJECT NO. 11273 PROJECT # 9 SEWER BASIN A-11 AND ANNUAL SEWER REPAIR CONTRACT 3.8 WORK STOPPAGE A. If the Work is stopped on the whole or any part of the trench, and the same is left open for an unreasonable length of time in advance of the construction for any reason except delay in removing obstructions over which the CONTRACTOR has no control, the CONTRACTOR shall, when directed, refill such -trench or part thereof and temporarily repave over the same with 8-inch rock base and asphalt cold patch at his own cost and expense, and he shall not again open such trench or part thereof until he is ready to proceed with construction. 3.9 SEWER CLEANING AND CCTV INSPECTION A. Prior to final acceptance and final manhole -to -manhole inspection of the sewer system by ENGINEER, flush and clean all parts of the system. Remove all accumulated construction debris, t or nears the (closest dlotwnstdreamer foreign manhole. If material from the sewer system a necessary, use mechanical rodding or bucketing equipment. B. The following general procedure shall be followed to pressure clean and televise the sewer pipes. The work shall be accomplished completely in one manhole section at a time. A manhole section is defined as the length of pipe connecting two manholes. Internally inspect pipelines by CCTV after the completion of pipeline cleaning and testing. Conduct inspection in presence of ENGINEER. 1. High-pressure clean a manhole section. 2. Inspect.the manhole section internally with TV within 3 days of cleaning, and make.a.log of conditions encountered. 3. Simultaneous with TV inspection make a video tape recording of each manhole section. 4. Take Polaroid or digital photos of the monitor image as required by the ENGINEER. 5. Plug off manhole at ends of line so no flow enters new sewer pipe except that from service connections. 6. Pull cameraat uniform rate, stopping of camera shall notex properly fects. Maximum p eed3Q feet per m minute. C. Provide detailed information on the videotape at each starting manhole and similar information on the sewer logs. At a minimum, provide company name, project name, date of video, street name, manhole number, manhole -to -manhole run, manhole diameter, direction of flow, size of pipe, type of pipe, crew leader name, OWNERS's inspector's name, lateral location (footage from manhole), and direction (north, south, east, or west). D. Show sufficient detail to determine cracks in pipe, offset joints, leaking joints, sags and other flaws in pipeline installation. Record location of deficiencies by distance from center of reference manhole. E. Upon completion, playback tape ipresence process ENG NEE . 02632 - 7 WATER CONVEYENCE SYSTEM LONG-TERM REMEDIATION PROGRAM PROJECT NO: 11273 PROJECT # 9 SEWER BASIN A-11 AND ANNUAL SEWER REPAIR CONTRACT F. Correct deficiencies in pipe found as a result of video replay. Replace any sewer pipe which has any deficiencies specified. Grouting of leaky joints or damaged pipe on new sewer pipe will not be accepted. Reinspect the replaced pipe for deficiencies and replace pipe until no deficiencies exist. G. Dispose of cleaning water in a manner that will not damage or interfere with adjacent property and in a manner acceptable with ENGINEER and regulatory agencies. 3.10 HYDROSTATIC TEST A. General: 1. Notify ENGINEER in writing 5 days in advance of testing. Perform testing in Presence of ENGINEER. 2. Test sections of constructed sewer between stations only after service connections, manholes, and backfilling have been completed. Testing may be done prior to placement of asphaltic concrete or roadway structural section. 3. Isolate new pipelines that are connected to existing pipelines. Install pipe plugs as required to allow section of new pipe to be pressure tested. 4. Plug wyes, tees, stubs, and service connections with gasketed caps or plugs securely fastened or blocked to withstand infernal test pressure. Such plugs or caps shall be removable, and their removal shall provide socket suitable for making flexible jointed lateral connection or extension. 5. Furnish testing equipment and perform tests as approved by ENGINEER. Testing equipment shall provide observable and accurate measurement of leakage under specified' conditions. 6. Provide and bear costs of necessary water required for testing project piping. B. Testing Equipment Accuracy: Plus or minus 1/2-gallon of water leakage under specified conditions. C. Maximum Allowable Leakage: 0.16 gallons per hour per inch diameter per 100 feet. Include service connection footage in test section, subjected to minimum head specified. D. Exfiltration Test: 1. Hydrostatic Head: a. At least 6 feet above maximum estimated groundwater level in section being tested. b. No less than 6 feet above inside top of highest section of pipe in test section, including service connections. 2_ Length of Pipe Tested: Limit length such that pressure on invert of lower end of section does not exceed 30 feet of water column. E. Infiltration Test: Groundwater Level: At least 6 feet above inside top of highest section of pipe in test section, including service connections. STORM DRAIN AND SANITARY SEWER PIPING 02632 - 8 WATER CONVEYENCE SYSTEM -LONG-TERM REMEDIATION PROGRAM PROJECT NO. 1.1273 PROJECT # 9 SEWER BASIN A-11 AND ANNUAL SEWER REPAIR CONTRACT F. Piping with groundwater infiltration evenf pipe previously passed a rate e greater allowable rate pressure exf'iltration will be considered d test. G. Defective Piping Sections: Replace, and retest as specified. 3.11 LOW PRESSURE AIR TESTING A. In accordance with ASTM F-1417. B. General: 1. Notify ENGINEER in writing 5 days in advance of testing. Perform testing in presence of ENGINEER. 2. Test sections of constructed sewer between stations only after service connections, manholes, and baskhl� concrete or roadway structural have been completed. Testing may be done prior to placement of asphaltic section. 3. Isolate new pipelines that are connected to existing pipelines. Install pipe plugs as required to allow section of new pipe to be.pressure tested. 4. Plug wyes, tees, stubs, and service connections with pneumatic plugs. The plug design shall be such that they will hold against the test pressure without external blocking or bracing. Such plugs shall be removable, and their removal shall provide socket suitable for making flexible 3aiointed hose connections; connection or extension. One of the plugs shall have one for inflating the plug, one for reading the air pressure and one for introducing air into the sealed line. by ENGINEER. 5. Furnish testing equipment and perform tests as approved Testing equipment shall provide observable and accurate measurement of leakage under specified conditions. Calibrate gauges with standardized test gauge at start of each testing day. Install compressor, air piping manifolds, gauges, and valves at ground surface. 6. Provide pressure release device, such as rupture disc or pressure relief valve, to relieve pressure at 8 psig or less. Low pressure air testing cannot be used if the water table elevation is more than two feet over the top of the pipe. C. No person shall enter manhole or structure, or occupy area above opening of manhole or structure where pipe is under pressure. D. Low pressure air shall be slowly introduced into the sealed line until the internal air pressure reaches 4.0 psig greater than the average back pressure resulting from any groundwater above. the pipe. At least two minutes shall elapse to allow the pressure to stabilize. 02632 - 9 STORM DRAIN AND SANITARY SEWER PIPING WATER CONVEYENCE SYSTEM LONG-TERM REMEDIATION PROGRAM PROJECT NO. 11273 PROJECT # 9 SEWER BASIN A-11 AND ANNUAL SEWER REPAIR CONTRACT E. The time required for the internal pressure to decrease from 3.5 to 2.5 psig greater than the average back pressure shall not be less than the time shown for a given Pipe diameter: Pipe Diameter (in.l 8 10 12 15 18 Minimum Elapsed „Time (min.)) 7.5 9.25 11.25 14 17 F. Defective Piping Sections: Replace, and retest as specified. 3.12 SUPPLEMENTS A. The supplements listed below, following "END OF SECTION," are part of this Specification. 1. Data Sheets. Number Title -03 Polyvinyl Chloride (PVC) END OF SECTION STORM DRAIN AND SANITARY SEWER PIPING 02632 - 10 REMEDiATION PROGRAM PROJECT N.O. 11273 WATER CONVEYENCE SYSTEM LONG-TERM PROJECT # 9 SEWER BASIN A-11 AND ANNUAL SEWER REPAIR CONTRACT SECTION 02632-03 POLYVINYL CHLORIDE (PVC) Item Description ASTM D3034: Standard dimension ratio less than 26, except Pipe: 15-inch diameter that the cell classification shall be 12454-B or 12454-C as and under defined in ASTM D1784. Pipe: 18 through ASTM F679: Standard dimension ratio less than 18, except shall be 12454-C as defined in 24-inch diameter that the cell classification ASTM D1784. Ribbed Pr;,,qAM F794: Minimum stiffness of 46 psi when tested in that the cell 18- througrdance with ASTM D2412, except be 12454-C as definedin ASTM D1784. diametersification shall JointsM D3212 rubber asketed. GasketsM F477. Lubricants: As approved by manufacturer. PVC, gasketed. Provide plug when service piping is not . Fittings re uired. Removable. Removal shall provide a socket suitable for Plugs making a flexible jointed lateral connection or extension. Source Quality In accordance with specified ASTM. Control Testin END OF SECTION 02632-01 - 1 DS POLYVINYL CHLORIDE (PVC) 2 WATER CONVEYENCE SYSTEM 1 LONG-TERM REMEDIATION PROGRAM PROJECT NO. 11273 PROJECT # 9 SEWER BASIN A AND ANNUAL SEWER REPAIR CONTRACT SECTION 02734 FLOW BYPASS PUMPING SYSTEM PART '1 GENERAL 1.1 SYSTEM DESCRIPTION A. Performance Requirements. 1. It is essential to the operation of the existing sewage system that there is no interruption in the flow of sewage throughout the duration of the Project. COTNRACTOR shall provide, maintain, and operate all temporary facilities such as dams, plugs, pumping equipment (both primary and backup units as required), conduits, and all necessary power to intercept the sewage flow before it reaches the returntwhere it would interfere with it of he existing g s sewer downstream Work, past the Work, re mof the Work. 2. Design, install and operate the temporary pumping system. 3, Convey the sewage safely past this Work area. Do not stop or impede the main flows under any circumstances. 4. Maintain sewer flow around the Work area in a manner that will not cause surcharging of sewers, damage to sewers, and that will protect public and private property from damage and flooding. 5. Protect water resources, wetlands and other natural resources. B. Design Requirements: 1. Provide all pipeline plugs, pumps of adequate size to handle peak flow, and temporary discharge piping to ensure that the total flow of the sewer and service connections can be safely diverted around the section to be replaced. The system operating pressure shall be as required to pump into the system. 2. Install one bypass pump at each manhole to be bypassed. There shall be one back-up pump ready for immediate use in the event of any emergency or breakdown of any of the pumps. Each pumping location shall have provisions for immediate installation of a redundant pump without shutting the system down. ass pumping operations. 3. Single discharge piping shall be provided for all bypass Each individual discharge pipeline shall be of adequate size to convey the l required flow for the system's normaoperating tpumpi g equipment, withdrawal 4. Prevent unauthorized access to the bypass manhole and discharge manhole. b. To minimize odors, install the discharge piping to within 2 feet of the manhole bottom and provide lockable security covers with an inspection door over all section and discharge manholes. Covers can be made of 3/ inch plywood, securely fastened over the manholes. 6. if Work has been scheduled and approved by OWNER to be conducted at night, maintain onsite portable lights for emergency use only. 7. Discharge must have an isolation valve and a check valve. 8. Pump station cleanouts shall not be used for bypass pumping. 02734 - 1 FLOW BYPASS PUMPING SYSTEM WATER CONVEYENCE SYSTEM LONG-TERM REMEDIATION PROGRAM PROJECT NO. 11273 PROJECT # 9 SEWER BASIN A-11 AND ANNUAL SEWER REPAIR CONTRACT 1.2 1.3 SUBMITTALS A. Shop Drawings: Detailed plans and descriptions outlining all provisions and precautions regarding the handling of existing wastewater flows. This plan must be specific and complete including such items as schedules, locations, elevations, capacities of equipment, materials and all other incidental items necessary and / or required to ensure proper protection of the facilities, including protection of public and private property from damage and flooding by surcharging of sewers. The plan shall include, but not be limited to details of the following: 1. Staging area for pumps 2. Sewer plugging method and types of plugs. 3. Size, material, location and method of installation of suction piping. 4. Size, material, method of installation, and location of installation of discharge piping. 5. Bypass pump sizes, capacity and power requirements. 5. Calculations of static life, friction losses and flow velocity (pump curves showing pump operating range shall be submitted). 7. Downstream discharge plan 8. Method of protecting discharge manholes or structures from surface water infiltration, erosion and damage. 9. Pipe restraint methods and locations 10, Section showing any suction and discharge pipe depth, embedment, select fill and special backfill where required. 11. Method of noise control for each pump. 12. Any temporary pipe supports and anchoring required. 13_ Plans for access to bypass pumping location.. 14. Calculations for selection of bypass pumping pipe size. 15. Schedule for installation of and maintenance of bypass pumping lines. 16. Plan indicating selected location of bypass pumping line and air valve locations. 17. Inventory of disinfection materials in case of spillage. B. Quality Control Submittals: 1. Certification of vendor's compliance with qualifications included in article QUALITY ASSURANCE. 2. Weekly maintenance and inspection logs. QUALTIY ASSURANCE A. System operators to be full-time employees or specialized vendor with minimum 1 year experience in operating and maintaining bypass systems. Provide five references from project of similar size performed in the past 3 years. B. Be responsible for any spillage of raw sewage that results in civil or criminal charges from any local, state or federal agency. Bear costs for these charges and any required restoration. FLOW BYPASS PUMPING SYSTEM 02734 - 2 WATER CONVEYENCE SYSTEM LONG-TERM REMEDIATION PROGRAM PROJECT NO. 1.1273 PROJECT # 9 SEWER BASIN A-11 AND ANNUAL SEWER REPAIR CONTRACT 1.4 MAINTENANCE A. Maintenance Service: Ensure that the temporary pumping system is properly maintained and that a responsible operator is present at the site at all times when pumps are operating. g. Extra Materials: Spare parts for pumps and piping shall be kept onsite as necessary. Spare parts shall include, but not be limited to the following: Extra pipe for each size and repair materials for each bypass discharge,fine installed and backup pump. C. Adequate hoisting equipment for each pump and accessories shall be maintained on the site. PART 2 PRODUCTS 2.1 BYPASS PIPING MATERIALS A. Header Piping: Header piping shall be used to connect the pumps to the discharge piping. The header shall be constructed of rigid pipe with positive, restrained joints with a total maximum length of 50 feet. Under no circumstances will aluminum "irrigation" type piping or glued PVC pipe be allowed. Header piping will'only be allowed in short sections and by specific permission from the ENGINEER or OWNER. B. Discharge Piping: Discharge piping shall be used from the connection atthe header piping to the discharge point. Discharge piping and fittings shall be PVC pressure Class 100 conforming to AWWA C-900 standards. At the beginning of the Project, all discharge piping shall be new or shall be successfully pressured testing at 1.5 times the maximum discharge pressure of the pumping system to be used for bypass pumping. Pressure test shall be conducted in the presence of a registered professional engineer in the state of Florida. Said engineer shall submit a report to ENGINEER stipulating the materials, methods and results of the test and recommendation for safe and reliable use on this project. Discharge piping may be re -used for subsequent flow bypass pumping system placements however, the OWNER or ENGINEER at their sole discretion shall have the right to reject sections of discharge piping deemed by either of them to be unserviceable. 2.2 EQUIPMENT A. All pumps used shall be fully automatic self priming units that do not require the use of foot valves or vacuum pumps in the priming system. The primary and secondary pumps may either be electric or diesel. Pumps can be trailer mounted. All pumps used must be constructed to allow dry running for long periods of time to accommodate the cyclical nature of flows. B. Provide the necessary stop / start controls and a visual alarm indicating a pump malfunction for each pump. 02734 - 3 FLOW BYPASS PUMPING SYSTEM WATER CONVEYENCE SYSTEM LONG-TERM REMEDIATION PROGRAM PROJECT.NO. 11273 PROJECT # 9 SEWER BASIN A-11 AND ANNUAL SEWER REPAIR CONTRACT C. The back up pump shall be online, isolated from the primary system by a valve. D. Incorporate noise prevention measure for any and all equipment being used to insure minimum noise impact on the surrounding areas. If permission has been granted to the CONTRACTOR by OWNER to work beyond normal work hours, the following provisions shall be followed: I. Include:. hospital grade silencers or mufflers, equipment modifications and special equipment or sound barrier walls as necessary to limit noise levels below 55 decibels at a distance of 25 feet in the direction of any residential home for all diesel powered back up pumps. 2. In the event the CONTRACTOR fails to comply with maximum permissible noise level decibels in the operation of the flow bypass pumping system, the OWNER or ENGINEER may order the CONTRACTOR to stop operation of the flow bypass pumping system until such time as specified noise levels are achieved. The termination of the flow bypass pumping system for such reason shall not be the basis for any extension of Contract time nor for any claim for additional compensation. PART 3 EXECUTION 3.1 PREPARATION A. Precautions: 1. Locate any existing utilities in the area selected to locate the bypass pipelines. Locate bypass pipelines to minimize any disturbance to existing utilities, traffic and pedestrian access and obtain approval of the pipeline locations from OWNER, property owners, all utilities, and the ENGINEER prior to installation. 2. Bypass pump all wastewater flows as necessary while performing Work and coordinate all bypass pumping operations with the ENGINEER or OWNER. 3.2 INSTALLATION A. Plugging or blocking of sewage flows shall incorporate a primary and secondary plugging device. When plugging or blocking is no longer needed for performance and acceptance of work, it is to be removed in a manner that permits the sewage flow to slowly return to normal without surge, to prevent surcharging or causing other major disturbances downstream. B. When working inside manholes, exercise caution and comply with OSHA requirements when working in the presence of sewer gases, combustible or oxygen -deficient atmospheres and confined spaces. FLOW BYPASS PUMPING SYSTEM 02734 - 4 WATER CONVEYENCE SYSTEM 1 LONG-TERM REMEDIATION PROGRAM PROJECT NO. 11273 PROJECT # 9 SEWER BASIN AND ANNUAL SEWER REPAIR CONTRACT C. The bypass pipeline must be located off streets, sid oval forwalks and method(s)shoulders used when of the roads. CONTRACTOR must obtain OWNER s pp the bypass pipeline crosses local streets and private driveways. Maintenance of traffic shall be in accordance with Section 01001, GENERAL REQUIREMENTS. Obtain approvals for placement of the temporary pipeline within public rights -of - ways. D. Protect the bypass discharge line from damage in the areas of backhoe operations. Protection shall be by either concrete jersey barriers, water filled barriers or wood timbers. E. Confine the bypass discharge pipeline to the area within the temporary construction area andpermanent easement. Concrete confirne the movement of the dischaage pipelinrriers or e durinmber g relocation. 3.3 FIELD QUALITY CONTROL A. Test: Perform a hydrostatic pressure test for each section of discharge piping with a maximum pressureENGINEER times ER hall witness the test to ng pressure of the system. The or OWNensure that there are no leaks in the discharge piping prior to actual operation- B. Bypass pumping shall be prohibited unless lining activities are actively being performed. Bypass pumping shall be supervised continuously by qualified onsite personnel during bypass operation. 3.4 CLEANING A. Sewage remaining in the bypass discharge pipeline and / or pumping equipment hall beflushed with discharged mooved to the next working nsection. before C ty water bypasss pumping system is broken down and service must be protected by use of a backflow preventor. B. Disturbed area: Upon completion of the bypass pumping operation, clean up all areas disturbed by these operations, restoring same to a condition, including pavement restoration, at least equal to that which existed prior„to the start of the Work. END OF SECTION 02734 - 5 FLOW BYPASS PUMPING SYSTEM WATER CONVEYENCE SYSTEM LONG-TERM REMEDIATION PROGRAM PROJECT NO. 11273 PROJECT # 9 SEWER BASIN A-11 AND ANNUAL SEWER REPAIR CONTRACT SECTION 02761 PREPARATORY CLEANING PART1 GENERAL 1.1 REQUIREMENTS A. This section covers the preparatory cleaning Sewer lines by closed-circuit tesewer lines and eevision. It s as needed prior to the internal survey o also includes preparatory cleaning and root removal of sewer lines and cleaning of manholes prior to rehabilitation. The COTNRACTOR shall furnish all necessary material, labor, equipment and services required for cleaning the specific sewer lines. 1.2 GENERAL A. Sewer Line Cleaning: The intent ooe the sewer to a minewer line iis to remove foreign mum of 95% of the original materials from the lines and restore carrying capacity or as required for proper installation of the cured -in -place pipe liner. Since the success of other phases of work depends a great deal on the cleanliness of the lines, the importance of this phase of the operation is emphasized. It is recognized that there are some conditions such as broken pipe and major blockages that prevent cleaning from being accomplished or where additional damage would result where cleaning were attempted or continued. Should such conditions be encountered and approved by ENGINEER, the CONTRATOR will not be required to clean those specific sewer sections. If, in the course of normal cleaning operations, damage does result from pre-existing and unforeseen conditions, such as broken pipe, the COTNRACTOR will not be held responsible. B. Manhole Cleaning: All concrete and masonry surfaces must be cleaned prior to repair. Grease, loose bricks, mortar, unsound concrete, and other materials must be completely removed. Water blasting (minimum 1200 psi) utilizing proper nozzles shall be the primary method of cleaning; however, other methods such as acid wash, concrete cleaners, degreasers or mechanical means may be required to properly clean the surface. Surfaces neutralized tohe emovercleathods are nin9 agents adnd hall be thoroughly rinsed, scrubbed their reactant products. 1.3 HYDRAULIC CLEANING EQUIPMENT A. Hydraulically Propelled Equipment: The equipment used shall be of a movable dam type and be constructed in such a way that a portion of the dam may be collapsed at any time during the cleaning operation to protect against flooding of the sewer. The movable dam shall be equal in diameter to the pipe being cleaned and shall provide a flexible scraper around the outer periphery to insure removal of grease. If sewer cleaning balls event flooding g of the sewers and public or other equipment which cannot be ools apsed is used, special precautions to pprivate property shall be taken. 02751 - 1 PREPARATORY CLEANING WATER CONVEYENCE SYSTEM LONG-TERM REMEDIATION PROGRAM PROJECT N0, 11273 PROJECT # 9 SEWER BASIN A-11 AND ANNUAL SEWER REPAIR CONTRACT B. High Velocity Jet (Hydrocleaning) Equipment: All high velocity sewer cleaning equipment shall be constructed for ease and safety of operation. The equipment shall have a selection of two or more high -velocity nozzles. The nozzles shall be capable of producing a scouring action from 15 to 45 degrees in all size lines designed to be cleaned. Equipment shall also include a high -velocity gun for washing and scouring manhole walls and.floor. The gun shall be capable of producing flows from a fine spray to a solid stream. The equipment shall carry its own water tank, auxiliary engines, pumps and hydraulically driven hose reel. C. Mechanically Powered Equipment: Bucket machines shall be in pairs with sufficient power to perform the work in an efficient manner. Machines shall be belt - operated or have an overload device. Machines with direct drive that could cause damage to the pipe will not be allowed. A power rodding machine shall be either a sectional or continuous rod type capable of holding a minimum of 750 feet of rod. The rod shall be specifically heat -treated steel. To insure safe operation, the machine shall be fully enclosed and have an automatic safety clutch or relief valve. PART 2 PRODUCTS (NOT USED) PART 3 EXECUTION 3.1 GENERAL A. The designated sewer manhole sections shall be' cleaned using hydraulically propelled, high -velocity jet or mechanically powered equipment according to the recommended Specification for Sewer Collection System Rehabilitation reference in ASTM 1216.03. The equipment shall be capable of removing dirt, grease, rocks and sand, and other materials and obstructions from the sewer lines and manhole and cleaning again attempted. Cleaning shall not occur until all root removal and treatment activities have been accomplished in accordance with Section 02762 ROOT REMOVAL. 3.2 CLEANING PRECAUTIONS A. During all cleaning and preparation operations, all necessary precautions shall be taken to protect the sewer from damage. During these operations, precautions shall also be taken to insure that no damage or back up is caused to public or private property adjacent to or served by the sewer or its branches. B. When possible, the flow of sewage in the sewer shall be utilized to provide the necessary pressure for hydraulic cleaning devices. When additional water from fire hydrants is necessary to avoid delay in normal work procedures, the water shall be conserved and not used unnecessarily. No fire hydrant shall be obstructed in case of a fire in the area served by the hydrant. PREPARATORY CLEANING 02751 - 2 WATER CONVEYENCE SYSTEM LONG-TERM REMEDIATION PROGRAM PROJECT NO. 11273 PROJECT # 9 SEWER BASIN A-11 AND ANNUAL SEWER REPAIR CONTRACT 3.3 MATERIAL REMOVAL A. All sludge, dirt, sand, rocks, great, roots and other solid or semisolid material resulting from the cleaning operation shall be removed at the downstream manhole of the section being cleaned. Passing material from manhole section to manhole section which could cause line stoppages, accumulations of sand in wet wells or damage pumping equipment shall not be permitted. B. Under no circumstances shall sludge or other debris removed during these operations be dumped or spilled into the streets, ditches, storm drains or other sanitary sewers. C. The COTNRACTOR is advised that he shall not dispose of this material by legal or illegal dumping on private or public property, by sale to others or any means other than those stated herein. Any load of material or any portion thereof ,disposed of in a non -permitted fashion will result in a charge to the. CONTRACTOR in the amount of $5,000.00 per load�,e rd e portion CONTRACTOR. um will be deducted by the OWNER from any y D. The CONTRACTOR shall keep his haul route and work foethe)neat and clean c cleanup of anyspill d reasonably free of odor, and shall bear all respons y which occurs during the transport of cleaning / surface preparation by products and the clean up of any such material which is authorized by or pursuant to this contract and in accord with applicable law and regulations. The CONTRATOR shall immediately cleanup any such spill or waste. If the CONTRACTOR fails to cleanup such spill or waste immediately, the City shall have the right to cleanup or arrange.for its cleanup and may charge to the COTNRACTOR all costs ,including administrative cost and overhead, incurred by the City in connection with such cleanup. The City may also charge to the CONTRACTOR any costs incurred or penalties imposed on the City as a result of any spill, dump or discard. Under no circumstances is this material to be discharged into the waterways or any place other than where authorized to do so by the appropriate authority. The term "CONTRACTOR", as used in this section shall include the CONTRACTOR's subcontractors and other contractors. E. The general requirements for vehicles hauling such � r this appl applicaare as tion the political Transport vehicles must be of type(s) approved jurisdictions involved. General requirements are that the vehicles have watertight bodies, that they be properly equipped and fitted with seals and covers to prohibit material spillage or drainage, and that they be cleaned as often as is necessary to prevent deposit of material on roadways. Vehicles must be loaded within legal weight limits and operated safely within all traffic and speed regulations. F. The routes used by the CONTRACTOR for econveyance by the governing authority haveng f the waste I on a regular basis shall be subject to approval jurisdiction over such routes. 02751 - 3 PREPARATORY CLEANING WATER CONVEYENCE SYSTEM LONG-TERM REMEDIATION PROGRAM PROJECT NO. 11273 PROJECT # 9 SEWER BASIN A-11 AND ANNUAL SEWER REPAIR CONTRACT 3.4 DISPOSAL OF MATERIALS A. All solids or semisolids resulting from the cleaning operations shall be removed from the site and disposed of by the CONTRACTOR in a legal and sanitary manner as approved by appropriate authorities at the CONTRACTOR's cost. B. Copies of records of all disposals shall be furnished to the OWNER, indicating disposal site, date, amount and a brief description of material disposed. All materials shall be removed from the site no less often than at the end of each workday. Under no circumstances will the CONTRACTOR be allowed to accumulate debris, etc., on the site of work beyond each work day, except in totally enclosed containers, approved by ENGINEER. 3.5 ACCEPTANCE OF CLEANING OPERATION A. Acceptance of the sewer line cleaning shall be made upon the successful completion of the television survey and shall be to the satisfaction of the ENGINEER. If television survey shows the cleaning to be unsatisfactory, the CONTRACTOR shall be required to re -clean and re -inspect the sewer line until the cleaning is deemed satisfactory by ENGINEER_ B. For lines which have sags or dips to an extent that the television camera becomes submerged for three or more feet during the television inspection, the CONTRACTOR shall pull double squeegee and / or sponges through the line in order to remove the water from those dips or sags. Water removal through squeegee and / or sponges shall be performed until the television camera lens will no longer be submerged. This requirement may be waived by the ENGINEER if the water in which the camera lens is submerged is clear enough to allow the identification of pipe defects, cracks, holes and location of the service taps. END OF SECTION PREPARATORY CLEANING 027'51 - 4 WATER CONVEYENCE SYSTEM LONG-TERM REMEDIATION PROGRAM PROJECT NO. 11273 PROJECT # 9 SEWER BASIN A-11 AND ANNUAL SEWER REPAIR CONTRACT SECTION 02752 TELEVISION SURVEY PART 1 GENERAL 1.1 REQUIREMENTS A. The Work of this Section requires the CONTRA TO on°services, and t b R tfurnishing all r, I materials, accessories, equipment, tooaP competence for performing all operations required to execute the internal closed circuit television (CCTV) survey to completely inspect lateralservice connections 4 mainline sewer pipes from 8 inches in diameter inches in diameter and larger and to 30 inches diameter. B. The CONTRACTOR shall conduct a preliminary lateral CCTV inspof alllded laterals identified in the project sub basin as identified in the Supplement in specification 02520 CURED -IN -PLACE PIPE LINER. The lateral CCTV inspection shall be conducted wwthout thelneed forthat s cleanoutlaunched into each lateral from the mainline se 1.2 GENERAL n Sections 02520, CURED IN A. CCTV inspections shall be con d 5fi3 CURED IN ed as PLACE PIPE LATERAL LINER, PLACE PIPE LINER, Section 02 and as required in this Section. B. Prior to any CCTV inspection, the sewer line shall be cleaned and prepared in accordance with Section 02751, PREPARATORY CLEANING. C. All survey video tapes shall be delivered to the ENGINEER on a "one line per tape" basis, and corresponding TV log, for each sewer line surveyed. D. Rehabilitation Work on laterals shall eral CCTV inspectionlandEENGINEER provides R reviews CCTV information from the preliminary written approval to CONTRACTOR to proceed on rehabilitating specific laterals utilizing a specific rehabilitation procedure. 1.3 EQUIPMENT A. Television Camera 1. The television camera used for the survey t a low a clear all be of the picture and tilt entire Lighting for the camera shall be suitable periphery of the pipe. 2. The camera and lighting shall be capable of approximately 360-degree panning and 270- 05 inch.rees tllting and Focal distance rovide shall�be adjustable through a icient magnification to resolve detail of 0 range of from 6 inches to infinity. 3. The camera shall be operative in 100% humidity conditions. 02752 - 1 TELEVISION SURVEY WATER CONVEYENCE SYSTEM LONG-TERM REMEDIATION PROGRAM PROJECT NO. 11273 PROJECT # 9 SEWER BASIN A-11 AND ANNUAL SEWER REPAIR CONTRACT 4. The camera, television monitor, and other components of the video system shall be capable of producing a minimum 700 line resolution color video Picture. The CONTRACTOR shall maintain camera in clear focus at all times. Picture quality and definition shall be to the satisfaction of the ENGINEER; and if unsatisfactory, equipment shall be removed and replaced with adequate equipment. 5. The camera shall be self-propelled (crawler or wheel) with a neutral gear and mounted on skids suitably sized (adjustable) for each pipe diameter to be investigated. 6. The equipment shall be capable of traversing sewers that may contain sediment and debris that could not be removed by cleaning. 7. Camera units shall have adjustable supports and shall be set so the camera axis is generally at the centerline of the pipe. 8. The camera used for the preliminary lateral investigation shall be launched into the lateral from the mainline sewer without the need for a cleanout. B. The video camera shall include a title feature capable of showing on the tape the following information: 1. Date of recording 2. Time of recording 3. Feature ID of starting manhole 4. Feature ID of ending manhole 5. Distance of camera from centerline of the starting manhole, continuously updated C. Digital format video equipment is allowed. 1.4 SUBMITTALS A. The CONTRACTOR shall submit shop drawings and other information in accordance with Section 01300 SUBMITTALS. The CONTRACTOR's submittals shall include video tape and a sample of the video titles to be used, along with a sample of the television survey log to be used. PART 2 PRODUCTS 2.1 VIDEO TAPE A. Extra Grade T-120 VHS video tape shall be supplied for all television surveys. B. All taping shall be performed as SP (standard play, 2 hrs/tape). All video tapes shall be submitted to the ENGINEER and will become the property of the OWNER C. Digital formats are also acceptable as approved. 2.2 VIDEO LOGS A. Video reports or logs are to be neat and completely filled out and submitted to the ENGINEER along with each video tape. TELEVISION SURVEY 02752 2 WATER CONVEYENCE SYSTEM. LONG-TERM REMEDIATION PROGRAM PROJECT NO, 11273 PROJECT # 9 SEWER BASIN A-11 AND ANNUAL SEWER REPAIR CONTRACT PART 3 EXECUTION 3.1 PRELIMINARY LATERAL INVESTIGATION A. Procedure 1. Prior to any lateral rehabilitation Work, all laterals in the project sub -basin, as identified in the Supplement located at the end of Section 02520 CURED IN PLACE PIPE LINER, shall be televised. 2. The lateral cam shallbe tlateral mainline sewer and shall requieoher means of access to the lateral to perform the entire television investigation. 3. The lateral shall be televised from the mainline sewer up to the house connection or to a point where the camera can no longer safely operate. 4. The depth of the pipe invert below grade shall be determined at the property line for each lateral in the ace whey the plateect sub -basin. A digital ral cr sses the property line photograph l ne shal surfbe t ken for ground surface each lateral. 5. The camera shall be moved through the line at a moderate rate, stopping. ls condition. In when necessary to permit proper docoumeednatta Bed grate ethan 30 feet per no case shall television camera be m p minute. 5. Movement of the television camera shall be temporarily halted for a minimum of ten seconds at each visible point source of infiltrationlinflow until the leakage rate from that source can be estimated. B. Field Documentation 1. Television Survey Logs: a. Printed location records shall be kept by the CONTRACTOR and will clearly show the location in relation to an adjacent manhole g each infiltration point observed during the survey. Upstream footage (0) and downstream footage (i.e. 250) shall be shown in the log. In addition, other points of significance such as locations of building sewers, unusual conditions, roots, storm sewer connections, broken pipe, presence of scale and corrosion, and other discernible features will be recorded and a copy of such as records will be supplied to the ENGINEER at the end of each work week. b. The erty l neffore arch lateral inithe prof ct subll -basnta d're oiled property 2_ Photographs a. A digital photograph of the ground surface where, the lateral crosses the property line shall be taken for each lateral. . File b. The ographs shall be digital and recorded in JPEG uld be the house address (stree ame and hou a nt namee shshould n umber) for the lateral being surveyed. 3. Videotape Recordings I a visual and audio a. The purpose of the recording shall be to supply record of the problem areas of the laterals that may be replaced. Videotape recording playback shall be at the same speed that it was recorded. 02752 - 3 TELEVISION SURVEY WATER CONVEYENCE SYSTEM LONG-TERM REMEDIATION PROGRAM PROJECT NO. 11273 PROJECT # 9 SEWER BASIN A-11 AND ANNUAL SEWER REPAIR CONTRACT b. Once videotaped, the tapes become property of the OWNER. C. Two copies (one original, one copy) of the videotape in a VHS format shall be provided to the ENGINEER within 7 days of the videotaping. The tab, to prevent accidental erasure, should be removed from the cassette 4. Videotape Audio: As a preamble, at the beginning of the tape, the CONTRACTOR shall state the following: a. Contractor's Name b. CCTV operator' name C. Time of recording d. Date of recording e. House address of lateral. f. Pipe size g. Pipe material h. Defect types i. Defect locations broken into clock hours j. Station and position of defects. k. At the end of each line, state: "End of line" and total linear footage 3.2 PRE -CONSTRUCTION SURVEY A. Procedure 1. Prior to any repair work, the entire sewer line (from manhole to manhole) shall be televised. The camera shall be placed at the center of the manhole and videotaping shall commence prior to entering the pipe. The CONTRACTOR shall show the inside of the manhole walls and the pipe connection to the wall at both the upstream and downstream manhole. 2. It is recommended that the depth of flow not exceed that shown below for the respective pipe sizes as measured in the manhole when performing television inspection 6" — 10" Pipe. . . . . . . . . 20% of pipe diameter 12" — 24" Pipe . . . . . . . . . 25% of pipe diameter 27" — up Pipe . . . . . . . . 30% of pipe diameter 3. When the depth of sewer flow at the upstream manhole is above the maximum allowable for television inspection the CONTRACTOR shall either, reduce the flow by plugging or bypass pumping the flow in accordance with Section 02734, PLOW BYPASS PUMPING SYSTEM, or attempt to TV the line at a different time. 4. The camera shall be moved through the line in either direction at a moderate rate, stopping when necessary to permit proper documentation of the sewer's condition. In no case shall television camera be moved at a speed grater than 30 feet per minute. 5. Manual winches, power winches, TV cable, in the presence of proper sewer conditions shall be used to move the camera through the sewer line. If the camera is being pulled through the sewer line by a hydraulic cleaning unit hose, the cleaning nozzle shall be located a minimum of eight (8) feet away TELEVISION SURVEY 92752 - 4 WATER CONVEYENCE SYSTEM -LONG-TERM REMEDIATION PROGRAM PROJECT # 9 SEWER BASIN A-11 AND ANNUAL SEWER REPAIR CONTRACT from the camera to allow a cleabstructed throughview- jet nozzle snail a dip to draft out watebe used in front of camera while televising If, during the survey operation, the television camera will not pass through the entire manhole section, the CONTRACTOR shall set up his equipment so that the survey can otepmanhole- powered and controerformed from the lled pposite lled winches are used to pull the Whenever non -rem television camera through the line, telephones or other suitable means o communications shall be set up between members of the crew. Measurement for location of thkrnefonttheshall ble, or the like, vwhi h would ground by means of a meter device. Marking require interpolation for depth of maril not be lengthofthe section ent meters shall be accurate to tenths of a foot the checked y the being surveyed. Accuracy of the o distance suitable device Manhole bumbers e of a walking meter, roll -a -tape, (utilizing City numbering system) and linear footage shall be shown on screen during taping. A minimum of one still photograph for every 100 feet of sewer main televised should be taken along with pictures of all defects. orarily halted for a min Movement of the television camera shall ole urce infiltration/inflow of until the rmum of ten seconds at each visible point leakage rate from that source at all bee service The camera shall be stoppedconnections and the service n and ilt camera. The camera lateral shall be inspected with the where flow is d scha Bing �f thalso be stopped at active service connections discharge persists, the property involved shall be checked to determine whether or not the discharge is sedweageed-that the observed flore ws charged from the building, it shall be cons infiltration/inflow 7. 4 10. 11 PROJECT NO. 11273 B. Field Documentation 1. Television Survey Logs: a. Printed location record n tiara relationbe toant by tadja he CONTRACTOR manhol of each clearly show the locatio U stream footage (0) and infiltration point observed during the survey. p downstream footage (i.e. 250) shall be shown in the log. In addition, other points of significance such as locations of building broken pipe, unusual conditions, roots, storm sewer connections, r di presence of scale and corrosion, records andoth recorded and a copy of such as be suppllied to then will be ENGINEER at the end of each work week. b. The CONTRACTOR shall memeasurements shall be from pheasure the depth of the r avert of the m and the downstream manholes_ M pipe televised to the top of the manhole rim and shall be recorded on the survey log. 2. Photographs: r the standard size photographs of the a. Instant developing, 35 m ems shall be taken by the CONTRACTOR television picture of problems upon request of the ENGINEER. 02752 - 5 TELEVISION SURVEY WATER CONVEYENCE SYSTEM LONG-TERM REMEDIATION PROGRAM PROJECT NO. 11273 PROJECT # 9 SEWER BASIN A-11 AND ANNUAL SEWER REPAIR CONTRACT b. The photographs should be digital and recorded in JPEG format. File name should be entrance manhole Feature ID utilizing City identification scheme, pipe number based upon a clockwise count of pipes from the exit pipe in the manhole and defect number. Therefore, the exit pipe will be the last number. For example, the file name for manhole feature ID 254689, pipe number 3'counter clockwise from the exit pipe in the manhole and the third defect found in this line would be 254689-3-3. jpg. 3. Videotape Recordings: a. The purpose of the recording shall be to supply a visual and audio record of the problem areas of the lines that may be replaced. Videotape recording playback shall be at the same speed that it was recorded. b. Once videotaped, the tapes become property of the OWNER. C. Two copies (one original, one copy) of the videotape in a VHS format shall be provided to the ENGINEER within 7 days of the videotaping. The tab, to prevent accidental erasure, should be removed from the cassette. 4. Videotape Audio: As a preamble, at the beginning of the tape, the CONTRACTOR shall state the following: a. Contractor's Name b. CCTV operator name c. Time of recording d. Date of recording e. Pipe Feature ID. f. Upstream and downstream manhole Feature ID numbers g. Pipe size h. Pipe material i. Upstream manhole depth j. Street or location k. Defect types I. Defect locations broken into clock hours m. Station and position of all laterals and defects. n. At the end of each line, state: "End of line" and total linear footage. 3.3 POST CONSTRUCTION SURVEY A. Procedure: 1. The post construction CCTV inspection shall be conducted after the mainline segments and all laterals along the mainline have been lined, tested, and approved by ENGINEER. 2. In addition, the CONTRACTOR shall stop camera at all point repairs and sectional repairs and inspect entire repaired pipe section. 3. The CONTRACTOR shall invert white foreground to black as needed in the line section with light background. TELEVISION SURVEY 02752 - 6 WATER CONVEYENCE SYSTEM LONG-TERM REMEDIATION PROGRAM PROJECT NO. 11273 PROJECT # 9 SEWER BASIN A-11 AND ANNUAL SEWER REPAIR CONTRACT B. Documentation 1. The same documentation shall be provided as indicated in Section 3.1 PRE - CONSTRUCTION SURVEY. END OF SECTION 02752 - 7 TELEVISION SURVEY WATER CONVEYENCE SYSTEM LONG-TERM REMEDIATION PROGRAM PROJECT NO. 11273 PROJECT # 9 SEWER BASIN A-11 AND ANNUAL SEWER REPAIR CONTRACT SECTION 02762 ROOT REMOVAL PART 1 GENERAL 1.1 REQUIREMENTS A. The work specified in this section includes all labor, materials, accessories, equipment and tools necessary for chemical root treatment, root removal and re- growth inhibition without damaging the trees, the environment, wildlife or the wastewater treatment plant. All roots found in the sanitary sewer system (mainline and service laterals) during CCTV dsdtper section P�ple SURVEY shall be chemically inspections a rematl 1ero�Inngvhm cal grouting shall be used to fill holes in the pipe of 1 inch diameter or larger that resulted from root penetration. 1.2 REFERENCES A. Section 02751 -- PREPATORY CLEANING B. Section 02752 — TELEVISION SURVEY C. Section 02764 — CHEMICAL GROUTING 1.3 SUBMITTALS A. The CONTRACOR shall submit the following in accordance with Section 01300 -- SUBMITTALS: 1. A specimen product label showing the United States Environmental Protection Agency (EPA) registration. of the products for 2. A specimen product label indicating EPA approval sanitary and storm sewers. 3. The manufacturer's recommended guidelines for proper mixing ratios for maximum daily use of materials. 4. Material Safety Data Sheets (MSDS) for the product. B. The above information data shall clearlyindicate compliance exceptions to the specifications. The CONTRACTOR shallsubmit written specifications. 02762 - 1 ROOT REMOVAL WATER CONVEYENCE SYSTEM LONG-TERM REMEDIATION PROGRAM PROJECT NO. 11273 PROJECT # 9 SEWER BASIN A-11 AND ANNUAL SEWER REPAIR CONTRACT PART 2 PRODUCTS A. Materials shall be EPA registered and labeled fo ruse in sanitary sewer lines and acceptable to the state and local government agencies having jurisdiction over its use. 2.2 CHEMICAL ROOT TREATMENT A. The chemical root treatment material shall be of a type which has documented record of satisfactory performance in sewer pipelines. The active ingredient of the chemical root treatment shall be Dichlorbenil. This active ingredient for killing roots shall be an aquatically approved, non -systemic herbicide (Dichlorbenil), which will kill roots at low. concentrations, but will not permanently affect parts of the plant distance from the treated roots. The active ingredient must be detoxified by natural chemical / biochemical processes following its use. The active ingredient, adjutants or either ingredient's byproducts shall not adversely affect the performance of the wastewater treatment plant. B. The active ingredient for inhibiting root growth (Dichlorbenil) in sanitary and storm sewers shall inhibit root cell growth on contact, but shall not be transported so as to damage other portions of the trees. The material shall form a persistent chemical barrier suppressing the growth of root tips. The material shall be sufficiently stable under conditions of use to provide protection for twelve months, but shall be subject to decomposition in wastewater treatment- plants without disturbing the treatment processes. C. To improve transportation of the active ingredients into root tissues, the root treatment material shall contain emulsifiers to degrease root masses and remove fatty acids from root tissue. 2.3 MECHANICAL ROOT REMOVAL A. Roots shall be removed in the pipe segments to be rehabilitated by the installation of the cured -in -place liners. Procedures may include the use of mechanical equipment such as rodding machines, bucket machines and winches using root cutters and porcupines and equipment such as high velocity jet cleaners. 2.4 CHEMICAL GROUTING' A. The CONTRACTOR shall perform chemical grouting, if required, in accordance with Section 02764 — CHEMICAL GROUTING. ROOT REMOVAL 02762 - 2 WATER CONVEYENCE SYSTEM LONG-TERM REMEDIATION PROGRAM PROJECT NO..1127.3 PROJECT # 9 SEWER BASIN A-11 AND ANNUAL SEWER REPAIR CONTRACT PART 3 EXECUTION 3.1 GENERAL. A. All materials and mixing application procedures for chemical root treatment shall conform to the latest ine recommendations of th manufacturer of the chemical root treatment material used. B. After each segment of sewer pipe has been inspected via the Preconstruction Survey, in accordance with Section 02752 TELEVISION by SURVEY, INFER befoee any areas of root infestation shall be identified and approvedy root treatment and removal activities are performed. Root treatment and removal shall consist of chemical treatment followed by mechanical removal.. Mechanical root removal shall not occur any less than4 cleaning �n preparation of pipe lining ys after chemical treatment has been accomplished. Sewerline as specified in Section 2751 PREPERATORY CLEANING, shall occur only after all root treatment and removal activities have been completed. C. Mechanical root removal shall be performed by the CONTRACTOR a interior pipe wall. Root all capture and removal all root material flush with penetrations through pipe joints, holes or through other means, shall be sealed with chemical grout where openings are 1 inch in diameter or larger or as required by ENGINEER. D. Root tips are the principal growth areas and are the surfaces most effectively penetrated by root treatment chemicals. When the root tips are damaged or removed by sewer line cleaning, chemical treatment will be less effective. ines Consequently, no cleaning shall root masses, for debrisrto prec precludecl paopert treatment unless extensivegrease, application of this material. 3.2 FLOW CONTROL A. Sewer service shall not be interrupted during root treatment. flow win n situatdamns with h ns re it is necessary, the CONTRACTOR shall block / bypass Section 02734, FLOW BYPASS PUMPING SYSTEM. 3.3 PERSONAL PROTECTIVE EQUIPMENT A. The CONTRACTOR shall use appropriate protective clothing and equipment as recommended by the manufacturer during the use and handling of the material. 3.4 MIXING PROCEDURES A. All materials shall be delivered to the site in undamaged, unopened containers bearing the manufacturer's label. Mixing of the root treatment materials shall be done no more than 12 hours prior to use. The water used shall be clear and free of acid, alkali, oxidizing eagents, didegretes F aer nd 80 deganic eees F.Mixing water temperature shall be 02762 - 3 ROOT REMOVAL WATER CONVEYENCE SYSTEM LONG-TERM REMEDIATION PROGRAM PROJECT NO. 11273 PROJECT # 9 SEWER BASIN A-11 AND ANNUAL SEWER REPAIR CONTRACT 3.5 APPLICATION PROCEDURES A. Where conditions permit, the volume of foam shall be sufficient to completely fill the air space above the flow, manhole to manhole. In all cases, the volume of foam delivered to the sewer line shall be sufficient to attach to and penetrate all the root masses. B. The foam shall be applied to sufficient pressure to penetrate a minimum of 5 feet into all laterals. END OF SECTION ROOT REMOVAL 02762 - 4 WATER CO g SEWER BASSN E 11 LONG-TERM REMEDIATION PROGRAM PROJECT # AND ANNUAL SEWER REPAIR CONTRACT SECTION 02764 CHEMICAL GROUTING PART GENERAL 1.1 REQUIREMENTS PROJECT NO. 11273 A. The work specified in this section includes all labor, materials, accessories, equipment and tools necessary for grouting and sealing of: 1. Leaks in defective joints or cracks that may affect the installation of the cured -in -place pipe liner. ciated with root penetration. 2. Open holes or voids asso 3. All lateral penetrations following installation of the mainline CIPP liner and prior to installation of a CIPP sectional or lateral liner. 1.2 REFERENCES A. Section 02762 — ROOT REMOVAL B. Section 02520 — CURED -IN -PACE PIPE LINER C. Section 02563 — CURED -IN -PLACE LATERAL PIPE LINER 1.3 SUBMITTALS A. The CONTRACOR shall submit the following in accordance with Section 01300 — SUBMITTALS: 1. A specimen product label showing the United States Environmental Protection Agency (EPA) registration number of the product. 2. Material Safety Data Sheets (MSDS) for the products 3. Grout, design mix, and testing reports. 4. Brand name manufacturer of the chemical grout and equipment to be used. dicate compliance with the B. The above information nCONTRACTOR shall submit written exceptions to the specrfications. specifications. PART 2 PRODUCTS 2.1 CHEMICAL GROUT A. The CONTRACTOR shall provide a chemical catalyst sealant st specifically recommended folution containing r chemical sealant constituent, initiator, Y the purpose of sealing leaks in sanitary sewer lines. 02764 - 1 CHEMICAL GROUTING WATER CONVEYENCE SYSTEM LONG-TERM REMEDIATION PROGRAM PROJECT NO. 11273 PROJECT # 9 SEWER BASIN A-11 AND ANNUAL SEWER REPAIR CONTRACT B. While being injected, the chemical sealant must be able to react / perform in the presence of water (groundwater). C. The cured material must withstand submergence in water without degradation D. The resultant sealant (grout) formation must prevent the passage of water (infiltrations) through the sewer pipe joints. E. The sealant material, after curing, must be flexible as opposed to brittle. F. The chemical sealant shall be compatible with the CIPP resin as specified in Sections 02520 CURED -IN -PLACE PIPE LINER and 02563 CURED -IN -PLACE PIPE LATERAL LINER. G. The chemical sealant selected by the CONTRACTOR is subject to approval by the ENGINERE and shall be one of the following types: 1. Acrylic chemical sealing material 2. Acrylate chemical sealing material 3. Urethane chemical sealing material H. The grout design mix shall meet the following standards: Recommended Specifications for Sewer Collection System Rehabilitation, as referenced in ASTM F 1216-03. PART 3 EXECUTION 3.1 SEALING PIPE DEFECTS AND JOINTS A. The CONTRACTOR shall perform chemical root treatment, if needed, in accordance with Section 02762 CHEMICAL ROOT TREATMENT. B. Prior to performing chemical grouting, the CONTRACTOR shall remove roots and clean the sewer in accordance with Section 02751 PREPARATORY CLEANING. C. In every case, mixing and handling of chemical sealing materials shall be in accordance with the manufacturer's recommendations. D. The application of the sealing grout within the pipe shall be by means of remote - controlled equipment designed to be positioned at the specific point to be sealed and to apply the grout under sufficient pressure for the grout to pass through the opening and fill voids outside the pipe as well as the opening in the pipe wall. Review of the results shall be y operating the closed-circuit television camera confirming to the requirements of Section 02752 TELEVISION SURVEY. E. The methods of sealing used shall not damage the pipe or change pipe alignment and the original cross sectional area shall not be permanently reduced or changed. CHEMICAL GROUTING 02764- 2 WATER CONVEYENCE SYSTEM LONG-TERM REMEDIATION PROGRAM PROJECT NO. 11273 PROJECT # 9 SEWER BASIN A-11 AND ANNUAL SEWER REPAIR CONTRACT 3.2 FLOW CONTROL A. Sewer service shall not be interrupted during root treatment. In situations where it is necessary, the�CON BYPASS OPUMPING SYSTEMS flow in accordance with O Section 02734 F 3.3 PERSONAL PROTECTIVE EQUIPMENT A. The CONTRACTOR shall use appropriate protective clothing and equipment as recommended by the manufacturer during the use and handling of the material. END OF SECTION 02764 - 3 CHEMICAL GROUTING WATER CONVEYENCE SYSTEM LONG-TERM REMEDIATION PROGRAM PROJECT # 9 SEWER BASIN A-11 AND ANNUAL SEWER REPAIR CONTRACT PROJECT NO. 11273 SECTION 02911 SOIL PREPARATION PART 1 GENERAL 1.1 SEQUENCING AND SCHEDULING A. Rough grade areas to be planted or seeded prior to performing Work specified under this Section. PART PRODUCTS 2.1 TOPSOIL A. General: Uniform mixture of percent sand thana11 2 inches50 nmaximum dimension, ck in a loose friable condition, free from objects 9 and free of subsoil, roots, grass, other foreign matter, armful to plant growth or may substances, and deleterious material that may be hhinder grading, planting, or maintenance. B. Textural Amendments: Amend as necessary to conform to required composition. C. Source: Import topsoil if onsite material fails to meet specified requirements or is insufficient in quantity. 2.2 SOURCE QUALITY CONTROL A. Topsoil Analysis/Testing: Performed by county or state soil testing service or approved certified independent testing laboratory. or B. Should soil tests prove the topsoil ti-ono ledliand epba edthe accepted minimum by acceptable material at salt content, the topsoil shall b CONTRACTOR's expense. PART 3 EXECUTION 3.1 SUBGRADE PREPARATION A. The subgrade shall be 4 inches lower than finished grade with 2 inches of topsoil added to sod areas. B. Scarify subgrade to minimum depth of 6 inches where topsoil is to be placed. C. Remove stones over 2-1/2 inches in any dimension, sticks, roots, rubbish, and other extraneous material. D. Limit preparation to areas which will receive topsoil within 2 days after preparation. 02911 - 1 SOIL PREPARATION WATER CONVEYENCE SYSTEM LONG-TERM REMEDIATION PROGRAM PROJECT NO. 11273 PROJECT # 9 SEWER BASIN A-11 AND ANNUAL SEWER REPAIR CONTRACT 3.2 TOPSOIL PLACEMENT A. Topsoil Thickness: 1. Sodded Areas: 2 inches. 2. Planting Beds: 6 inches. B. Do not place topsoil when subsoil or topsoil is excessively wet or otherwise detrimental to the Work. C. Mix soil amendments with topsoil before placement or spread on topsoil surface and mix thoroughly into entire depth of topsoil before planting or seeding. D. Uniformly distribute to within 1/2-inch of final grades. Fine grade topsoil eliminating rough or low areas and maintaining levels, profiles, and contours of subgrade. E. Remove stones exceeding 1-1/2 inches, roots, sticks, debris, and foreign matter during and after topsoil placement. F. Remove surplus subsoil and topsoil from site. Grade stockpile area as necessary and place in condition acceptable for planting or seeding. END OF SECTION SOIL PREPARATION 02911 - 2 WATER CONVEYENCE SEWERSYSTEM LONG-TERM REMEDIATION PROGRAM PROJECT # 9EWER BASIN AND ANNUAL SEWER REPAIR CONTRACT SECTION 02930 TREES, PLANTS, AND GROUND COVERS PART 1 GENERAL 1.1 DEFINITIONS A. Measurement: PROJECT NO. 11273 1. In size grading Balled and Burlapped (B & B), caliper takes precedence over height. 2. Take trunk caliper F inches above the ground level (up to and including 4-inch caliper size) and 12 inches above the ground level for larger trees. 3. Measure size of container-grownnnials pot s zey notgop growth width of plant. 4. Measure herbaceouspee 1.2 DELIVERY, STORAGE, AND HANDLING A. Cover plants during shipment with a tarpaulin or other suitable covering to minimize drying. B. Balled and Burlapped Plants: ipment ach ball firmly with burlap and securely bind with twine, cord, or wire for shipment and handling. Drum -lace balls with a diameter of 30 inches or more. C. As specified herein for transplanting. 1.3 MAINTENANCE A. Commence to maintain plant life immediately a until plants apeanting and maintain for a well established and exhibit a minimum of one growing season, vigorous growing condition. g. In Accordance with Accepted Submittal on Care and Maintenance of Plants and as Follows: 1. Maintain by watering, pruning, cultivating, and weeding as required for healthy growth. Restore planting saucers, es and reset trees and shrubs to 2. Tighten and repair stake and guy supports proper grades or vertical position as required. 3_ Restore or replace damaged wrappings. Spray as required to keep trees and shrubs free of insects and disease. 4. Remove guys, stakes, and other supports at end of maintenance service. 5. Maintenance includes temporary protection fences, barriers, and signs as required for protection. 6_ 'Coordinate watering to provide deep root watering to newly installed trees. 02930 -1 TREES, PLANTS AND GROUND COVERS WATER CONVEYENCE SYSTEM LONG-TERM REMEDIATION PROGRAM PROJECT # 9 SEWER BASIN A-11 AND ANNUAL SEWER REPAIR CONTRACT 1.4 SCHEDULING AND SEQUENCING PART 2 2.1 PROJECT NO. 11273 A. Plant Deliveries: Notify ENGINEER at least 3 days in advance of each delivery. B. Planting Season: Conduct planting during times of year that are normal for such work as determined by accepted local practice. C. Plant trees and shrubs after final grades are established and before planting of lawns or grasses. PRODUCTS PLANT MATERIALS A. Provide quantity, size, genus, species, and variety of trees and shrubs indicated; comply with applicable requirements of ANSI Z60.1. B. Nomenclature (Names of Plants): In accordance with "Hortus Third". C. Quality and Size: 1. Nursery -grown, habit of growth normal for species. 2. Sound, healthy, vigorous, and free from insects, diseases, and injuries. 3. Equal to or exceeding measurements specified in plant list. Measure plants before pruning with branches in normal position. 4. Root System of Container -Grown Plants: Well developed and well distributed throughout the container, such that the roots visibly extend to the inside face of the growing container. 5. Perform necessary pruning at time of planting. 6. Sizes. Dimensional relationship requirements of ANSI Z60.1 for kind and type of plants required. 7. Balled and Burlapped Plants: Firm, intact ball of earth encompassing enough of the fibrous and feeding root system to enable full plant recovery. a. Ball Size: ANSI Z60.1. 8. Container -Grown Plants: Self -established root systems, sufficient to hold earth together after removal from container, without being rootbound. a. Stock: Grown in delivery containers for at least 6 months, but not over 2 years. 9. Label each tree and shrub of each variety with securely attached waterproof tag, bearing legible designation of botanical and common name. 10. All trees must have a fully developed fibrous root system, be heavily branched, or in palms, heavily leafed, free from all insects, fungus, and other diseases, 11. Palms: Wrap the roots of all plants of the palm species before transporting, except if they are container grown plants and ensure that they have an adequate root ball structure, and mass for healthy transplantation as defined in "Florida Grades and Standards for Nursery Plants." TREES, PLANTS AND GROUND COVERS 02930 - 2 WATER CONVEYENCE SYSTEM LONG-TERM REMEDIATION PROGRAM PROJECT NO. 11273 PROJECT # 9 SEWER BASIN A-11 AND ANNUAL SEWER REPAIR CONTRACT 12. The ENGINEER will not require burlapping, if the palm is carefully dug from marl or heavy soil that adheres to the roots and retains its shape without crumbling. During transporting and after arrival, carefully protect root balls of palms from wind'and exposure to the sun. Muck grown palms are not allowed. After delivery to the job site, not Plant all palms within 48within hours of hours, cover the root ball with a moist material, delivery to the site. palms in accordance with the "Florida Grades and 13. Move sabal and coconut Standards for Nursery Plants." D. Replacement Shrubs and Trees: Same species, size, and quality as specified for plant being replaced, except existing trees larger than 4-inch caliper, may be replaced with 4-inch caliper trees. 2.2 ANTI -DESICCANT A. Provide transpiration retarding material to be used where any plant material is moved during the growing season. 2.3 GUYING, STAKING, AND WRAPPING MATERIALS A. Wood Stake: 2 inches by 2 inches by 8 feet. B. Guy Wires: Galvanized, 12-gauge, ductile steel. C. Flags: 1 Wood: 1/2-inch by 3 inches by 12 inches, with 3/8-inch hole centered 1-1/2 inches from each end, painted white. 2. Sheet Metal: 1-1/2-inch with clipped corners and both ends punched, painted white. D. Hose: Two reinforced rubber garden hose, not less than 1/2-inch diameter, new or used. E. Wrapping Material: 1. Burlap: Of first quality, minimum 8 ounces in weight, not less than 6 inches nor more than 10 inches in width. 2.4 MULCH A. Free from noxious weed seed and foreign material harmful to plant growth. B. Barkdust: Medium grind, pine; maximum 3/4-inch particle size. 2.5 PLANTING SOIL MIX A. Proportion by Weight: 3/4 approved top soil with 1/4 approved organic matter. 02930 - 3 TREES, PLANTS AND GROUND COVERS WATER CONVEYENCE SYSTEM LONG-TERM REMEDIATION PROGRAM PROJECT NO. 11273 PROJECT # 9 SEWER BASIN A-11 AND ANNUAL SEWER REPAIR CONTRACT PART 3 EXECUTION 3.1 TRANSPLANTING A. Remove existing plantings identified for transplant prior to beginning Work in area in accordance with standard nursery practices and as specified herein. B. Non -dormant Plants: Prior to digging, spray foliage with anti -desiccant, as recommended by manufacturer. C. Cover balls and containers of plants that cannot be planted immediately, with moist soil or mulch. D. Water plants as often as necessary to prevent drying until planted. E. Do not remove container -grown stock from containers before time of planting. F. Bare -Root Plants: 1. Dig up with least possible injury to fibrous root system. 2. Immediately upon removal from ground, cover roots with thick coating of mud or wrap in wet straw, moss, or other suitable packing material for protection from drying until planted. 3. Plant or heel -in immediately upon relocation''to temporary storage. Open and separate bundles of bare -root plants, and eliminate air pockets among roots as they are covered. G. Replant each temporarily removed tree, shrub, or other plant only after construction activities are completed and applicable grading and topsoil replacement is completed in its vicinity. Replant trees, shrubs, and other plants in their original positions unless otherwise shown or approved. Plant as specified for new plants.- H. Maintain transplanted materials in same manner as new trees and shrubs. 3.2 LOCATION OF PLANTS A. Locate new planting or stake positions as shown unless obstructions are encountered, in which case notify ENGINEER. B. Locate no planting, except ground cover, closer than 18 inches to pavements, pedestrian pathways, and structures. C. Request ENGINEER observe locations, and adjust as necessary before planting begins. TREES, PLANTS AND GROUND COVERS 02930 - 4 WATER CONVEYENCE SYSTEM LONG-TERM REMEDIATION PROGRAM PROJECT NO. 11273. PROJECT # 9 SEWER BASIN A-11 AND ANNUAL SEWER REPAIR CONTRACT 3.3 PREPARATION A. Subsoil Drainage: Furnish for plant pits and beds. B. Planting Soil: Delay mixing of amendments and fertilizer if planting will not follow preparation of r planting �kfill nwithin g and stockpleratpit sited trench type ix planting soil p C. Plants: Place on undisturbed existing soil or well -compacted. backfill. D. Trees and Shrubs: ied 1. Pits, Beds, and Trenches: Excavate with vertical and twice as wide as root ides- 2. B & B Trees and Shrubs: Make excavations at teasce ball. 3. Container -Grown. Stock: Excavate as specified for B &. B stack, adjust for size of container width and depth. 4. Bare -Root Trees: Excavate pits to a width to just accommodate roots fully extended and depth to allow uppermost roots to be below original grade. 5. Fill excavations with water and allow to percolate out prior to planting. E. Ground Cover Beds: 1. Mix amendments and fertilizer with top soil prior to placing or apply on surface of top soil and mix thoroughly before planting. 2. Scarify top soil to a depth of 4 to 6 inches. 3. Establish finish grading of soil. Rake areas to smooth and create uniform texture and fill depressions. 4. Moisten. 3.4 PLANTING A. Plant trees before planting surrounding smaller shrubs and ground covers. Adjust plants with most desirable side facing toward the prominent view (sidewalk, building, street). B. B & B Plants: Place in pit by lifting and carrying by its ball (do not lift by branches or trunk). Lower into pit. Set straight and in pit center with tip of rootball 1 to 2 inches above adjacent finish grade. C. Bare -Root Plants: Spread roots and set stock on cushion of planting soil mixture. Set straight in the pit center so that roots, when fully extended, will not touch walls of the planting pit and the uppermost root is just below finish grade. Cover roots of bare -root plants to the crown. D. Container -Grown Plants: Remove co for B & B lashplanedges of rootballs from top to bottom at least 1 inch deep. Plant 02930 - 5 TREES, PLANTS AND GROUND COVERS WATER CONVEYENCE SYSTEM LONG-TERM REMEDIATION PROGRAM PROJECT NO. 11273 PROJECT # 9 SEWER BASIN A-11 AND ANNUAL SEWER REPAIR CONTRACT E. Ground Covers: Dig planting holes through mulch with one of the following: hand trowel, shovel, bulb planter, or hoe. Split biodegradable pots or remove non - biodegradable pots. Root systems of all potted plants shall be split or crumbled. Plant so roots are surrounded by soil below the mulch. Set potted plants so pot top is even with existing grade. 3.5 BACKFILLING A. Backfill with planting soil, except where existing soil is suitable according to top soil analysis. B. B & B Plants: 1. Partially backfill pit to support plant. Remove burlap and binding from sides and tops of B & B plants, do not pull burlap from under balls. 2. When excavation is approximately 2/3 full, water thoroughly before placing remainder of backfill to eliminate air pockets even if it is raining. Finish backfilling pit sides. 3. Never cover top of rootball with soil. Form a saucer above existing grade, completely around the outer rim of the plant pit. C. Bare -Root Plants: 1. Plumb before backfilling and maintain plumb while working backfill around roots and placing layers above roots. 2. Set original soil line of plant 1-inch to 2 inches above adjacent finish landscape grades. Spread out roots without tangling or turning up to surface. Cut injured roots cleanly; do not break. 3. Carefully work backfill around roots by hand; puddle with water until backfill layers are completely saturated. 3.6 GUYING AND STAKING A. Support trees immediately after planting to maintain plumb position. B. Guying: Support all trees over 4 inches in caliper with 3 guys equally. C. Special Requirements for Palm Trees: Brace palms which are to be staked with three 2-inch by 4-inch wood braces, toe -nailed to cleats which are securely banded at two points to the palm, at a point one third the height of the trunk. Pad the trunk with five layers of burlap under the cleats. Place braces approximately 120 degrees apart and secure them underground by 2- by 4- by 12-inch stake pads. 3.7 MULCHING A. Cover planting beds and area of saucer around each plant with 3-inch thick layer of mulch within 2 days after planting. Saturate planting area with water. TREES, PLANTS AND GROUND COVERS 02930 - 6 WATER CONVEYENCE SYSTEM LONG-TERM'-REMEDIATION PROGRAM PROJECT NO. 11273 PROJECT # 9 SEWER BASIN A-11 AND ANNUAL SEWER REPAIR CONTRACT 3,8 PRUNING AND REPAIR ting and in accordanceperformhintandard presen presencecultural ENGINEER ice to A. Prune only after plan preserve natural character of the plant. OWNER's representative. Remove all dead wood, suckers, and broken or badly bruised branches. Use only clean, sharp tools. Do not cut lead shoot. B. For Existing Trees Impacted by Construction Activities: 1. Maintain a minimum 6400t clearance fin heletxcavation areaes except ,useae24-inch 2. Where roots of trees are encountered deep saw cut prior to excavation. Roots shall not be torn by excavating equipment. Cut roots do not require coating. 3, Overhead branches not trimmed prior to construction b interferingand the with construction activities will be pruned and cut as approvedY City Forester and not torn or broken off with excavating equipment. 3.9 WEED CONTROL A. Maintain a weed -free condition within planting areas. Apply pre -emergent selective herbicide to mulched beds at manufacturer's recommended rate of application. 3.10 PROTECTION OF INSTALLED WORK A. Protect planting areas and plants against damage for duration of maintenance period. END OF SECTION 02930 - 7 TREES, PLANTS AND GROUND COVERS WATER CONVEYENCE SYSTEM LONG-TERM REMEDIATION PROGRAM PROJECT NO. 11273 PROJECT # 9 SEWER BASIN A-11 AND ANNUAL SEWER REPAIR CONTRACT SECTION 15992 PIPING LEAKAGE TESTING PART1 GENERAL 1.1 GENERAL rtains to newly installed sewer pipe as well as leakage testing A. This Section only pe for CIPP lined pipe as required. 1.2 REFERENCES A. The following is a list of standards which may be referenced in this Section: 1. Chlorine Institute (2001 L Street N.W., Washington D.C. 28036): Pamphlet 6, Piping Systems for Dry Chlorine. 1.3 SUBMITTALS A. Quality Control Submittals: 1. Testing Plan: Submit prior to testing and include at least the information that follows. a. Testing dates. b. Piping systems and section(s) to be tested. C. Test type. d, Method of isolation. ble leakage for piping section(s) to be e. Calculation of maximum allowa tested. 2. Certifications of Calibration: Testing equipment. 3. Certified Test Report. PART 2 PRODUCTS (NOT USED) PART 3 EXECUTION 3.1 PREPARATION A. Notify ENGINEER and/or OWNER in writing 5 days in advance of testing. Perform testing in presence of ENGINE B. Gravity Piping: 1. Perform testing after service stationsconnections, tested- holes, and backfilling have been completed between 2. Determine groundwaterand/or OWNER. OWNER exploratory holes or other method acceptable to ENGINEER 15992 -1 PIPING LEAKAGE TESTING WATER CONVEYENCE SYSTEM LONG-TERM REMEDIATION PROGRAM PROJECT NO. 11273 PROJECT # 9 SEWER BASIN A-11 AND ANNUAL SEWER REPAIR CONTRACT 3.2 HYDROSTATIC TEST FOR GRAVITY PIPING A. Testing Equipment Accuracy: Plus or minus 1/2 gallon of water leakage under specified conditions. B. Maximum Allowable Leakage: 0.16 gallon per hour per inch diameter per 100 feet. Include service connection footage in test section, subjected to minimum head specified. C. Exfiltration Test: 1. Hydrostatic Head: a. At least 6 feet above maximum estimated groundwater level in section being tested. b. No less than 6 feet above inside top of highest section of pipe in test section, including service connections. 2. Length of Pipe Tested: Limit length such that pressure on invert of lower end of section does not exceed 30 feet of water column. D. Piping with groundwater infiltration rate greater than allowable leakage rate for exfiltration will be considered defective even if pipe previously passed a pressure test. 3.3 LOW PRESSURE AIR TESTING FOR GRAVITY PIPING A. In accordance with ASTM F-1417. B. General: 1. Notify ENGINEER in writing 5 days in advance of testing. Perform testing in presence of ENGINEER. 2. Isolate new pipelines that are connected to existing pipelines. Install pipe plugs as required to allow section of new pipe to be pressure tested. 3. Plug wyes, tees, stubs, and service connections with pneumatic plugs. The plug design shall be such that they will hold against the test pressure without external blocking or bracing. Such plugs shall be removable, and their removal shall provide socket suitable for making flexible jointed lateral connection or extension. One of the plugs shall have 3 air hose connections; one for inflating the plug, one for reading the air pressure and one for introducing air into the sealed line. 4. Furnish testing equipment and perform tests as approved by ENGINEER. Testing equipment shall provide observable and accurate measurement of leakage under specified conditions. Calibrate gauges with standardized test gauge at start of each testing day. Install compressor, air piping manifolds, gauges, and valves at ground surface. 5. Provide pressure release device, such as rupture disc or pressure relief valve, to relieve pressure at 8 psig or less. 6. If the groundwater is higher than the top of the pipe, the test pressure shall be increased by 0.43 psi/foot up to five (5) feet above the top of the pipe. For groundwater in excess of 5 feet above the top of the pipe, infiltration testing shall be conducted. PIPING LEAKAGE TESTING 15992 - 2 WATER CONVEYENCE SYSTEM LONG-TERM REMEDIATION PROGRAM PROJECT NO. 11273 PROJECT # 9 SEWER BASIN A-11 AND ANNUAL SEWER REPAIR CONTRACT C. No person shall enter manhole a isunder truccture, or occupy c py area above opening of manhole or structure wherepipe D. Low pressure air shall be slowly introduced into the sealed line until the internal air pressure reaches 4.0 psig greater than the average back pressure resulting from any groundwater above the pipe. At least two minutes shall elapse to allow the pressure to stabilize. E. The time required for kthe Es$ure shall not bernal pressure odecrease from 3.5 to 2.5 less than the time shown foSla givengreater than the average bac p pipe diameter: Pipe Diameter (in_1 Minimum Ela ed Time min. S. 7.5 10 9.25 12 11.25 15 14 18 17 3.4 INFILTRATION TESTING FOR GRAVITY PIPING A. Groundwater Level: At least 5 feet above inside top of highest section of pipe in test section, including service connections. B. Visible infiltration will be considered failure of the test. 3.5 FIELD QUALITY CONTROL A. Test Report Documentation: 1. Test date. 2. Description and identification of piping tested. 3. Test fluid. 4. Test pressure. 5. Remarks, including: a. Leaks (type, location)- b. Repair/replacement performed to remedy excessive leakage. 6. Signed by CONTRACTOR and ENGINEER and/or OWNER to represent that test has been satisfactorily completed. END OF SECTION 15992 - 3 PIPING LEAKAGE TESTING Ua la LVV I TTZIJ i. , - ,iJ.X rl 1-"Qv r� va �+... . 09/19/2oo7 15:24 FAX 9545zt3au74 MEMOR.ANDLIW DATE, September 19, 2007 TO: James Kelly, Sr. Claims Adjuster FROM- Carol Sayer, Office Supervisor/Engineering Division SUBJECT: Project — 11273 _ Wastewater Conveyance System Sewer Basin A-11 & Annual Sewer Lining ; Contractor. Insituform Technologies, Inc., Please review the attachments checked below in connection with the referenced project: (Insurance certificate (Y� Performance Bond and Labor and Material Payment Bond or SURETY BOND Copy of the referenced document The contract price is $2,569,443.50 If the City's requirements are met, please sign below and return all items to my attention. Attachments Y: Ja elly ate Claims Adjuster C: Project File Contracts T-file E.T. SS DATE (MMIODNYYY) 7/ 1 /2008 ACORDTM CERTIFICATE OF LIABILITYINSURANCE9/14/2007 IFIGATE IS ISSUEQHT� �pON THE GERTI�CATEIVN PRODUCER p ONLY AND CONFERS Np RIG Lockton C'om anies,LLGI St. Louis HOLDER. PHIS CERTIFICATE DOES NOT AMEND, EXTEND OR Three City Place Drive, Suite 900 gLTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. St, Louis, MO 631414081 (314) 432-0500 INSURED Insituform Technologies, Inc 1041932 17998 Edison Avenue Chesterfield, MO 63005 INSURERS AFFORDING COVERAGE35 G # 230NAI INSURER A: Liberty Mutual Fire Insurance COIDPany (64) 42404 INSURER 8: Libe Insurance Co ration (64) INSURER C: INSURER D: iNVI IRFR E: _ .._.....�....�c unr raNSYITUTEACONTRAGT BErYVR INSURERS , AUTROwcc+r —2-•�^""" vvERNDING AGES INS'FE02 29CATE MAY BE ISSUED OR CONTRACT OR OTHER DOCUMENT WITH RE7O ALL T E TERMS,HEXC U510N5 AN CONDIT IONS OF UCH THE POLICIES OF INSURANCE LISTED BELOW HNYE BEEN ISSUED 70 THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NO'I'yV17HSTA ANY REQUIREMENT, TERM OR CONDITION OF A MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUB LIMITS POLICY EFFECTIVE POWCY EXPIRATION 2 000 000 POLICIES" AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED 8Y PAID C AlE FAMroDIYY DATE MMIDD __., POLICY NUMBER EACH OCCURRENCE GENERAL LIABILITY ,4 X COMMERCIAL GENERAL LIABILITY CLAIMS MADE a OCCUR X Indpnt Contractor X XCU GEN'L AGGREGATE LIMIT APPLIES PER: POLICY X J PECTRO- LOC AUTOMOBILE LIABILITY A X ANY AUTO ALL OWNED AUTOS SCHEDULED AUTOS HIRED AUTOS NON -OWNED AUTOS X Physical Damage x Deduct - Per Policy I GARAGE LIABILITY ANY AUTO DAMAGED $ 3 2008 R MI E 7/l/E Deco ee 7/1/2007 1 TB2-641-004218-037 MED EX P (Any One rsan $ PERSONAL 8 A INJURY $ BROAD FORM PD/CONTRACT'UAL GENERAL AGGREGATE $ PRODUCTS - COMPOPAGG $ ` EXCESSIUMBRELLA LIABILITY OCCUR CLAIMS MADE ❑ UMBRELLA DEDUCTIBLE FORM RETENTION $ B WORKERS COMPENSATION AND EMPLOYERS' LIABILITY B ANY PROPRIETORlPARTNER/EXECU iIVE OFFICER/MEMBER EXCLUDED? NO It yes, describe under SPECIAL PROVISIONS below OTHER COMBINED SINGLE LIMIT $ 2,000,000 7/1/2007 7/1/2008 (EB accident) AS2-641 004218-027 BODILY INJURY $ XXX) = (Per person) BODILY INJURY $ }XXXXXX (Per a=dent) PROPERTY DAMAGE $ XXXXX C,X (per accident) AUTO ONLY - EA ACCIDENT $ VxXxxxx OTHER THAN EA ACC $ X7CXX7� NOT APPLICABLE AUTO ONLY: A $ ?� EACH OCCURRENCE $ }X AGGREGATE $ NOT APPLICABLE ${ $ XX}Q X $ V000-M WC STATU- OTH- X T RY LI IT ER 7/1/2007 WA7-64D-009001 447 7/1/2008 $ 7/l/2008 E.L. EACH ACCIDENT 1,000,000 WC7-641-004218-017 (WI & OR) 7/1/2007 E.L. DISEASE - EA EMPLOYEE S 1,000,000 E.L. DISEASE -POLICY LIMIT $ 1,000,000 SIONS ADDED BYE L DescRIPTION OF OPERATIONS I LocnnONs I vEHICLEs I STY OF FORT LAUDERDALE IS ADDITlUNAL INSURED UNDER GENERAL LLABILITY AND RF. PROJECTNO. l 1273 WASTEWATERC ONVEYANCE SYSTEM LONG-TERM REMEDIATION PROGRAM, PROTECT �9 SEWER BASIN A I A�D ANNUAL LIABI•LRI� AS � QPAIR N RED BY WRITTEN CONTRACT CANCELLATION ;ERTIFICATE HOLDER SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE RE DAYS WRrMN 3418332 DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL T LAUDERDALE NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO SO SHALL CITY OF FORS AVENUE IMPOSE No OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR 100 NORTH LAUD FORT LAUDERDALE FL 33301 REPRESENTATIVES- AUTHORIZED REPRE ENTA E the number r and in rhe'P1'addcer eecthn ebeveand spacity the client code 1NSTEDI'. c ORD CORPORATION 1981 ACORD 25 (2001 /08) For 110—ti- a .g.b nu tnia cere;r�m, cw ram+ Date- 9/ 14/2007 Binder No.0000656-001 Insured: City of Fort Lauderdale 100 N. Andrews Ave. Fort Lauderdale, FL 33301 Insurance Binder AVk- rU3 - Line Policy Number Effec� ate Owners & Contractors Protective TF2-641-436574-967 9/13/2007 Pending the issuance of the policy of the type or types described below, LIBERTY MUTUAL GROUP agrees to insure the Insured, but only for the coverages indicated, under policy forms in use by the Company as of the effective date of this binder. The limit of the Company's Liability or Amount of Insurance against each such coverage shall be stated herein, subject to all the terms of the policy having reference thereto, and no insurance is provided for coverages for which no such limit or amount is stated. Issuance of the executed policy or policies voids this binder as of the effective date of such policy. This binder may be cancelled (1) by the company by written notice to the insured at the address shown above stating when thereafter such cancellation shall be effective, or (2) by the insured by mailing written notice to the company stating when thereafter such cancellation shall be effective. This binder shall be effective on 9/13/2007 at 12:01 AM., and unless previously cancelled, shall expire on 11/13/2007 at 12:01 AM., Standard Time, at the address of the insured. This binder when duly countersigned is issued on behalf of a member company of the Liberty Mutual Group, herein referred to as the Company as respects the indicated coverages under policy forms in use by the Company as of the effective date of the binder. LIBERTY MUTUAL GROUP �ix* O � J� LA9 Dexter R. Le Edmund F. Kel SECRETARY PRESIDENT Account Executive: Justin Plante Underwriter: Donna Marquette Sales Of&e: Minneapolis Phone: 800-329-0705 Page 1 of 2 L-6�� C� - *-� Dianna Spiess AUTHORIZED REPRESENTATIVE Insurance Binder Date: 9/ 14/2007 Binder No. 0000656-001 insured: City of Fort Lauderdale 100 N. Andrews Ave. Fort Lauderdale, FL 33301 Line of Business: Owners and Contractors Protective Liability Owners & Contractors Protective TF2-641-436574-967 9/13/2007 Liberty Mutual Fire Insurance Company Owners and Contractors Protective Liability Bodily Injury & Property Damage Limit $1,000,000 Each Occurrence Aggregate Limit $1,000,000 Aggregate Designated Contractor Insituform Technologies, Inc. 17988 Edison Ave. Chesterfield, MO 63005 Project: #11273 - Wastewater Conveyance System Long -Term Remediation Program Project #9. Sewer Basin A-11 and Annual Sewer Repair Contract. (FL) nis binder does not list endorsements that will be included on the policies. Page 2 of 2 /fwtufor'm kdino�n,m Inc. Tel: (904)237-3426 Worldwide Pipeline 116 Spanish Moss Lane Toll Free: (800) 633-8362 Rehabilitation Ponte Vedra Beach, FL 32082 Fax. (904) 260-4162 www.insituform.com "EXHIBIT B" TR #11360 October 30, 2007 Mr. Scott London Water / Wastewater Superintendent City of Tamarac, FL Utilities Dept Division 6001 N Nob Hill Rd Tamarac, FL 33321-6200 Re: Piggyback Existing Insituform Technologies®, City of Ft. Lauderdale Contract Dear Mr. London, Insituform Technologies is pleased to offer the existing City of Ft. Lauderdale Annual contract # 11273, Schedule "B", for sanitary sewer lining in the City of Tamarac. All prices, terms and conditions as stated in the contract will exist between The City of Tamarac and Insituform Technologies O Inc. We look forward to renewing our working relationship with the City of Tamarac. If you have any questions or need further information please call me at (904) 237-3426 Best r gards, I evk `L4LL-1- Ted Hotchkiss Area Account Manager